SOURCES SOUGHT
U -- Sources Sought for the Army MIOSS Program
- Notice Date
- 2/17/2026 8:33:28 AM
- Notice Type
- Sources Sought
- NAICS
- 541990
— All Other Professional, Scientific, and Technical Services
- Contracting Office
- W6QK ACC-ORLANDO ORLANDO FL 32826-3224 USA
- ZIP Code
- 32826-3224
- Solicitation Number
- SS-MIOSS-2026
- Response Due
- 3/3/2026 11:00:00 AM
- Archive Date
- 03/18/2026
- Point of Contact
- Christina Minnon
- E-Mail Address
-
christina.l.minnon.civ@army.mil
(christina.l.minnon.civ@army.mil)
- Small Business Set-Aside
- SBA Total Small Business Set-Aside (FAR 19.5)
- Description
- SOURCES SOUGHT NOTICE The Medical Simulation Training Center (MSTC) Instructor Operator Support Services (MIOSS) with Capability Program Executive for Simulations, Training, and Instrumentation (CPE STRI) has a requirement to provide Instructor/Operator (I/O) support services for Medical TADSS world-wide. The MIOSS contract will support MSTC TADSS during the contract period of performance. The requirement is to provide I/Os for the Medical Training Aids, Devices, Simulators, and Simulations (TADSS) world-wide. The efforts described in this Sources Sought and draft performance work statement (PWS) (attached) are required to support teacher-led medical based training and situational scenario-based training, and provide services related to medical TADSS instruction and operation. It is the Government�s intent to set-aside this program for small business. The result of this market research is to confirm that at least two small businesses are capable of performing this program. In addition, all small business socio-economic categories will be considered. Telephone inquiries will not be accepted or acknowledged, and no feedback or evaluations will be provided to companies regarding submissions. DISCLAIMER: THIS SOURCES SOUGHT IS FOR INFORMATIONAL PURPOSES ONLY. THIS IS NOT A REQUEST FOR PROPOSAL (RFP) TO BE SUBMITTED. IT DOES NOT CONSTITUTE A SOLICITATION AND SHALL NOT BE CONSTRUED AS A COMMITMENT BY THE GOVERNMENT. RESPONSES IN ANY FORM ARE NOT OFFERS AND THE GOVERNMENT IS UNDER NO OBLIGATION TO AWARD A CONTRACT AS A RESULT OF THIS ANNOUNCEMENT. NO FUNDS ARE AVAILABLE TO PAY FOR PREPARATION OF RESPONSES TO THIS ANNOUNCEMENT. ANY INFORMATION SUBMITTED BY RESPONDENTS TO THIS TECHNICAL DESCRIPTION IS STRICTLY VOLUNTARY. ACQUISITION STRATEGY - PLANNING INFORMATION: 1. Contract Vehicle: The determination of Contract Vehicle and Small Business Set Aside or Full and Open Competition will not be established until market research has been completed and the Acquisition Strategy has been approved. 2. North American Industry Classification System (NAICS): The applicable NAICS code for this requirement is 541990, All Other Professional, Scientific, and Technical Services, with an associated size standard of $19.5 million in average annual receipts. SUBMISSION DETAILS: Interested businesses shall submit a capability statement (7 pages maximum) that demonstrates their company�s ability to fulfill the functions and tasks described within the attached draft PWS and the questions asked below. Your response to this Sources Sought Notice shall be electronically submitted to the Contract Specialist via email, usarmy.orlando.peo-stri.mbx.mioss@army.mil, no later than 4:00 p.m. (EST) on 03 March 2026 and reference SAM notice number and title in the subject line of the e-mail and on all enclosed documents. Responses shall either use Microsoft Office 2013 compatible (.xlsx, .docx or .pptx) or Adobe Acrobat 9 Pro (.pdf) formats. Responses shall be in sufficient detail for the Government to determine that your business possesses the necessary functional area expertise and experience to compete for this acquisition. Information and materials submitted in response to this request WILL NOT be returned. All information/materials received in response to this Sources Sought Notice that is marked or designated as corporate or proprietary will be fully protected from any release outside the Government. DO NOT SUBMIT CLASSIFIED MATERIAL. Company profile shall include company name, office location(s), DUNS/CAGE Code number, email address, and small/large business status (i.e. - certified 8(a), Service Disabled Veteran-Owned (SDVOSB), Woman-Owned (WOSB), Economically Disadvantaged Woman-Owned (EDWOSB), or certified HubZone). Company Point of Contact (POC) name, title, office address, phone number and email address. Large Businesses ARE permitted to respond to this notice. Questions to be answered within your company�s capability statement: Explain your Company�s prior/current corporate experience performing efforts of similar size and scope within the last three years, including contract number, Government organization supported indication of whether as a prime or subcontractor, contract values, and a brief description of how the referenced contract relates to the services described herein. Describe your organization's ability to have personnel located at OCONUS locations. Does your company currently have employees working full-time, with the appropriate labor law approvals in Alaska, Germany, Hawaii, and/or Korea? If not all locations, identify where and how many employees are at each location. What would be your organization's management approach to staffing this effort with qualified personnel and your firm's ability to grow? What is your company's ability to begin performance upon contract award, and/or do you have any recommendations as it relates to a transition period. Is your company capable of providing a team composition that can support the scope of this requirement, while also performing at least 51 percent of the work or would your company look to subcontracting out more? Explain which portion of the scope you would perform and which portion you would utilize the capabilities of teaming partners? Please consider the language at FAR 52.219-14 (c) (1) - Limitations on Subcontracting. The potential contract will be a single award IDIQ contract with a 60 month ordering period. The IDIQ will have schedule labor ceiling pricing in which the Task Orders will be awarded off of it for specific locations likely to include one (1) base year PoP, plus at least two (2) or as many as four (4) option years. Describe how the Government's decision may affect your organization's ability to execute this requirement. Does your company see any primary risk areas and/or potential issues associated with an acquisition of this type? How do you propose to mitigate these risk(s)?
- Web Link
-
SAM.gov Permalink
(https://sam.gov/workspace/contract/opp/e26dc5a42006480a9e9bdecfc6d985a8/view)
- Place of Performance
- Address: FL 32826, USA
- Zip Code: 32826
- Country: USA
- Zip Code: 32826
- Record
- SN07718370-F 20260219/260217230048 (samdaily.us)
- Source
-
SAM.gov Link to This Notice
(may not be valid after Archive Date)
| FSG Index | This Issue's Index | Today's SAM Daily Index Page |