Aviation Enablers Capability Development Support
Key Dates
Due Date
-
Posted Date
-
Agency & Value
Agency
W6QM MICC-FT RUCKER
Contract Value
Not provided
Codes & Classification
Solicitation Number
W9124G-26-SS-0426
NAICS
541990 - All Other Professional, Scientific, and Technical Services
Classification Code
R499
Additional Details
Documents1
The Department of the Army, through the Mission and Installation Contracting Command (MICC) at Fort Rucker, Alabama, has issued a Sources Sought notice to conduct market research for the upcoming procurement of professional support services for the Aviation Future Capabilities Directorate (AFCD) and Mission Support Division (MSD) Capability Development Support. This initiative is intended to identify qualified organizations capable of providing comprehensive, non-personal services that will enable the AFCD and MSD to fulfill their critical roles in Army Aviation modernization and the integration of emerging capabilities.
Purpose and Scope:
The primary objective of this procurement is to secure contractor support for the AFCD and MSD at the Army Aviation Center of Excellence (AVCOE), Fort Rucker. The selected contractor will be responsible for delivering professional services that facilitate the integration and synchronization of Army Aviation modernization efforts, supporting both the enduring and future force. This includes assisting with the fielding of new aviation capabilities and ensuring alignment with directives from the AVCOE Commanding General, Futures and Concepts Command (FCC), Headquarters Transformation and Training Command (T2COM), and Headquarters Department of the Army (HQDA).
Key Requirements and Expected Deliverables:
The contractor will provide off-site support (100% off-site, 0% on-site) in accordance with a Performance Based Work Statement (PBWS). Core responsibilities include:
- Synchronization and integration of Doctrine, Organization, Training, Materiel, Leader Development, Personnel, Facilities, and Policy (DOTMLPF-P) efforts across Army Aviation modernization portfolios.
- Coordination with HQDA, T2COM, and other Army Branch Centers of Excellence to support the fielding and sustainment of current and future aviation systems.
- Implementation of a robust project management plan that ensures compliance with program schedules, cost containment, performance tracking, and risk mitigation.
- Management of key personnel and, if applicable, subcontractor teams to deliver the full scope of required services.
- Adherence to the Service Contract Act and development of a Government Furnished Property plan.
The anticipated contract will be Firm Fixed Price, with a base year and four option years, and will include labor categories subject to the Service Contract Act or a collective bargaining agreement. The estimated level of effort for the five-year period is to be determined.
Contracting Entity and Classification:
- Contracting Entity: W6QM MICC-FT RUCKER, Department of the Army, Department of Defense
- Place of Performance: Fort Rucker, Alabama (services performed 100% off-site)
- NAICS Code: 541990 (All Other Professional, Scientific, and Technical Services), Small Business Size Standard: $19.5M
- Product Service Code: R499
Procurement Type and Set-Aside Considerations:
This notice is a Sources Sought/Market Research announcement and does not constitute a solicitation or request for proposal. The government is considering all small business set-aside categories and may procure the requirement through full and open competition, with the possibility of multiple awards. Respondents must clearly identify their business size and status (e.g., Small, Small Disadvantaged, Women-Owned, HUBZone, Service Disabled Veteran-Owned) in their capability statements.
Special Considerations:
- All responses must address the ability to perform at least 50% of the work (if set aside for small business), as per FAR 52.219-14.
- Respondents should provide detailed information on past performance, technical skills, management of similar tasks, and experience with subcontractor teams.
- Capability statements should also address facility and safeguarding requirements.
Submission Details:
Interested parties are requested to submit a capability statement (maximum 10 pages, Times New Roman, minimum 10-point font) by 2:00 pm CST, February 25, 2026. Submissions must be sent electronically in Microsoft Word or PDF format to the Contract Specialist, Shonta L. Curtis, at [email protected]. All questions should be directed to the same contact; phone inquiries will not be accepted.
Confidentiality and Additional Information:
All proprietary information submitted will be protected from release outside the government. Participation in this Sources Sought is voluntary and does not preclude participation in any future solicitation. No funds are available for the preparation of responses.
For further details, including the draft Performance Based Statement of Work and Personnel Qualifications Description, interested parties should refer to the attachments provided in the official notice at https://sam.gov/opp/c9f2208850b54d91b1b0547d1926529d/view.
Primary Contact:
Shonta L. Curtis, Contract Specialist
Email: [email protected]
Secondary Contact:
Christopher W. Martin
Email: [email protected]
This opportunity represents a significant requirement for professional, technical, and management expertise in support of Army Aviation modernization and capability development. Contractors with relevant experience and resources are encouraged to review the full notice and consider submitting a response.