AEC Recompete 2026
ID: AEC_RECOMPETE_2026Type: Presolicitation
Overview

Buyer

DEPT OF DEFENSEDEPT OF THE ARMYW6QK ACC-APGABERDEEN PROVING GROU, MD, 21005-5001, USA

NAICS

Engineering Services (541330)

PSC

OTHER QC/TEST/INSPECT- WEAPONS (H910)
Timeline
  1. 1
    Posted Mar 26, 2025, 12:00 AM UTC
  2. 2
    Updated Mar 26, 2025, 12:00 AM UTC
  3. 3
    Due Apr 9, 2025, 4:00 PM UTC
Description

The Department of Defense, specifically the U.S. Army, is seeking qualified contractors to provide engineering and test support services for the Army Evaluation Center (AEC) as part of the AEC Recompete 2026 initiative. This procurement aims to facilitate unbiased evaluations of various Army systems, focusing on operational effectiveness, suitability, and survivability, with a contract value estimated between $250 million and $270 million over a seven-year period. The selected contractor will be responsible for a range of critical tasks, including test planning, execution, reporting, and data management, while ensuring compliance with government standards and maintaining rigorous documentation for personnel qualifications. Interested parties should submit their responses to the Request for Information by April 9, 2025, and can reach out to primary contact Whitney J. Jackson at whitney.j.jackson6.civ@army.mil for further inquiries.

Point(s) of Contact
Files
Title
Posted
Mar 26, 2025, 4:05 PM UTC
The U.S. Army Contracting Command has issued a Request for Information (RFI) as part of market research to identify potential sources for engineering and test support services for the Army Evaluation Center (AEC). This RFI seeks input from businesses regarding their capabilities and intent to engage in forthcoming contract opportunities valued between $250M and $270M. The Army is considering a multiple award Indefinite Delivery/Indefinite Quantity (ID/IQ) contract, employing both Cost-Plus-Fixed-Fee (CPFF) and Firm-Fixed-Price (FFP) contracts, with work projected from October 2026 to September 2033. Key support areas include test planning, execution, reporting, data management, and professional development. Businesses are required to address several points including conflict of interest, size standards under NAICS code 541330, and their ability to fulfill various service requirements. Responses to this RFI are due by April 9, 2025, and the Army will conduct an industry day in August 2025 to further discuss the opportunities. The goal is to gather information to develop a comprehensive acquisition strategy and to ensure competitive, capable contractors can assist AEC in its mission.
Mar 26, 2025, 2:04 PM UTC
Mar 26, 2025, 4:05 PM UTC
The Performance Work Statement (PWS) outlines the requirements for procuring support services for the U.S. Army Evaluation Center (AEC), a key component in the Army’s operational testing and evaluation processes. The contractor will provide personnel, management, and necessary support to facilitate unbiased evaluations relating to various Army systems, with a focus on operational effectiveness, suitability, and survivability. This contract envisions a seven-year engagement under a Multiple Award Indefinite Delivery Indefinite Quantity (IDIQ) arrangement, emphasizing non-personal services where government oversight is minimal. Critical tasks are categorized across several directorates, each requiring specialized expertise in fields such as artificial intelligence, cybersecurity, and engineering evaluations. Personnel management, training, quality assurance, and adherence to security protocols are emphasized to ensure compliance with government standards. The contractor is expected to develop training programs and maintain rigorous documentation for personnel qualifications, ensuring that all employees possess necessary security clearances. The PWS stresses the importance of communications, performance monitoring, and the need for coordinated efforts between contractors and government representatives. With provisions for both contractor and government-furnished items and services, the document serves as a comprehensive guideline for ensuring the effective support of AEC’s mission to enhance the Army's operational capabilities.
Lifecycle
Title
Type
AEC Recompete 2026
Currently viewing
Presolicitation
Similar Opportunities
Architectural & Engineering Services in Support of Real Property Planning, Programming & Management Support IV
Buyer not available
The Department of Defense, specifically the U.S. Army Corps of Engineers, is seeking qualified architectural and engineering firms to provide comprehensive support for real property planning, programming, and management. The objective of this procurement is to gather market information to identify firms capable of delivering services such as facility assessments, master planning, asset management, and economic analyses for various military and government installations worldwide, with an estimated total program capacity of $550 million. These services are crucial for ensuring effective facility management and compliance with federal regulations across both domestic and international sites. Interested firms must submit their qualifications and relevant experience by May 5, 2025, via email to the designated contacts, Jasmine McCullough and LaShonda Smith, as no hardcopy submissions will be accepted.
Bridge to Evolution STE TESS (BEST) Multi Award Contract (MAC)
Buyer not available
The Department of Defense is seeking innovative approaches for its Bridge to Evolution STE TESS (BEST) Multi-Award Contract (MAC). The objective is to enhance and extend the functionality of the Army's tactical engagement simulation systems (TESS), aligning them with evolving training requirements. This procurement is divided into two lots. Lot 1 involves modifying existing TESS equipment to meet updated Army specifications, focusing on adaptability and future expansion. Lot 2 centers on developing and producing new TESS solutions, including dismounted, vehicle-mounted, and shoulder-launched munition systems. The government seeks to integrate emerging STE LTS TESS technology with the existing MILES TESS ecosystem, encouraging vendors to propose adaptable procedures and processes. The scope of work encompasses software and hardware modifications, production and delivery of TESS kits, and integration with the STE LTS TESS platform. The government aims to foster competition by avoiding solution-specific proposals and encouraging creativity in meeting the outlined objectives. Potential offerors are invited to provide feedback on the Draft Request for Proposal (DRFP), which outlines the requirements, Statement of Work (SOW), and evaluation criteria. The government seeks to revise and finalize the RFP based on industry responses, emphasizing efficiency and the removal of unnecessary requirements. Offerors should possess the capabilities and expertise to modify and produce TESS solutions, with a focus on past performance and technical merit. The contract is anticipated to be an Indefinite Delivery/Indefinite Quantity (ID/IQ) vehicle, attracting multiple awardees. The primary contact for this opportunity is Gloria Susie Hoybach, with additional inquiries directed to Roberto J. Gotay and Rafael A. Manzano. The deadline for feedback submission is 12:00 PM EST on 3rd June 2024, with the government aiming to release the final RFP shortly afterward. For this BEST MAC initiative, the Army seeks adaptable and cost-effective TESS solutions, leveraging industry feedback to shape the acquisition process.
Solicitation for Fiscal Year 2025 Cost Analysis Support (CAS) Services Indefinite Delivery Indefinite Quantity (IDIQ)
Buyer not available
The Department of Defense, specifically the Department of the Army, is soliciting proposals for Cost Analysis Support (CAS) services through an Indefinite Delivery Indefinite Quantity (IDIQ) contract for Fiscal Year 2025. This contract aims to provide non-personal services for cost, economic, and technical analyses related to various weapon systems and acquisition programs across the Department of the Army, Department of the Navy, and United States Marine Corps. The total acquisition ceiling for this contract is approximately $83 million, and it will be awarded on a competitive basis with a focus on small businesses, utilizing Best Value Tradeoff Source Selection procedures that prioritize experience over price. Interested contractors should direct inquiries to Ashley Treier or Chardae Walton via their provided emails, and must ensure compliance with submission requirements outlined in the solicitation documents, including demonstrating relevant past performance and adhering to pricing guidelines.
West Desert Test Center (WDTC) Mission Support Services (MSS) Follow On Solicitation W51EW725RA001 Amendment 0003
Buyer not available
The Department of Defense, specifically the Department of the Army, is soliciting proposals for the West Desert Test Center (WDTC) Mission Support Services (MSS) under solicitation number W51EW725RA001. The procurement aims to secure non-personal services, including qualified personnel and necessary equipment, to support developmental and operational testing of Chemical and Biological defense systems at Dugway Proving Ground, Utah. This contract is critical for ensuring compliance with safety and quality standards while enhancing the operational capabilities of the WDTC. Interested small businesses must submit their proposals by 5:00 PM EDT on April 29, 2025, and can direct inquiries to Eukia Bryant at eukia.d.bryant.civ@army.mil or Ingrid Smith at ingrid.v.smith.civ@army.mil.
Rapid Response Munitions Testing & Engineering Services Follow On
Buyer not available
The Department of Defense, through the Naval Surface Warfare Center Indian Head Division (NSWC IHD), is seeking responses from qualified entities for Rapid Response Munitions Testing and Engineering Services. The procurement aims to provide engineering services and rapid response testing support for various programs that enhance the safety and effectiveness of munitions, ensuring compliance with military standards and operational readiness. This opportunity is critical for supporting the warfighter by characterizing, testing, and documenting the performance of weapons and munitions, with a focus on safety, environmental analysis, and logistics. Interested companies must submit their responses, including a completed RFI Survey, to Kimberly S. Hall at kimberly.s.hall31.civ@us.navy.mil by May 13, 2025. The NAICS code for this opportunity is 541330, with a size standard of $25.5 million.
ACC APG DIVISION A CCDC C5ISR OPPORTUNITIES as of November 2024
Buyer not available
The Department of Defense, through the Army Contracting Command (ACC-APG), is seeking industry partners for various contracting opportunities related to the C5ISR (Command, Control, Communications, Computers, Intelligence, Surveillance, and Reconnaissance) program, with a focus on research, development, and support services in electronic warfare and advanced technologies. The procurement aims to enhance military capabilities through innovative solutions in areas such as Cyber and Electronic Warfare, technology-enabled analytics, and systems integration, aligning with the Army's modernization efforts. These contracts, which may range in value from under $25 million to over $500 million, will be awarded through a competitive process, with key deadlines and specific requirements outlined in the associated documents. Interested parties can contact Tammy M. Woodard at tammy.m.woodard2.civ@army.mil or Roberta C. Baldwin at Roberta.C.Baldwin.civ@army.mil for further information.
ACC-APG Natick Division FY25 Upcoming Aquisitions
Buyer not available
The Department of Defense, specifically the ACC-APG Natick Division, is preparing to release a Request for Proposal (RFP) for the maintenance of Storyline 360, a software tool critical for enhancing combat readiness. This procurement, valued at approximately $21,000, is currently in the pre-award/package development stage, with an estimated solicitation release planned for May 2025, and will be awarded on a competitive basis under a Firm-Fixed-Price (FFP) contract for a one-year period. The initiative underscores the government's commitment to utilizing updated software solutions to support military operations effectively. Interested vendors can reach out to the Natick Division at usarmy.natick.acc-micc.mbx.ncd-internal-tasker@army.mil for further information.
PATRIOT Engineering Services (ESM) 2027 - 2032
Buyer not available
The Department of Defense, through the Defense Logistics Agency (DLA) Land at Aberdeen, is seeking interested contractors to provide engineering services for the PATRIOT Weapon System Program from February 1, 2027, to January 31, 2032. The procurement aims to support a range of engineering activities, including program management, configuration management, product assurance, logistics, system engineering, maintenance engineering, product engineering, software engineering, and testing, essential for the modernization and integration of the PATRIOT system. Interested firms must demonstrate their expertise and experience in these areas and submit their qualifications to the Contract Specialist, Adam Sheir, at adam.d.sheir@dla.mil by 4:00 p.m. on May 7, 2025. This opportunity is a sources-sought announcement for planning purposes and does not constitute a solicitation.
TETRAS Indefinite Delivery/Indefinite Quantity (IDIQ) Multiple Award Contract Recompete
Buyer not available
The Department of Defense, specifically the Department of the Air Force, is seeking responses for the TETRAS Indefinite Delivery/Indefinite Quantity (IDIQ) Multiple Award Contract Recompete, focusing on research and development in test and evaluation technologies for ranges, armaments, and spectrum. This procurement aims to gather information and capabilities from industry participants to enhance military experimental development services, which are critical for national defense. Interested parties should note that the response deadline has been extended to March 14, 2025, with additional amendments establishing Industry Days and a final notice end date of May 29, 2025. For inquiries, contact Zachary Schultz at Zachary.Schultz.7@us.af.mil or Steven Fletcher at steven.fletcher.21@us.af.mil.
ACC-APG Competitive Opportunities: Division C
Buyer not available
The Department of Defense, through the Army Contracting Command - Aberdeen Proving Ground (ACC-APG), is providing updates on competitive opportunities within Division C, focusing on engineering services. The procurement aims to enhance Army capabilities by addressing various needs, including Science, Engineering and Technical Assistance (SETA) support for advanced radar systems, artificial intelligence software, and improvements in electronic warfare systems. These opportunities are critical for fostering advancements in military technology and operational readiness, with estimated contract values ranging from $10 million to over $4 billion. Interested parties should direct all inquiries to Kellie N. Lamar-Reevey at kellie.n.lamar-reevey.civ@army.mil, and note that updates will be posted quarterly, with the next update anticipated around the 20th of the first month of the upcoming quarter.