Operational Test Command, Base Test Support Services Follow-On
ID: W51EW726RBTSSType: Special Notice
Overview

Buyer

DEPT OF DEFENSEDEPT OF THE ARMYW6QM MICC TSCJBSA FT SAM HOUSTON, TX, 78234-0000, USA

NAICS

Facilities Support Services (561210)

PSC

SUPPORT- MANAGEMENT: LOGISTICS SUPPORT (R706)

Set Aside

Total Small Business Set-Aside (FAR 19.5) (SBA)
Timeline
    Description

    The Department of Defense, specifically the U.S. Army Operational Test Command (OTC), is seeking qualified small businesses to provide Base Test Support Services (BTSS) through a follow-on contract. This procurement aims to secure logistics support, maintenance of Government Furnished Equipment (GFE), data management, and operational test event support, with the anticipated contract structured as a Single Award Indefinite Delivery, Indefinite Quantity (IDIQ) with a Cost-Plus-Fixed-Fee (CPFF) arrangement. The BTSS is crucial for ensuring effective operational testing and evaluation of military systems, with a projected performance period from October 1, 2026, to August 31, 2031. Interested parties are invited to a Virtual Industry Day on December 17, 2025, to learn more about the requirements, and must register by December 15, 2025, by contacting Avangela Ligons-Sutton at avangela.y.ligons-sutton.civ@army.mil or Ingrid Smith at ingrid.v.smith.civ@army.mil.

    Point(s) of Contact
    Files
    Title
    Posted
    The U.S. Army Operational Test Command (OTC) hosted a Virtual Industry Day on December 17, 2025, to discuss the follow-on requirement for Base Test Support Services (BTSS). The purpose was to inform potential offerors about the proposed acquisition, including the current program overview and historical test data. The BTSS contract requires logistics support, maintenance of Government Furnished Equipment (GFE), data management, and operational test event support. The anticipated contract type is a Single Award Indefinite Delivery, Indefinite Quantity (IDIQ) with a Cost-Plus-Fixed-Fee (CPFF) structure, set aside for small businesses. The projected period of performance is from October 1, 2026, to August 31, 2031, with a one-month phase-in period. Key milestones include a solicitation issue date of February 13, 2026, and a contract award by August 28, 2026. Offerors must have an active Commercial and Government Entity (CAGE) code. Questions regarding the acquisition are due by December 18, 2025.
    The document announces a Virtual Industry Day for the Operational Test Command (OTC) Base Test Support Services (BTSS) Follow-On Requirement, scheduled for December 17, 2025. This event is controlled by USAOTC and G4, with distribution controls set to FEDCON. The meeting will be recorded, and participants can join via a provided link, Meeting ID: 993 629 132 361, and Passcode: cC9J4A7U. A dial-in option is also available at +1 571-616-7941, using Phone conference ID: 791 149 737#. This virtual event aims to inform interested parties about the upcoming BTSS follow-on requirement, likely part of a federal government RFP or grant process.
    The provided file is a registrant list, likely associated with a government event such as a conference, workshop, or industry day relevant to federal procurement. It identifies Ingrid Smith, a U.S. Citizen, as a Contracting Officer for MICC-TSC. Her listed business size falls under NAICS code 561210, which pertains to facilities support services. The document includes her email address, indicating a point of contact for official communications. This type of information is commonly found in records for government contracting events, allowing attendees and organizers to identify key personnel and their affiliations.
    Lifecycle
    Title
    Type
    Similar Opportunities
    Synopsis_Basic Ordering Agreement Sustainment Track (BOAST) Program
    Dept Of Defense
    The Department of Defense, through the U.S. Army Contracting Command – Detroit Arsenal (ACC-DTA), is preparing to issue a presolicitation for the Basic Ordering Agreement Sustainment Track (BOAST) program, aimed at establishing multiple Basic Ordering Agreements (BOAs) for the procurement of Class IX consumable parts essential for maintaining Army equipment operational readiness. This initiative will facilitate the acquisition of repair components, kits, assemblies, and other necessary items, allowing contractors and vendors to compete for future requirements under the BOAST program. Interested parties must maintain an active registration in the System for Award Management (SAM.gov) and submit their responses within 30 days of the solicitation release, anticipated in late December 2025 or early January 2026, with award notifications expected by February 2026. For further inquiries, contractors can contact the BOAST Group at BOAST@army.mil or Nicholas Lang at nicholas.a.lang.civ@army.mil.
    Bridge to Evolution STE TESS (BEST) Multi Award Contract (MAC)
    Dept Of Defense
    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.
    Operational Test and Training Infrastructure (OTTI) Commercial Solutions Opening (CSO)
    Dept Of Defense
    The United States Space Force (USSF) is issuing a Commercial Solutions Opening (CSO) for the Operational Test and Training Infrastructure (OTTI), seeking innovative solutions for space test, training, exercises, and related infrastructure. The procurement aims to acquire advanced commercial products, technologies, and services, particularly focusing on specific Areas of Interest (AOIs) such as Continuous Fitness Assessment, Multirole Satellite Frequency In-field Test Suite, and enhancements to the National Space Test and Training Complex. Interested offerors are invited to participate in a multi-phased submission process, with key deadlines for submissions extending into December 2025, and are encouraged to contact Crystal Price or Cassie DeBree for further information regarding the solicitation and requirements.
    U.S. Army Contracting Command – Anniston Army Depot (CCTA-HDA) Organic Industrial Base (OIB) Modernization Commercial Solutions Opening (CSO)
    Dept Of Defense
    The U.S. Army Contracting Command at Anniston Army Depot is seeking innovative solutions through a Commercial Solutions Opening (CSO) aimed at modernizing its Organic Industrial Base (OIB). The procurement focuses on acquiring advanced technologies and services, particularly in areas such as automation, advanced manufacturing, and cybersecurity, to enhance the Army's operational capabilities and efficiency. This initiative is critical for maintaining military readiness and ensuring the Army's technological superiority in defense operations. Interested contractors must submit proposals by July 10, 2025, for the Automatic Storage and Retrieval System (ASRS) and by August 6, 2025, for the Oil Test Stand, with site visits scheduled for June 25 and July 15, 2025, respectively. For further inquiries, potential bidders can contact Amber Burdett at amber.e.burdett.civ@army.mil or Diana Ponder at diana.m.pritchettponder.civ@army.mil.
    W91CRBPBASINDUSTRY
    Dept Of Defense
    The Department of Defense is hosting a two-day Industry Day conference focused on the Purpose-Built Attritable System (PBAS) on January 20-21, 2026, in Alexandria, VA. This event, organized by the Product Manager Soldier Precision Targeting Devices (PdM SPTD), aims to engage U.S. and affiliated companies, particularly those capable of producing DIU Blue List-approved PBAS and demonstrating lethal munition employment within four months of contract award. Attendance is restricted to U.S. Department of Defense personnel and contractors, with specific access requirements, and interested companies must submit their intent to attend along with a completed questionnaire by December 19, 2025. For further inquiries, participants can contact the PBAS Industry Day Inbox at pbasindustryday@army.mil or William (Chuck) Hooker at william.l.hooker.ctr@army.mil.
    Army Targetry Systems (ATS) III, Multiple Award (MA), Indefinite- Delivery Indefinite-Quantity (IDIQ) base contracts
    Dept Of Defense
    The Department of Defense, through the Army, is seeking contractors for the Army Targetry Systems (ATS) III, which involves Multiple Award Indefinite-Delivery Indefinite-Quantity (IDIQ) base contracts. This procurement aims to support the development and provision of armament training devices, which are critical for military training and operational readiness. The contract, identified as W56HZV-18-D-0001, has been modified to enhance the capabilities of the ATS III program, ensuring that the Army has access to the necessary training systems. Interested parties can reach out to Delaney Tepel at delaney.e.tepel.civ@army.mil or Patricia Pierce at patricia.pierce3.civ@army.mil for further information regarding this opportunity.
    Army Contracting Command – Anniston Army Depot (ACC-HDA) Organic Industrial Base (OIB) Modernization Commercial Solutions Opening (CSO)
    Dept Of Defense
    The Department of Defense, through the Army Contracting Command at Anniston Army Depot, is soliciting proposals for the Organic Industrial Base (OIB) Modernization Commercial Solutions Opening (CSO). This initiative aims to procure innovative commercial technologies and services that enhance Army operations, focusing on areas such as agile manufacturing, advanced manufacturing, and cyber security, as mandated by the 2022 National Defense Authorization Act. The CSO is critical for integrating modern technologies into existing manufacturing processes to improve operational efficiency and military readiness. Proposals are accepted until September 30, 2030, and interested parties can contact Amber Burdett at amber.e.burdett.civ@army.mil or 571-588-0960 for further information.
    Maintenance, Repair, and Upgrade of Existing Government-Owned Data Acquisition System Components/Related Software
    Dept Of Defense
    The Department of Defense, specifically the Army Contract Command - Redstone Arsenal, is seeking to award an Indefinite Delivery Indefinite Quantity (IDIQ) contract for the maintenance, repair, and upgrade of existing government-owned data acquisition system components and related software. The procurement aims to secure Data Acquisition Systems Integration Support, Hardware, and Instrumentation Software for the Technology Development Directorate-Aviation Systems Integration and Demonstration, Mission Systems Division, with the contract intended for Teletronics Technology Corporation. The anticipated award date is March 31, 2023, and the procurement will be conducted on a sole-source basis under the authority of 10 U.S.C. 2304(a)(1), with a justification for lack of competition included in the notice. Interested parties can reach out to Brandy Moneymaker at Brandy.L.Moneymaker.civ@army.mil or Bethany Rosser at bethany.r.rosser.civ@army.mil for further inquiries.
    Draft PWS for the MIOSS Program
    Dept Of Defense
    The Department of Defense, specifically the Department of the Army, is seeking qualified 8(a) contractors to provide Instructor Operator Support Services (MIOSS) for the Medical Simulation Training Center (MSTC). The contract aims to deliver instructor/operator support for medical training, including teacher-led and scenario-based training for both medical and non-medical personnel, with a focus on sustaining Combat Medic (68W MOS) skills and other tiered medical training. This opportunity is crucial for enhancing the training capabilities of U.S. military personnel and ensuring adherence to medical certification standards. Interested contractors are encouraged to submit questions and comments regarding the Draft Performance Work Statement (PWS) by January 6, 2026, and an Industry Day is planned for the week of January 11, 2026, at Fort Stewart, Georgia. For further inquiries, contact Carly Haning at carly.j.haning.civ@army.mil or Christina Minnon at christina.l.minnon.civ@army.mil.
    Base Telecommunication Systems (BTS) at Altus AFB, OK
    Dept Of Defense
    The Department of Defense, specifically the Department of the Air Force, is soliciting proposals for the acquisition of Base Telecommunication Systems (BTS) services at Altus Air Force Base, Oklahoma. The contract, designated as a Request for Proposal (RFP), requires comprehensive operations and maintenance (O&M) services to ensure the BTS is operational 24/7, including wired telecommunications and networked voice, video, and data services. This procurement is critical for supporting the mission of the 97th Communications Squadron, emphasizing the need for reliable telecommunications infrastructure. Interested contractors must be registered in the System for Award Management (SAM) and submit their proposals electronically by the deadline of December 10, 2025, with a maximum contract value of $30 million over a five-year period. For further inquiries, contact Jennifer Blaser-Kay at jennifer.blaserkay.2@us.af.mil or Kelsey Brightbill at kelsey.brightbill@us.af.mil.