C2 Digital and Simulation Support
ID: W911S725RA015Type: Presolicitation
Overview

Buyer

DEPT OF DEFENSEDEPT OF THE ARMYW6QM MICC-FT LEONARD WOODFORT LEONARD WOOD, MO, 65473-0140, USA

NAICS

Professional and Management Development Training (611430)

PSC

EDUCATION/TRAINING- INFORMATION TECHNOLOGY/TELECOMMUNICATIONS TRAINING (U012)

Set Aside

8a Competed (8A)
Timeline
    Description

    The Department of Defense, through the Mission and Installation Contracting Command (MICC) at Fort Leonard Wood, Missouri, is preparing to solicit proposals for Command and Control (C2) Digital and Simulation Support services. This procurement aims to acquire comprehensive digital training instruction and event support services, which will be performed in accordance with a detailed Performance Work Statement (PWS). The contract will be set aside for 8(a) Small Business Concerns and will consist of a firm-fixed price with a one-year base period and four optional one-year periods. Interested contractors should monitor sam.gov for the upcoming Request for Proposals (RFQ) under Solicitation Number W911S7-25-R-A015, expected to be posted on or after October 15, 2025. For further inquiries, potential bidders can contact Kimberly Krumm at kimberly.d.krumm.civ@army.mil or Julie West at julie.m.west4.civ@army.mil.

    Point(s) of Contact
    Files
    No associated files provided.
    Lifecycle
    Title
    Type
    Presolicitation
    Similar Opportunities
    Draft PWS for the MIOSS Program
    Buyer not available
    The Department of Defense, specifically the Department of the Army, is seeking qualified 8(a) Small Business Contractors to provide Instructor/Operator (I/O) support services for the Medical Simulation Training Center (MSTC) under the Medical Simulation Training Center Instructor Operator Support Services (MIOSS) contract. The primary objective is to facilitate teacher-led medical training and situational scenario-based training, along with services related to medical Training Aids, Devices, Simulators, and Simulations (TADSS) instruction and operation. This pre-solicitation draft Performance Work Statement (PWS) is intended to gather input from contractors, with questions and comments due by January 6, 2026, at 2:00 pm (EST). Interested parties are encouraged to participate in an upcoming Industry Day at Fort Stewart, Georgia, during the week of January 11, 2026, and should direct inquiries to Carly Haning or Christina Minnon via the provided email addresses.
    Base operations support services at Fort Leonard Wood and Lake of the Ozarks Army Recreation Area (LORA).
    Buyer not available
    The Department of Defense, specifically the Department of the Army, is seeking contractors to provide base operations support services at Fort Leonard Wood and the Lake of the Ozarks Army Recreation Area (LORA). The procurement encompasses a range of services including maintenance and operation of facilities, utility systems, grounds maintenance, and support for special events, all critical for the effective functioning of military training missions. This contract is vital as it supports the infrastructure used by joint forces and international allies, ensuring operational readiness and reliability. Interested parties should note that the anticipated issuance of a draft solicitation is set for January 16, 2026, and inquiries should be directed to Samuel J. Colton or Christopher Weber via their respective emails.
    Base operations support services at Fort Leonard Wood and Lake of the Ozarks Army Recreation Area (LORA).
    Buyer not available
    The Department of Defense, through the Army's Mission and Installation Contracting Command, is seeking qualified contractors to provide Base Operations Support Services (BASOPS) at Fort Leonard Wood and the Lake of the Ozarks Army Recreation Area. The procurement aims to secure non-personal, performance-based services including facility maintenance, utility operations, and grounds management, with a focus on achieving fair market pricing. These services are critical for maintaining operational readiness and supporting military training objectives. Interested Federally Certified 8(a) firms must submit their capabilities and relevant experience electronically by December 12, 2023, to the primary contact, Samuel J. Colton, at samuel.j.colton.civ@army.mil, or the secondary contact, Christopher Weber, at christopher.weber11.civ@army.mil.
    Project Manager Terrestrial Sensors (PM TS) Market Research for Enterprise Command & Control (C2) Capabilities for Air and Ground C5ISR Systems
    Buyer not available
    The Department of Defense, specifically the Department of the Army, is seeking information through a Request for Information (RFI) regarding Command-and-Control (C2) capabilities for integration with Ground and Air platforms within the Project Manager Terrestrial Sensors (PM TS) portfolio. The RFI aims to gather insights on novel and mature Technology Readiness Level (TRL) 8-9 C2 software technologies that are platform-agnostic, enhancing situational awareness and informing future investments in C2 and C5ISR systems. Interested parties are required to submit a Capability Statement, not exceeding 10 pages, by December 15, 2025, detailing their company information, past experience, and proposed C2 solutions, with the response due date for the RFI set for January 5, 2026. For inquiries, contact Thao Trinh at thao.h.trinh.civ@army.mil or Rosetta Wisdom-Russell at rosetta.wisdom-russell.civ@army.mil.
    MCCLL Professional Support Services
    Buyer not available
    The Department of Defense, through the Marine Corps Installations National Capital Region-Regional Contracting Office (MCINCR-RCO), is seeking proposals for Professional Support Services for the Marine Corps Center for Lessons Learned (MCCLL) at Quantico, Virginia. This follow-on contract will be a 100% 8(a) small business set-aside and will include a hybrid structure of Firm Fixed-Price (FFP) for services and Cost Reimbursement for travel and other direct costs, with a performance period consisting of a 12-month base and four 12-month option periods. The services are critical for program management, lessons learned support, data analysis, and content management, requiring a SECRET Facility Clearance Level for handling classified information. Proposals are due by December 15, 2025, at 4:00 PM EST, and interested parties can contact Christian Hernandez-Soto at christian.hernandezsoto@usmc.mil or Edgar Lopez-Jimenez at edgar.lopezjimenez@usmc.mil for further information.
    Fort Leonard Wood Roofing IDIQ
    Buyer not available
    The Department of Defense, through the Department of the Army, is soliciting bids for a Roofing Indefinite Delivery Indefinite Quantity (IDIQ) contract at Fort Leonard Wood, Missouri, and the Lake of the Ozarks area. This contract, set aside for Service-Disabled Veteran-Owned Small Businesses (SDVOSB), encompasses a range of roofing services including the removal, repair, and installation of various roofing systems, with an estimated contract value between $10 million and $25 million over a five-year period. The procurement is critical for maintaining the integrity and safety of government facilities, ensuring compliance with stringent safety and quality standards. Interested contractors must submit their bids by December 17, 2025, and can direct inquiries to Manson Fowler at manson.l.fowler.civ@army.mil or Blia Vue at blia.vue.civ@army.mil.
    M00264-26-RFI-001 Marine Corps Information Maneuver School (MCIMS)
    Buyer not available
    The Department of Defense, through the Marine Corps Information Maneuver School (MCIMS), is seeking sources for contract support to provide academic instruction and training in Civil Affairs (CA), Civil-Military Operations (CMO), and Information Operations (IO) planning. The objective is to identify qualified vendors capable of delivering curriculum development and course maintenance for various Military Occupational Specialties (MOS), including the CA MOS Course and CMO Planner, which are critical for preparing Marines for operational effectiveness. The current contract is held by Green Cell Consulting LLC, and the anticipated NAICS code for this opportunity is 611430, with a size standard of $15 million. Interested parties must submit their responses, including a capabilities statement and business details, by December 30, 2025, at 10:00 AM EDT, to Erin Silverthorn at erin.silverthorn@usmc.mil or Christa Eggleston-Scott at christa.eggleston-sc@usmc.mil.
    ACC APG DIVISION A CCDC C5ISR OPPORTUNITIES December 2023 and January 2024
    Buyer not available
    Special Notice DEPT OF DEFENSE DEPT OF THE ARMY is seeking ACC APG DIVISION A CCDC C5ISR OPPORTUNTIES for December 2023 and January 2024. This procurement is for services related to C5ISR (Command, Control, Communications, Computers, Cyber, Intelligence, Surveillance, and Reconnaissance) opportunities. These services are typically used for enhancing the Army's capabilities in areas such as communication, information technology, and intelligence gathering. For more information, please contact Tammy M. Woodard at tammy.m.woodard2.civ@army.mil or Roberta C. Baldwin at Roberta.C.Baldwin.civ@army.mil.
    ACC APG DIVISION A CCDC C5ISR OPPORTUNITIES March 2024
    Buyer not available
    Special Notice DEPT OF DEFENSE DEPT OF THE ARMY is seeking ACC APG DIVISION A CCDC C5ISR OPPORTUNTIES for March 2024. This procurement is for services related to C5ISR (Command, Control, Communications, Computers, Cyber, Intelligence, Surveillance, and Reconnaissance) opportunities. C5ISR is a crucial component of military operations, providing the necessary technology and systems for effective command and control, communication, and intelligence gathering. The procurement aims to fulfill the specific C5ISR needs of the DEPT OF DEFENSE, supporting their mission and operational requirements. For more information, please contact Tammy M. Woodard at tammy.m.woodard2.civ@army.mil or Roberta C. Baldwin at Roberta.C.Baldwin.civ@army.mil.
    ACC APG DIVISION A CCDC C5ISR OPPORTUNITIES JULY 2025
    Buyer not available
    The Department of Defense, through the Army Contracting Command - Aberdeen Proving Ground (ACC-APG), is announcing upcoming federal contracting opportunities related to Command, Control, Communications, Computers, Cyber, Intelligence, Surveillance, and Reconnaissance (C5ISR) initiatives, with a focus on research and development. The procurement aims to enhance military capabilities through various projects, including software development for command systems, sensor integration for autonomous navigation, and cybersecurity solutions, structured primarily as Cost-Plus-Fixed-Fee (CPFF) contracts. These opportunities are critical for advancing defense technologies and supporting both current military systems and future innovations. Interested parties can reach out to primary contact Tammy M. Woodard at tammy.m.woodard2.civ@army.mil or secondary contact Roberta C. Baldwin at Roberta.C.Baldwin.civ@army.mil for further details and guidance on proposal submissions.