Joint Base San Antonio (JBSA) Mission Training Complex (MTC)
ID: W900KK-26-NOI-JBSA-BRGType: Special Notice
Overview

Buyer

DEPT OF DEFENSEDEPT OF THE ARMYW6QK ACC-ORLANDOORLANDO, FL, 32826-3224, USA

NAICS

Engineering Services (541330)

PSC

SUPPORT- PROFESSIONAL: ENGINEERING/TECHNICAL (R425)

Set Aside

8(a) Sole Source (8AN)
Timeline
    Description

    The Department of Defense, specifically the Army Contracting Command-Orlando, intends to award a sole source contract to Trideum Corporation for the Joint Base San Antonio (JBSA) Mission Training Complex Capabilities Support (MTCCS) effort. This contract, valued as a Firm Fixed-Price Bridge Contract, will ensure the continuation of mission command training services at JBSA, following the expiration of the current task order on January 28, 2026. The services are critical for maintaining operational readiness and training for units stationed at JBSA, as no other contractor can provide the necessary expertise and resources without causing a significant break in service. Interested firms must express their capability to meet the requirements by December 24, 2025, and should direct their responses to Will Bass at willie.c.bass2.civ@army.mil.

    Files
    No associated files provided.
    Lifecycle
    Title
    Type
    Similar Opportunities
    Mission Test Support Services - One Month Extension
    Buyer not available
    The Department of Defense, through the U.S. Army Mission and Installation Contracting Command at Yuma Proving Ground, Arizona, intends to extend an existing contract for Mission Test Support Services with TRAX International Corporation. The modification seeks to extend the performance period by one month, from January 15, 2026, to February 14, 2026, to ensure the continuation of essential services while awaiting a decision on a competitive follow-on contract. This contract, classified under NAICS code 541330 for Engineering Services, is critical for supporting military and aerospace equipment testing operations at the Yuma Proving Ground. Interested firms must demonstrate their technical capabilities by December 16, 2025, and can direct inquiries to Amanda Ramirez at amanda.m.ramirez24.civ@army.mil or Tejae Craig at tejae.craig.civ@army.mil.
    Justification and Approval: Support Base Services Ft. Bliss 6 Month Extension
    Buyer not available
    The Department of Defense, through the U.S. Army Mission and Installation Contracting Command at Fort Sam Houston, is seeking a six-month extension for the existing bridge contract W9124J-22-C-0018 with Tatitlek Training Services, valued at $10,521,957, to ensure the continuity of Support Base Services at Fort Bliss, Texas. This extension is critical to maintain mobilization and deployment activities while the agency addresses delays caused by a Government Accountability Office (GAO) protest regarding a competitive task order under the Support Base Services Multiple Award Indefinite Delivery Indefinite Quantity (MA-IDIQ) contract. The incumbent contractor, Tatitlek Training Services, is deemed the only source capable of preventing a disruption in services that could adversely affect national security and troop readiness. Interested parties can reach out to Kevin Vijayan at kevin.vijayan.civ@army.mil or 210-466-2193 for further information.
    DoD BUS CARRIER APPROVAL By DTMO
    Buyer not available
    The Department of Defense, through the Defense Travel Management Office (DTMO), is announcing a special notice regarding the upcoming solicitation for bus and van services at Joint Base San Antonio (JBSA), anticipated to be released around January 2026. The 502d Contracting Squadron is seeking contractors to provide non-personal transportation services that support the operational needs of JBSA Lackland and Fort Sam Houston, including contingency transportation, while ensuring compliance with government scheduling and cleanliness standards. To be eligible for this contract, potential offerors must be Approved DoD Bus Carriers by the DTMO at the time of proposal submission and must hold the necessary Texas licenses and Class B commercial driver's licenses with passenger endorsements. Interested parties should reach out to Barbara A. Jewett at barbara.jewett.1@us.af.mil or 210-652-5454, or Ericka L. McGlone at ericka.mcglone@us.af.mil or 210-652-8586 for further inquiries, noting that this notice is not a solicitation for proposals at this time.
    Sole Source Justification and Approval Posting for W911RX23C0005
    Buyer not available
    The Department of Defense, specifically the Department of the Army, is seeking to finalize a sole source contract for the 360 Leaders Training program under the notice W911RX23C0005. This procurement aims to secure specialized training and curriculum development services that are critical for enhancing leadership capabilities within the military. The training services are intended to support the professional development of military personnel, ensuring they are equipped with the necessary skills for effective leadership. Interested parties can reach out to Christopher A. Richie at christopher.a.richie.civ@army.mil for further details regarding this opportunity.
    USASOC Special Operations Mission Training Center
    Buyer not available
    The Department of Defense, through the U.S. Army Special Operations Command (USASOC), is seeking qualified contractors to provide support services for the Special Operations Mission Training Center (SOMTC) located at Fort Bragg, North Carolina. The procurement aims to secure non-personal services that include personnel, supervision, and resources necessary for training the USASOC operating and generating force, as well as Joint Special Operations Forces, with a focus on Mission Readiness Exercises (MRX) and comprehensive IT support. This opportunity is critical for enhancing the interoperability of Army Mission Command Systems and ensuring effective training for Special Operations Forces, with a contract period consisting of a 12-month base period and four 12-month option periods. Interested contractors must submit a Statement of Capability by December 19, 2025, to Justin Burke at justin.burke@socom.mil or Debbie Harris at debbie.harris.civ@socom.mil, and must be registered in SAM.gov to participate.
    Jackson Public School University Residential STEM (Health Career Fields) Camp for USACC
    Buyer not available
    The Department of Defense, through the Mission Installation Contracting Command-Ft Knox, is seeking a sole-source vendor for the Jackson Public School University Residential STEM Camp focused on health career fields for JROTC Cadets. The contract, valued at $85,532.00, aims to provide residential STEM training, including lodging, facilities, and meals for approximately 120 cadets over two cycles in June 2023, with William Carey University identified as the sole-source provider due to its unique capabilities in meeting specific training and safety requirements. This initiative is crucial for delivering essential STEM education to cadets, ensuring they receive quality training that has been successfully provided by WCU for over four years. Interested parties can reach out to Brittney Morrison at brittney.d.morrison.civ@army.mil for further information.
    Bridge for Biomedical Equipment Technicians
    Buyer not available
    The Department of Defense, specifically the Department of the Army, is seeking to procure services related to the maintenance, repair, and rebuilding of medical, dental, and veterinary equipment and supplies at Joint Base San Antonio (JBSA) Ft Sam Houston, Texas. This opportunity is focused on supporting biomedical equipment technicians, ensuring that critical medical equipment remains operational and effective for military healthcare services. The procurement is vital for maintaining the readiness and reliability of medical equipment used in various military operations. Interested parties can reach out to Kathy Clayton at kathy.g.clayton.civ@health.mil or by phone at 210-539-8663 for further details regarding this opportunity.
    Mortar Fire Control Systems (MFCS) Hardware and Operator New Equipment Training and Maintainer New Equipment Trainng (OPNET/MNET) Services
    Buyer not available
    The Department of Defense, through the U.S. Army Contracting Command–New Jersey, is seeking to extend the ordering period for the Mortar Fire Control Systems (MFCS) Hardware and Operator New Equipment Training and Maintainer New Equipment Training (OPNET/MNET) Services. This procurement involves a modification to Contract W15QKKN-17-D-0007, which will extend the ordering period by one year and increase the maximum contract value to facilitate the production, kitting, delivery, fielding, testing, and training associated with the Mortar Fire Control Systems. These systems are critical for enhancing the operational capabilities of U.S. Army units. Interested parties can reach out to Michael Samra at michael.w.samra.civ@army.mil or by phone at 973-724-3965, or contact Amy Sentner at amy.sentner.civ@army.mil or 609-562-5649 for further details.
    J&A
    Buyer not available
    The Department of Defense, specifically the Department of the Army through the W4GG HQ US Army TACOM, is issuing a Justification and Approval (J&A) for Contract W56HZV-18-D-0004 P00006. This procurement relates to armament training devices, which are critical for military training and operational readiness. The J&A document outlines the necessity for these devices to ensure effective training programs for military personnel. Interested parties can reach out to Mark Hilson at mark.d.hilson.civ@army.mil or Patricia Pierce at patricia.pierce3.civ@army.mil for further details regarding this opportunity.
    First Sergeant Academy Guest Speaker (Intent to Sole Source)
    Buyer not available
    The Department of Defense, specifically the Department of the Air Force, intends to award a sole-source contract to Courageous Leadership Alliance, INC. for guest instructor services at the First Sergeant Academy located at Maxwell Air Force Base in Alabama. The contractor will provide onsite training focused on personal, group, and organizational development, along with compatible digital instructional materials and portable student handouts. This Firm-Fixed Price contract, which falls under NAICS code 611430, is set to run from February 1, 2025, to January 31, 2030, and interested parties must submit their capability statements and company information by December 15, 2025, at 12:00 pm CST to be considered. For further inquiries, interested vendors can contact SSgt Khadijah Jones at khadijah.jones.1@us.af.mil or LaChandra Thompson at lachandra.thompson@us.af.mil.