Synopsis- AMSO M&S Support Services
ID: W912CH26RA006Type: Presolicitation
Overview

Buyer

DEPT OF DEFENSEDEPT OF THE ARMYW6QK ACC- DTAWARREN, MI, 48397-5000, USA

NAICS

Engineering Services (541330)

PSC

SUPPORT- PROFESSIONAL: PROGRAM MANAGEMENT/SUPPORT (R408)
Timeline
    Description

    The Department of Defense, specifically the Army Contracting Command Detroit-Arsenal (ACC-DTA), intends to award a sole source contract to Trideum Corporation for Modeling and Simulation (M&S) support services at the U.S. Army Center for Army Analysis. This contract will provide continuous M&S services in support of the Strategy and Resources and Simulation Proponent and School Branches of the Army Modeling and Simulation Office (AMSO), utilizing the Department of Defense's Employee Stock Ownership Plan (ESOP) Pilot Program. The solicitation for this opportunity will be posted on SAM.gov approximately 15 days from the date of this notice, and while the award is intended to be sole source, other interested parties may submit a capabilities statement for consideration. For further inquiries, interested parties can contact Kelsey Greenwell at kelsey.d.greenwell.civ@army.mil or by phone at 571-588-8898.

    Point(s) of Contact
    Files
    No associated files provided.
    Lifecycle
    Title
    Type
    Presolicitation
    Similar Opportunities
    Joint Base San Antonio (JBSA) Mission Training Complex (MTC)
    Dept Of Defense
    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.
    DRRS Sustainment and Maintenance Sole Source J&A
    General Services Administration
    The General Services Administration (GSA) is seeking to award a sole source contract for the sustainment and maintenance of the Defense Readiness Reporting System-Strategic (DRRS-S). This contract will encompass all aspects of operation, maintenance, training, help desk services, and management support for the DRRS-S, including cybersecurity, systems engineering, integration, and system testing, to meet the evolving needs of the Department of Defense (DoD). The contract is intended as a 12-month bridge solution while the DoD develops a long-term requirement for the DRRS-S program, with justification for other than full and open competition based on the need for specialized services that would incur substantial duplication of costs or unacceptable delays if sourced elsewhere. Interested parties can contact Robert Johnson at robert.f.johnson@gsa.gov or 913-271-2291 for further details.
    Sole Source Justification Aviation Command & Control Simulations-Plexsys Interface Products, Inc
    Dept Of Defense
    The Department of Defense, specifically the Department of the Navy, is seeking to procure Aviation Command & Control Simulations from Plexsys Interface Products, Inc. This sole source justification is aimed at supporting the 2023 MACG-18 MISTEX exercise, highlighting the critical need for specialized training aids and devices in military operations. The procurement is classified under the PSC code W069, which pertains to the lease or rental of equipment for training purposes. Interested parties can reach out to Adrian P. Powell at adrian.p.powell@usmc.mil or call 315-645-4637 for further details regarding this opportunity.
    U.S. Army Contracting Command – Detroit Arsenal (ACC-DTA) Strategic Services Branch Commercial Solutions Opening (CSO)
    Dept Of Defense
    The U.S. Army Contracting Command – Detroit Arsenal (ACC-DTA) is issuing a Commercial Solutions Opening (CSO) to acquire innovative commercial items, technologies, and services under Solicitation Number W912CH-25-S-C001. This initiative aims to streamline the procurement process, allowing for flexible contract types, including fixed-price options, to address diverse requirements across various Army organizations, thereby enhancing operational readiness and efficiency. The CSO is continuously open until June 30, 2030, inviting submissions of solution briefs, presentations, and commercial solution proposals, with evaluations based on responsiveness, technical merit, and funding availability. Interested parties can contact Kelsey Greenwell at kelsey.d.greenwell.civ@army.mil or 571-588-8898 for further information.
    ABAQUS SOFTWARE TRAINING
    Dept Of Defense
    The Department of Defense, specifically the Naval Surface Warfare Center Indian Head Division (NSWC IHEODTD), intends to award a sole-source contract for ABAQUS software training to Trimech, located in Columbia, Maryland. This procurement aims to secure specialized training services for the ABAQUS software, which is critical for advanced modeling and simulation in defense applications. The contract will be a firm fixed price agreement, with a performance period not exceeding September 30, 2026, and is being pursued under noncompetitive procedures due to Trimech being the only known source capable of fulfilling the government's requirements. Interested parties may express their capabilities by December 17, 2025, and should direct inquiries to Tammy Kershner at tammy.r.kershner.civ@us.navy.mil.
    Altair HyperWorks Software Maintenance - J&A Redaction
    Dept Of Defense
    The Department of Defense, specifically the Department of the Army, is seeking to award a non-competitive Firm Fixed Price (FFP) contract to Altair Engineering, Inc. for software maintenance services related to the Altair HyperWorks software. This procurement is essential for the Ground Vehicle Systems Center (GVSC) engineers, as the software is critical for designing and simulating military vehicle systems and components, thereby supporting vital mission requirements. The estimated contract value is $615,636.00, funded by Research, Development, Test and Evaluation (RDT&E) Fiscal Year 2023 funding, with the justification for a sole-source award stemming from the proprietary nature of the software and the potential costs and productivity losses associated with switching to an alternative system. Interested parties can reach out to Asoma A. Al Najjar at asoma.a.alnajjar.civ@army.mil or Jeffrey B. Yeager at jeffrey.b.yeager2.civ@army.mil for further inquiries.
    Intent to Award Sole Source AMS
    Dept Of Defense
    The Department of Defense, specifically the United States Air Force, intends to award a sole-source Firm-Fixed-Price Purchase Order to the American Mathematical Society (AMS) for access to MathSciNet, covering the period from January 1, 2026, to December 31, 2026, with two additional option years. This procurement is justified under FAR 13.106-1(b)(1)(i) and aims to provide essential online access to mathematical literature and research resources, which are critical for the Air Force's operational and research needs. Interested parties are invited to submit capability statements demonstrating how their offerings meet specific product characteristics, including full-text access and advanced search functionalities, with responses due by December 20, 2025, at 12:00 PM EST. For further inquiries, interested vendors may contact Ja’Quan Dangerfield at jaquan.dangerfield@us.af.mil or Kerisha Wordlaw at kerisha.wordlaw.1@us.af.mil.
    BRAND NAME SOLE SOURCE – ANSYS MODEL CENTER AND STK SOFTWARE
    Dept Of Defense
    The Department of Defense, specifically the Department of the Navy through NSWC Crane, is seeking to procure ANSYS Model Center and STK software via a brand name sole source justification. This procurement is aimed at acquiring specific software solutions that are critical for business application and application development within the IT and telecom sector. The selected software will play a vital role in enhancing operational capabilities and supporting various defense-related projects. Interested parties can reach out to Kacy Jones at Kacey.l.jones5.civ@us.navy.mil for further details regarding this opportunity.
    Army Enterprise Service Management Platform (AESMP) System Engineering and Technical Assistance (SETA) Support Bridge
    Dept Of Defense
    The Department of Defense, specifically the Army Contracting Command of Rock Island, is awarding a firm fixed price sole source contract to OBXTEK for continued support of the Army Enterprise Service Management Platform (AESMP) through System Engineering and Technical Assistance (SETA). This procurement aims to ensure ongoing technical support and management for the AESMP, which is critical for the Army's operational efficiency and service management capabilities. The justification for this sole source contract is detailed in the attached Justification and Approval (J&A) document, which outlines the rationale for not pursuing competitive bidding for this bridge action. For further inquiries, interested parties can contact Alex Hatlestad at alex.j.hatlestad.civ@army.mil.
    FY26_Notice of Intent to Award Sole Source_Instructional Management and Learning Support Requirement
    Dept Of Defense
    The Department of Defense, specifically the Department of the Air Force, intends to award a sole source contract to C2 Technologies, Inc. for Instructional Management and Learning Support at Maxwell Air Force Base, Alabama. This contract, which spans a period of seven months from February 19 to September 25, 2026, aims to provide essential management, instruction, and program enhancements for both graduate and undergraduate levels at Air University. Interested parties are invited to submit capability statements by December 18, 2025, to the primary contacts, Samantha Millington and Mark K. Restad, via the provided email addresses and phone numbers, as this notice serves informational purposes only and does not constitute a request for competitive proposals.