Draft PWS for the MIOSS Program
ID: MIOS-2026Type: Presolicitation
Overview

Buyer

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

NAICS

All Other Professional, Scientific, and Technical Services (541990)

PSC

EDUCATION/TRAINING- GENERAL (U009)

Set Aside

8a Competed (8A)
Timeline
    Description

    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 objective of this procurement is to establish a contract that supports teacher-led medical training and scenario-based training, focusing on enhancing the medical skills of Combat Medics and other military personnel through the use of training aids, devices, simulators, and simulations (TADSS). This initiative is crucial for ensuring that military personnel are adequately prepared for medical situations in various environments, including classrooms and field exercises. Interested contractors are encouraged to submit questions and comments regarding the Draft Performance Work Statement (PWS) by January 6, 2026, with an Industry Day scheduled for January 21, 2026, at Fort Stewart, GA. For further inquiries, contractors may contact Carly Haning at carly.j.haning.civ@army.mil or Christina Minnon at christina.l.minnon.civ@army.mil.

    Point(s) of Contact
    Files
    Title
    Posted
    This Performance Work Statement (PWS) outlines the requirements for Medical Simulation Training Center (MSTC) Instructor Operator Support Services (MIOSS). The MIOSS contract aims to provide instructor/operator (I/O) support for medical training aids, devices, simulators, and simulations (TADSS) worldwide. The training focuses on enhancing Warfighter medical skills, particularly for Combat Medics (68W MOS), through teacher-led and scenario-based training in various settings, including classroom, hands-on, trauma lanes, and distance learning. The PWS details general requirements such as non-personal services, business relations, contract administration, personnel administration (including OCONUS and specific country requirements like Germany and Republic of Korea), organizational conflicts of interest, subcontract management, work location and hours, travel, government-furnished materials, quality assurance, and security. Performance requirements include providing medical skills training, supporting U.S. military exercises, and complying with specific medical certification standards. The document also covers phase-in/phase-out tasks, program management reviews, and deliverables, ensuring comprehensive support for Army medical simulation training.
    The Program Executive Office for Simulations, Training, and Instrumentation (PEO STRI) has issued a pre-solicitation DRAFT Performance Work Statement (PWS) for the Medical Simulation Training Center (MSTC) Instructor Operator Support Services (MIOSS) contract. This informational posting seeks input from qualified 8(a) Small Business Contractors regarding the provision of Instructor/Operator (I/O) support for teacher-led medical and situational scenario-based training, as well as services related to medical Training Aids, Devices, Simulators, and Simulations (TADSS) instruction and operation. Interested contractors are invited to submit questions and comments by January 6, 2026, at 2:00 pm (EST) to Carly Haning and Christina Minnon. An Industry Day is planned for the week of January 11, 2026, at Fort Stewart, Georgia, with details to be updated. This is solely for information and planning, not a solicitation, and the government will not compensate for submitted information. Any future solicitation will be posted on SAM.gov.
    The provided document is a blank template for submitting questions or comments related to a Performance Work Statement (PWS) section. It consists of a table with columns for
    Lifecycle
    Title
    Type
    Presolicitation
    Similar Opportunities
    M00264-26-RFI-001 Marine Corps Information Maneuver School (MCIMS)
    Dept Of Defense
    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.
    10th SFG Austere Care and EMT Training
    Dept Of Defense
    The Department of Defense, specifically the U.S. Army Materiel Command at Fort Carson, Colorado, is seeking proposals for a Firm-Fixed-Price service contract to provide Austere Medical Care training for the 10th Special Forces Group (SFG). This training encompasses the Special Operations Forces Austere Medical Technician (SOFAMT) scope of practice, preparation for National EMT and/or NREMT-B certification, Tactical Combat Casualty Care (TCCC), and Prolonged Field Care, all to be conducted within 25 miles of Fort Carson. The contract is a 100% small business set-aside, with a total award amount of $16 million, and proposals are due by December 31, 2025, at 10:00 AM MST. Interested parties must have an active registration in the System for Award Management (SAM) and adhere to strict brand-name requirements, with questions due by December 26, 2025, at 10:00 AM MST, directed to SFC China Mathews at china.a.mathews.mil@army.mil.
    Tactical Medical Training (TCCC / AMT Support)
    Dept Of Defense
    The Department of Defense, specifically the Department of the Navy, is seeking to award a sole-source contract for Tactical Medical Training (TCCC / AMT Support) to Tier 1 Group. This training program is designed to enhance the skills of operators in applying life-saving techniques in battlefield scenarios, focusing on critical areas such as hemorrhage management, airway management, and shock management, among others. The training emphasizes a low student-to-instructor ratio to ensure effective learning and skill development. Interested parties can reach out to Franklin Smith at franklin.smith@usmc.mil or Parren Tatum at parren.tatum.civ@usmc.mil for further information regarding this opportunity.
    Synopsis- AMSO M&S Support Services
    Dept Of Defense
    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.
    MAFT (IFT-R)
    Dept Of Defense
    The Department of Defense, specifically the Department of the Air Force, is seeking qualified contractors to provide initial and seasoning training for rotary wing aircrew, specifically for Bell 206 pilots. The procurement aims to fulfill the training requirements outlined in the Statement of Work (SOW) dated January 27, 2023, ensuring that Air Force pilots receive the necessary education and technical skills for effective operation of the Bell 206 aircraft. This training is crucial for maintaining operational readiness and enhancing the capabilities of Air Force pilots. Interested parties can contact Kodi Davis at kodi.davis@us.af.mil or by phone at 210-625-6904 for further details regarding this opportunity.
    Implementation of Advanced Government Simulation Capabilities (IAGSC)
    Dept Of Defense
    The Department of Defense, specifically the Department of the Air Force, is seeking industry participation for the Implementation of Advanced Government Simulation Capabilities (IAGSC) through a Sources Sought notice. This initiative aims to acquire non-personal services for software development, modeling and simulation integration, advanced research and development, cybersecurity measures, and lifecycle software testing, all critical for enhancing the capabilities of various DoD systems. The anticipated contract will be a Multiple Award Indefinite Delivery, Indefinite Quantity (IDIQ) with a ceiling of approximately $750 million, and it is expected to span a five-year ordering period with an additional five-year option. Interested parties must submit their responses, including a capabilities white paper and feedback on the draft Performance Work Statement, by March 28, 2025, and are encouraged to participate in an Industry Day scheduled for April 15, 2025, at Wright-Patterson Air Force Base, Ohio. For further inquiries, contact Carmen Mertz at carmen.mertz@us.af.mil or Austin Hurst at austin.hurst.2@us.af.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.
    Surgical Skills
    Dept Of Defense
    The Department of Defense, specifically the Air Force Special Operations Command (AFSOC), is seeking sources for non-personal support services for its Surgical Skills Training Program located in Birmingham, Alabama. This program is designed to provide two weeks of surgical skills training to Pararescue and Special Operations Independent Duty Medical Technician personnel, conducted 12 times annually, with the contractor responsible for managing, coordinating, and documenting training operations while providing necessary administrative and logistical support. The contractor will embed military medical trainees in a Level I civilian trauma hospital to ensure exposure to high-acuity surgical and emergency care, with deliverables including Monthly Status Reports and Annual Audit Reports. Interested parties must submit capability statements by December 26, 2025, detailing their experience and business size, and can contact Erin Willcox or Lacey Shalenko for further information.
    Live-Fire Flashover Simulator
    Dept Of Defense
    The Department of Defense, specifically the Department of the Army, is seeking proposals for a Live-Fire Flashover Simulator, which includes dual temperature monitoring and installation/training for fire department instructors. This procurement aims to provide a reusable training tool that enhances the capabilities of fire department personnel in managing flashover scenarios, a critical aspect of firefighting training. The contract is set aside for small businesses under the SBA guidelines, with the place of performance located at USGA - Fort Belvoir, VA. Interested vendors can reach out to Matthew Haight at matthew.r.haight2.civ@army.mil or by phone at 703-805-2242 for further details.
    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.