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) 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.

    Point(s) of Contact
    Files
    Title
    Posted
    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)
    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.
    C2 Digital and Simulation Support
    Buyer not available
    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.
    Implementation of Advanced Government Simulation Capabilities (IAGSC)
    Buyer not available
    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.
    US Army Special Operations Instructional Support Services
    Buyer not available
    The U.S. Army Special Operations Command (USASOC) is seeking information from industry sources capable of providing instructional support services for Special Operations Forces (SOF) training at Fort Bragg, North Carolina. This opportunity is part of a market research effort to identify potential contractors who can deliver essential non-personal services, including role players, subject matter experts, and logistical support for various training exercises, as outlined in the Draft Performance Work Statement (PWS). The contract is anticipated to have a base period of 12 months with four additional option periods, emphasizing the importance of maintaining operational readiness through realistic training environments. Interested contractors must submit their capability statements by December 9, 2025, at 10:00 AM EST, to Maegan Castro and Justin Burke via the provided email addresses, ensuring compliance with all submission guidelines.
    Operational Test Command, Base Test Support Services Follow-On
    Buyer not available
    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 acquisition. This procurement aims to support the operational testing of Army systems and equipment, ensuring they meet performance standards and operational requirements. The Virtual Industry Day scheduled for December 17, 2025, will provide potential contractors with essential information regarding the BTSS requirements, and attendees must register in advance by December 15, 2025. For further inquiries, interested parties can contact Avangela Ligons-Sutton at avangela.y.ligons-sutton.civ@army.mil or Ingrid Smith at ingrid.v.smith.civ@army.mil.
    MAFT (IFT-R)
    Buyer not available
    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.
    Military Free Fall Training Support Services
    Buyer not available
    The Department of Defense, through the Naval Supply Systems Command (NAVSUP) Fleet Logistics Center Norfolk, is seeking to award a Firm Fixed Price indefinite delivery indefinite quantity (IDIQ) contract for Military Free Fall (MFF) Training Support Services for the Commander, Explosive Ordnance Disposal Group TWO (COMEODGRU TWO). The contractor will be responsible for providing fully qualified Accelerated Free Fall Instructors, parachute riggers, and other personnel necessary for instructional support and quality assurance inspection related to the course of instruction. This procurement is crucial for maintaining the operational readiness and training standards of military personnel involved in explosive ordnance disposal operations. The solicitation is expected to be available on or around February 2, 2026, and interested contractors should direct inquiries to Sherell Brown at sherell.g.brown.civ@us.navy.mil or Morgan Olszak at morgan.e.olszak.civ@us.navy.mil.
    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.
    Tac-Med Manikins
    Buyer not available
    The Department of Defense, through the Department of the Air Force's 502D Contracting Squadron, is conducting market research for the procurement of Tac-Med Manikins, which are essential for Tactical Combat Casualty Care (TCCC) training at Joint Base San Antonio-Lackland, Texas. The requirement includes various types of manikins, such as Upper Trauma Trainers, Lower Patient Simulator Emergency Medical Trauma Trainers, and Female Modular Manikins, along with associated services like new equipment training and an annual repair program. These manikins will be utilized by approximately 900 trainees and instructors weekly during simulated combat scenarios, highlighting their critical role in military medical training. Interested vendors are encouraged to submit their capabilities and responses to the Request for Information (RFI) by December 8, 2025, at 10:00 AM CST, with inquiries directed to Jack Caniglia at jack.caniglia.3@us.af.mil.
    Bridge to Evolution STE TESS (BEST) Multi Award Contract (MAC)
    Buyer not available
    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.