Aviation Future Capability Directorate (A-FCD) support for Modernization Activities
Overview
Buyer
Place of Performance
NAICS
PSC
Set Aside
Original Source
Timeline
Qualification Details
Fit reasons
- NAICS alignment with historical contract wins in similar service areas.
- Scope strongly matches core technical capabilities and delivery model.
Risks
- Past performance thresholds may require one additional teaming partner.
- Potential clarification needed on staffing minimums before bid/no-bid.
Next steps
Validate eligibility requirements, assign capture owner, and schedule partner outreach to confirm teaming strategy before submission planning.
Quick Summary
The Mission and Installation Contracting Command (MICC), Fort Rucker, AL, is conducting market research for Aviation Future Capability Directorate (A-FCD) support for Modernization Activities. This Sources Sought aims to identify qualified parties for non-personal services to support the U.S. Army Aviation Center of Excellence (USAACE) at Fort Rucker, AL. Responses will inform the acquisition strategy, which may be set-aside for small businesses or proceed as full and open competition. Capabilities statements are due by April 22, 2026, 5 PM CST.
Scope of Work
The requirement is for non-personal services providing professional support to A-FCD and assigned T2COM Units. Key tasks include:
- Providing analytical support to A-FCD Directors and Training and Lessons Learned Managers (TLLM).
- Offering recommendations to influence materiel development and future Army policy.
- Assessing the impact of proposed capabilities on Doctrine, Organization, Training, Materiel, Leader Development, Personnel, Facilities and Policy (DOTmLPF-P).
- Supporting the development of operational methodologies for requirements documentation.
- Providing subject matter expertise for manned and unmanned aviation systems, including Reconnaissance/Attack, Utility/Cargo, rotary/vertical lift aircraft, aviation weapons, munitions, and associated Training Aids, Devices, Simulators, and Simulations (TADSS).
- Supporting Joint Capability Integration and Development System (JCIDS) processes and writing/revising JCIDS documents.
- Conducting analysis for formation-based assessments, simulation activities, and capability needs assessments.
Contract Details
- Type: Sources Sought (Anticipated Firm Fixed Price contract)
- NAICS: 541990 (Other Professional, Scientific, and Technical Services) with a $19.5M Small Business Size Standard.
- PSC: R499 (Other Professional Services)
- Place of Performance: Fort Rucker, AL (100% Off-Site Contractor)
- Period of Performance: Anticipated base year plus four (4) option years, commencing TBD 2026.
Submission Requirements
Interested parties must submit a capabilities statement (max 10 pages, Times New Roman, 10 pitch) via email to shonta.l.curtis.civ@army.mil by the deadline. Submissions should address:
- Past performance on similar requirements.
- Experience managing tasks of this nature and subcontractor teams.
- Specific technical skills relevant to the effort.
- Ability to meet the Small Business 50% performance rule (if applicable).
- Company profile (size, type of ownership, DUNS, etc.) and specific small business designations.
- Ability to meet Facility and Safeguarding requirements.
Evaluation & Next Steps
Responses will be evaluated to assess market capacity, corporate resources, project management capabilities, and ability to perform under a performance-based service acquisition contract. The government will use this market research to determine the appropriate set-aside strategy (Small Business or Full and Open Competition). This is for informational purposes only and does not constitute a solicitation.
Special Requirements
This is a non-personal services contract subject to the Service Contract Act. Contractor personnel will require specific security clearances (Secret, and Top Secret-SCI for certain positions) and must complete various training (e.g., AT Level I, OPSEC, IA, PII). A Quality Control Plan (QCP) and compliance with Government Furnished Property (GFP) plan are required.