CSO Call 003 TRANSCOM "Medical" Regulating and Command & Control Evacuation System (TRAC2ES)
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 U.S. Transportation Command (USTRANSCOM) has issued CSO Call 003 for the "Medical" Regulating and Command & Control Evacuation System (TRAC2ES). This Commercial Solutions Opening seeks innovative solutions for the enhancement, sustainment, and modernization of the critical TRAC2ES system, which manages global patient movement and sensitive PII/PHI. The estimated value for this FAR-based contract is $27M to $37M. Solution Briefs are due March 26, 2026.
Purpose & Scope
USTRANSCOM aims to modernize TRAC2ES, a vital system integrating medical regulating, patient evacuation, and command and control decision support. The scope includes improving scalability, performance, cybersecurity, interoperability, and operational efficiency. Key requirements involve developing secure, user-friendly mobile applications for DIL environments, ensuring compliance with Department of War (DoW) standards including Zero Trust principles, and deploying across UNCLASSIFIED and SECRET multi-cloud platforms (Azure, AWS at IL 2-6). The effort also requires agile methodologies (CI/CD), migration to a cloud-agnostic environment using containerization and serverless computing, AI-powered development automation, and robust Zero Trust Architecture (ZTA) with advanced ICAM and micro-segmentation. Compliance with HIPAA (as a Business Associate) and CMMC Level 2 self-assessment is mandatory, alongside leveraging AI/ML for optimizing patient movement and providing a 24/7/365 global Tier II/III Service Desk.
Contract Details
- Contract Type: FAR-based contract (Commercial Solutions Opening)
- Period of Performance: June 1, 2026, to May 31, 2031 (12-month base + 4 12-month option periods)
- Estimated Value: $27,000,000 to $37,000,000
- Set-Aside: Not specified
- Product Service Code: DA01 (Application Development and Support Services)
- Place of Performance: Scott Air Force Base, IL
Submission & Evaluation
- Phase I Submissions: White paper, associated PowerPoint briefing, Rough Order of Magnitude (ROM), and a Firm fixed pricing model.
- Solution Briefs Due: March 26, 2026, by 10:00 AM (CT)
- Questions Due: March 19, 2026, by 10:00 AM (CT)
- Evaluation: Based on comprehensive, integrated solutions addressing Areas of Interest (AoI) attributes. Generic capability statements and partial solutions will not be evaluated. Solutions should be mature, with a minimum viable product deployable within 30 days of award. Partnerships and teaming arrangements are encouraged.
Key Attachments & Requirements
- Technical Data Package (TDP): A file list (Atch 2) outlines documents available upon request via DOD SAFE. Access to the full TDP requires a Nondisclosure Agreement (NDA) (Atch 3).
- Governing Guidance: Atch 1 lists relevant federal regulations, DoD Directives, and NIST publications for security and compliance.
- Compliance: Bidders must be HIPAA compliant as a Business Associate and CMMC Level 2 self-assessment compliant.
Contacts
- Primary: Teyroko Perkins (teyroko.s.perkins.civ@mail.mil, 618-817-9493)
- Secondary: Emily J. Vosse (emily.j.vosse.civ@mail.mil)