- Gap review, remediation roadmap, and implementation support
- Policy package, evidence mapping, and submission prep
- Designed for primes and subs across non-tech and tech work
Marine Corps Tactical Instrumentation System
Presolicitation from DEPT OF THE NAVY • DEPT OF DEFENSE. Place of performance: FL. Response deadline: Mar 01, 2026. Industry: PSC J069.
CMMC support options for this DoD solicitation
As DoD CMMC rollout expands, approximately 80%+ of DoD solicitations are expected to include cybersecurity/CMMC requirements, including many non-tech scopes.
- Structured checklist, AI guidance, and progress tracking
- Build evidence and controls with clearer next-step workflows
- Ideal for teams that want speed plus affordability
Related hubs & trends
Navigate the lattice: hubs for browsing, trends for pricing signals.
Point of Contact
Agency & Office
Description
THIS SYNOPSIS IS FOR INFORMATIONAL PURPOSES ONLY. The Marine Corps Systems Command (MARCORSYSCOM), intends to enter into sole source negotiations and subsequently award a sole source Indefinite Delivery/Indefinite Quantity (IDIQ) contract to Saab, Inc., 85 Collamer Crossings, East Syracuse, New York- 13057, United States (CAGE Code: 6ZQN9). This effort is estimated for award in fourth quarter of fiscal year 2026 consisting of five one-year ordering periods. a period of performance of 60 months.
The anticipated IDIQ is for Force on Force Training System- Next (FoFTS-Next) Marine Corps Tactical Instrumentation System (MCTIS) support. Program Manager, Training Systems (PM TRASYS) requires comprehensive lifecycle sustainment services for the Force on Force Training Systems-Next (FoFTS-Next) program of record. These services include Contractor Logistics Support (CLS), Training Event and Exercise Support, Train-the-Trainer Support, Engineering Support, Training Systems Integration, and Post-Deployment Software Support (PDSS). This critical support will enable the program office to fulfill its responsibility to maintain and sustain the FoFTS-Next training capability. The FoFTS-Next capability is critical to Marine Corps training readiness, providing instrumented force-on-force training across seven geographic locations. The Marine Corps Tactical Instrumentation System (MCTIS), which is the core component of FoFTS-Next, is comprised of a Command and Control network and sensor systems for individuals, vehicles, buildings, and weapon surrogates.
The FoFTS-Next consists of the following configurations:
• Marine Corps Tactical Instrumentation System-Personnel (MCTIS-P)
• Marine Corps Tactical Instrumentation System-Vehicle (MCTIS-V)
• Marine Corps Tactical Instrumentation System-Combat Vehicle (MCTIS-CV)
• Marine Corps Tactical Instrumentation System-Weapon Surrogate (MCTIS-WS)
The MCTIS program facilitates training by allowing Marines to accomplish core competencies within their respective Training and Readiness events, thereby supporting commanders' Mission Essential Tasks training in a more authentic, multisensory training environment.
Period of Performance is estimated 1 September 2026 through 31August 2031.
The Goverment has determined that Saab, Inc is the only company capable of providing the lifecycle sustainment support for the FoFT-Next MCTIS program. PM TRASYS intends to negotiate and award a sole source contract with Saab, Inc. under the authority of FAR 6.302-1, "Only One Responsible Source and No Other Supplies or Services Will Satisfy Agency Requirements." In accordance with FAR 6.302-1(a)(2), Saab Inc., as the Original Equipment Manufacturer (OEM) of the MCTIS, is the only known responsible source with the requisite knowledge, experience, data rights, and technical expertise to provide the services described above. In order for a contractor other than Saab, Inc to provide the lifecycle sustainment support to the FoFT-Next MCTIS program, Saab, Inc. and the Government would be required to provide the selected vendor with a comprehensive Technical Data Package (TDP) for which the Government currently only has limited rights. Therefore, PM TRASYS is currently unable to provide the associated technical data necessary in order to foster a competitive procurement.
THIS NOTICE IS NOT A REQUEST FOR COMPETITIVE PROPOSALS. ” Unless stated herein, no additional information is available. Requests for the same will be disregarded. Responsible interested parties may identify their interest and capability by responding to this requirement. The Unite States Government (USG) will consider all capability information received
prior to the closing date of this synopsis. Information received will normally be considered solely for the purpose of determining whether to conduct a competitive procurement. A determination by the Government not to compete with this proposed contract based upon responses to this notice is solely within the discretion of the Government. All submissions become USG property and will not be returned. Contractors are advised the USG will not pay for any information or administrative costs incurred in response to this notice of intent No phone inquiries will be entertained. Reponses shall be made in writing by email to the attention of Ms. Tania Mercado, and Ms. Nicole Batts using the contact information provided in this synopsis
GENERAL INFORMATION: The information provided herein is subject to change and is not binding on the USG. The USG has not made a commitment to procure any of the supplies or services discussed. This notice should not be construed as a commitment or as authorization to incur cost for which reimbursement would be required or sought.
Files
Files size/type shown when available.
BidPulsar Analysis
A practical, capture-style breakdown of fit, requirements, risks, and next steps.
This is a presolicitation synopsis for a planned sole-source IDIQ award to Saab, Inc. (CAGE 6ZQN9) for Force on Force Training System–Next (FoFTS-Next) Marine Corps Tactical Instrumentation System (MCTIS) lifecycle sustainment. The contemplated contract is described as five one-year ordering periods with an overall 60-month period of performance, estimated 1 September 2026 through 31 August 2031, and an expected award in Q4 FY2026. Scope includes CLS, training event/exercise support, train-the-trainer, engineering, training systems integration, and PDSS supporting instrumented force-on-force training across seven geographic locations. The Government cites FAR 6.302-1 (Only One Responsible Source) based on Saab being the OEM and the Government having only limited rights to the technical data package.
Maintain and sustain the FoFTS-Next program of record by procuring comprehensive lifecycle sustainment services for MCTIS (command-and-control network plus sensors for individuals, vehicles, buildings, and weapon surrogates) across multiple configurations (MCTIS-P, MCTIS-V, MCTIS-CV, MCTIS-WS) to preserve Marine Corps training readiness at seven geographic locations.
- IDIQ lifecycle sustainment for FoFTS-Next / MCTIS across five one-year ordering periods (60 months total).
- Contractor Logistics Support (CLS) for MCTIS hardware/network and associated support elements.
- Training Event and Exercise Support for FoFTS-Next instrumented force-on-force training.
- Train-the-Trainer support tied to FoFTS-Next/MCTIS fielding and operations.
- Engineering Support for MCTIS configurations (MCTIS-P, -V, -CV, -WS) and the command-and-control network/sensor ecosystem.
- Training Systems Integration to keep MCTIS integrated with the broader training environment/capability.
- Post-Deployment Software Support (PDSS) for FoFTS-Next/MCTIS software in operational training use.
- Multi-site support across seven geographic locations (specific sites not listed in synopsis).
- If submitting capability information: a concise statement addressing ability to provide FoFTS-Next / MCTIS lifecycle sustainment services (CLS, training event/exercise support, train-the-trainer, engineering support, training systems integration, PDSS).
- Evidence of requisite knowledge/experience/data rights specific to MCTIS/FoFTS-Next, given the Government’s stated limitation of TDP rights.
- Corporate identifiers and proof points relevant to this program (e.g., ability to support MCTIS-P, MCTIS-V, MCTIS-CV, MCTIS-WS and the command-and-control network).
- Operational approach for supporting seven geographic locations (even if sites are not listed, describe coverage model).
- Email submission in writing to the attention of Ms. Tania Mercado and Ms. Nicole Batts per synopsis instructions; no phone inquiries.
Source coverage notes
Some notices publish limited source detail. Confirm these points before final bid/no-bid decisions.
- NAICS code(s)
- Set-aside/competition details beyond sole-source synopsis (e.g., any small business considerations)
- Office/address and place of performance specifics (seven locations not identified)
- Exact capability-submission instructions from the referenced attachment/resource (if any)
FAQ
How do I use the Market Snapshot?
It summarizes awarded-contract behavior for the opportunity’s NAICS and sector, including a recent pricing band (P10–P90), momentum, and composition. Use it as context, not a guarantee.
Is the data live?
The signal updates as new awarded notices enter the system. Always validate the official award and solicitation details on SAM.gov.
What do P10 and P90 mean?
P10 is the 10th percentile award size and P90 is the 90th percentile. Together they describe the typical spread of award values.