Skip to content
Department of Defense

Security Assistance Mentors and Cultural Advisors (SAMA) SAMA 3.0 for USMILGP-Iraq

Solicitation: W519TC-26-R-A024
Notice ID: a1bf78dc2aab463e8d09a870112468f4
TypePresolicitationNAICS 541611PSCR699Set-AsideNONEDepartmentDepartment of DefenseAgencyDept Of The ArmyPostedApr 01, 2026, 12:00 AM UTCDueApr 15, 2026, 03:00 PM UTCCloses in 3 days

Presolicitation from DEPT OF THE ARMY • DEPT OF DEFENSE. Place of performance: Baghdad and Erbil, Baghdād • Iraq. Response deadline: Apr 15, 2026. Industry: NAICS 541611 • PSC R699.

DoD CMMC Readiness
Modern compliance support by Federal Bid Partners

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.

Done-for-you service
CMMC start-to-finish with FBP
$2,000
Registered Practitioner logo
Guided by a Registered Practitioner with practical DoD workflow support.
  • 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
Start CMMC with Federal Bid Partners →
AI-powered application
CMMC Pulsar™ start-to-finish
$399
CMMC Pulsar logo
First-of-its-kind CMMC Pulsar™ app to run your CMMC workflow with AI assistance.
  • Structured checklist, AI guidance, and progress tracking
  • Build evidence and controls with clearer next-step workflows
  • Ideal for teams that want speed plus affordability
Open CMMC Pulsar™ →
Solicitation context: W519TC-26-R-A024. Requirements vary by acquisition and contract type; COTS-only exceptions may apply.

Market snapshot

Awarded-market signal for NAICS 541611 (last 12 months), benchmarked to sector 54.

12-month awarded value
$4,392,255,741
Sector total $5,897,831,023,048 • Share 0.1%
Live
Median
$6,990,715
P10–P90
$2,081,985$16,462,444
Volatility
Volatile200%
Market composition
NAICS share of sector
A simple concentration signal, not a forecast.
0.1%
share
Momentum (last 3 vs prior 3 buckets)
-80%(-$2,957,824,786)
Deal sizing
$6,990,715 median
Use as a pricing centerline.
Live signal is computed from awarded notices already observed in the system.
Signals shown are descriptive of observed awards; not a forecast.

Related hubs & trends

Navigate the lattice: hubs for browsing, trends for pricing signals.

We write these bids →
Open on SAM.gov →
Live POP
Place of performance
Baghdad and Erbil, Baghdād • Iraq
Contracting office
Rock Island, IL • 61299-0000 USA

Applicable Wage Determinations

SAM WDOL references matched to this opportunity's location and scope language.

WD Directory →
No direct WD match was found yet for this notice. Review the WD directory for state/county coverage and verify on SAM.gov.

Point of Contact

Name
Jennifer B. Trevino
Email
jennifer.b.trevino.civ@army.mil
Phone
5207151206
Name
David Fields
Email
david.s.fields16.civ@army.mil
Phone
5715888562

Agency & Office

Department
DEPT OF DEFENSE
Agency
DEPT OF THE ARMY
Subagency
AMC
Office
ACC • ACC-CTRS • ACC RI • W6QK ACC-RI
Contracting Office Address
Rock Island, IL
61299-0000 USA

More in NAICS 541611

Description

The purpose of this notice is to synopsize the Security Assistance Mentors and Cultural Advisors (SAMA 3.0) requirement in accordance with Federal Acquisition Regulation 5.207. Army Contracting Command – Rock Island (ACC-RI) intends to issue a solicitation for services to assist United States Military Group-Iraq (USMILGP-Iraq) engaged in mentoring and assisting the Government of Iraq (GoI). Performance will primarily occur in Baghdad and Erbil, Iraq, with potential for temporary duty in the Middle East and the United States.  It is estimated that the Request for Proposal, W519TC-26-R-A024, will be issued on or about 15 April. However, this date is subject to change. Future notices, as applicable, will provide updates of the anticipated solicitation release date. ACC-RI intends to conduct a full and open, best value competition to award a single hybrid Firm Fixed Unit Price (FFUP) and Cost Reimbursable type contract. The period of performance is anticipated to consist of a 12-month base period ,with four 12-month evaluated option periods and Federal Acquisition Regulation clause 52.217-8, Option to Extend Services, for up to six-months. Please refer to the attached PWS for a list of principal functions/tasks. It should be noted that any interested parties must be able to demonstrate the existence of a current U.S. facility clearance to the SECRET level IAW DODD 5220.22, National Industrial Security Program Operating Manual. This SECRET level clearance may also apply to affiliates, team members, and subcontractors if they have access to classified information. At the time a future solicitation is issued, all respondents will be required to submit Facility Clearances for all entities who will be handling classified information (to include, but not limited to: subcontractors, teaming, and any joint ventures) in accordance with the directions delineated in said solicitation document. A sources sought announcement was issued on 13 February 2026 in effort to seek interest from industry, prior to release of a potential solicitation with responses due 3 March 2026. This synopsis neither constitutes a Request for Proposal or Invitation for Bid, nor does it restrict the Government of an ultimate acquisition approach. This synopsis should not be construed as a commitment by the Government for any purpose. This synopsis does not constitute a commitment on the part of the Government to award a contract, nor to pay for any costs incurred as a result of this notice.

Files

Files size/type shown when available.

BidPulsar Analysis

A practical, capture-style breakdown of fit, requirements, risks, and next steps.

Analysis is being generated for this notice. Check back shortly.

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.