Skip to content
Department of Defense

CPE ST3 Professional Services

Solicitation: W900KK-26-ST3-Professional-Services
Notice ID: ae24727919ee47c4a60a4afc75f66633
TypePresolicitationNAICS 541330PSCR499DepartmentDepartment of DefenseAgencyDept Of The ArmyStateFLPostedApr 01, 2026, 12:00 AM UTCDueApr 13, 2026, 06:00 PM UTCCloses in 5 days

Presolicitation from DEPT OF THE ARMY • DEPT OF DEFENSE. Place of performance: FL. Response deadline: Apr 13, 2026. Industry: NAICS 541330 • PSC R499.

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: W900KK-26-ST3-PROFESSIONAL-SERVICES. Requirements vary by acquisition and contract type; COTS-only exceptions may apply.

Market snapshot

Awarded-market signal for NAICS 541330 (last 12 months), benchmarked to sector 54.

12-month awarded value
$11,598,288,083
Sector total $5,891,976,226,424 • Share 0.2%
Live
Median
$49,000,000
P10–P90
$304,863$85,900,000
Volatility
Volatile175%
Market composition
NAICS share of sector
A simple concentration signal, not a forecast.
0.2%
share
Momentum (last 3 vs prior 3 buckets)
+74%($3,138,335,069)
Deal sizing
$49,000,000 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 →
Map for FL
Live POP
Place of performance
Orlando, Florida • 32826 United States
State: FL
Contracting office
Orlando, FL • 32826-3224 USA

Applicable Wage Determinations

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

WD Directory →
Best fit for this contractDavis-Bacon
FL20260202 (Rev 1)
Match signal: state matchOpen WD
Published Jan 16, 2026Florida • Duval
Rate
ASBESTOS WORKER/HEAT & FROST INSULATOR
Base $28.00Fringe $12.30
Rate
CARPENTER (Includes Drywall Hanging and Form Work)
Base $23.63Fringe $13.30
+27 more occupation rates available in the full WD.
View more for this contract
3 more WD matches and 27 more rate previews.
Davis-BaconBest fitstate match
FL20260202 (Rev 1)
Open WD
Published Jan 16, 2026Florida • Duval
Rate
ASBESTOS WORKER/HEAT & FROST INSULATOR
Base $28.00Fringe $12.30
Rate
CARPENTER (Includes Drywall Hanging and Form Work)
Base $23.63Fringe $13.30
Rate
ELECTRICIAN (Includes Low Voltage Wiring)
Base $35.60Fringe $14.97
+26 more occupation rates in this WD
Davis-Baconstate match
FL20260104 (Rev 1)
Open WD
Published Jan 16, 2026Florida • Baker
Rate
ELECTRICIAN
Base $35.60Fringe $14.97
Rate
OPERATOR: Oiler
Base $24.84Fringe $13.60
Rate
IRONWORKER, STRUCTURAL AND REINFORCING
Base $29.50Fringe $12.98
+24 more occupation rates in this WD
Davis-Baconstate match
FL20260111 (Rev 1)
Open WD
Published Jan 16, 2026Florida • Duval
Rate
ELECTRICIAN
Base $35.60Fringe $14.97
Rate
OPERATOR: Oiler
Base $24.84Fringe $13.60
Rate
IRONWORKER, STRUCTURAL
Base $29.50Fringe $12.98
+23 more occupation rates in this WD
Davis-Baconstate match
FL20260126 (Rev 1)
Open WD
Published Jan 16, 2026Florida • Nassau
Rate
ELECTRICIAN
Base $35.60Fringe $14.97
Rate
OPERATOR: Oiler
Base $23.05Fringe $13.60
Rate
IRONWORKER, STRUCTURAL
Base $29.50Fringe $12.98
+23 more occupation rates in this WD

Point of Contact

Name
Sophia Dasilva
Email
ST3ProfessionalServices@army.mil
Phone
Not available
Name
Theresa Barkdoll
Email
ST3ProfessionalServices@army.mil
Phone
Not available

Agency & Office

Department
DEPT OF DEFENSE
Agency
DEPT OF THE ARMY
Subagency
AMC
Office
ACC • ACC-CTRS • ACC-ORLANDO • W6QK ACC-ORLANDO
Contracting Office Address
Orlando, FL
32826-3224 USA

More in NAICS 541330

Description

Summary: The Government is conducting market research to identify qualified sources capable of providing professional acquisition support services for the CPE ST3 mission via an Agile program management approach. Support may include product management, engineering support, digital engineering, DevSecOps integration, validation & verification, test planning/execution, training support, data analytics, and sustainment planning.

The Government is considering awarding up to two Task Orders: one for Engineering/Acquisition Support and one for CPE Staff Support.

Disclaimer: This RFI is issued solely for information and planning purposes—it does not constitute a solicitation. Responses are voluntary and non-compensated. No basis for claims shall arise as a result of this RFI or the Government’s use of any information.

 

1. Background & Purpose

The Capability Program Executive for Simulation, Training, Test, and Threats (CPE ST3) is the Army's premier organization responsible for acquiring, delivering, and maintaining Test, Training, and Threat solutions to support both domestic and international Warfighters. With a portfolio of over 370 products deployed at more than 400 locations worldwide. CPE ST3 ensures that statutory and regulatory testing and training requirements are met for Major Defense Acquisition Programs (MDAPs) (Abrams, Bradley, Stryker, Apache, Chinook, Black Hawk, etc.), partner nations, enabling the Combatant Commander’s (COCOMs) and the Army Service Component Commander Theater Engagement Strategy.

CPE ST3 operates under a mission to develop, deliver, and sustain cutting-edge capabilities that enhance readiness, interoperability, and operational effectiveness. Its Project Managers (PMs) and Project Leads (PLs) are tasked with driving innovation, ensuring compliance, and adapting to the Army's evolving needs. As the Army transforms to meet emerging threats and modernize its force, CPE ST3 is committed to delivering agile solutions that align with the Army's modernization priorities and international security cooperation objectives.

This requirement reflects CPE ST3's commitment to transformation by adopting a task-based, outcome-focused, capability-centric, Agile Program Management approach that enables flexibility, responsiveness, and scalability. The contractor will play a critical role in supporting CPE ST3's mission by delivering specific, measurable results that ensure the success of testing, training, and threat capabilities for both domestic and international Warfighters.  This is a mindset shift.  Focus will be on task completion rather than staffing specific positions. Further, the contractor will provide the acquisition support services that are not resident within CPE ST3’s Government acquisition workforce areas of expertise. The contractor will need to provide flexibility to surge unique and critical expertise.  The intent of this effort is to provide the Government with highly specialized skills not easily sourced or cost effective within organic formations.  The contractor will provide flexibility in execution as threats and priorities change. This is critical to the rapid and dynamic nature of the CPE ST3 portfolio of systems.  This shall provide CPE ST3 the capability to adapt to the dynamic and unpredictable nature of multi-domain operations, technical evolutions in testing and training warfighter systems and disciplines.

This effort will provide focused acquisition support to enable delivery of foreign and domestic training and testing systems in all phases of the acquisition lifecycle, including but not limited to requirements development, market research, acquisition strategy formulation, solicitation preparation, source selection support, contract administration, and closeout activities. Support shall encompass a wide range of contract types and vehicles, including but not limited to firm-fixed-price, cost-reimbursement, indefinite delivery/indefinite quantity (IDIQ), and other hybrid arrangements.

Contractors will be required to remain flexible to meet the unique needs of CPE ST3’s evolving mission. The contractor shall ensure that all acquisition support activities are executed in accordance with applicable Federal, Department of War (DoW), and Army acquisition regulations, policies, and best practices.

This effort includes support for both pre-award and post-award activities, and may span multiple program offices, functional areas, and stakeholder groups within CPE ST3. The contractor shall be capable of adapting to evolving mission requirements, emerging acquisition priorities, and dynamic funding environments, while maintaining a high standard of professionalism, responsiveness, and technical competence.

The Capability Program Executive for Simulation, Training, Test, and Threats (ST3) develops, integrates, and sustains capabilities that advance readiness through realistic training, credible threat environments, and rigorous test & evaluation (T&E). To accelerate capability delivery and enhance transparency, the Government anticipates leveraging an Agile program management strategy across multiple task orders emphasizing incremental value delivery, continuous stakeholder engagement, and adaptive planning.

This RFI seeks industry input on capabilities, best practices, risks, and contracting approaches to inform the acquisition strategy, requirements, and solicitation structure for professional services supporting CPE ST3 mission needs.

2. Small Business & Socioeconomic Considerations

The Government seeks input regarding small business participation, specifically, potential socio-economic set-asides.

3. RFI Instructions to Respondents

Submission Instructions:

  • Response Format: One (1) PDF; max 5 pages (excluding cover page and required administrative forms); 12-pt font; 1-inch margins.
  • Submission Method: Via email ST3ProfessionalServices@army.mil with subject line: “RFI Response – ST3 Support Services – [Company Name]”. Proprietary information must be clearly marked; the Government will protect and handle IAW applicable regulations.
  • Attachments: The Government will provide draft documents (PWS, CDRLs, etc) as they become appropriate for distribution.


Content Order:

  1. Company Information: Name, UEI, CAGE, address; business size & socio-economic status; facility clearance; CMMC readiness level; NAICS/PSC recommendations.
  2. Capability Statement: Relevant experience in ST3 domains (simulation, training, test, threats); Agile program delivery; digital engineering; DevSecOps; cybersecurity compliance; classified work experience; recruiting and retention strategies.
  3. Team Composition: Suggested labor categories/roles (e.g., Agile PM, Scrum Master, Systems Engineer, MBSE Modeler, T&E Engineer, Cyber Analyst, Data Scientist); typical team size; surge capability.
  4. Tools & Environments: ALM tools (e.g., Jira, Azure DevOps), MBSE tools (e.g., Cameo, Rhapsody), model repositories, CI/CD/security tooling; experience integrating with Government environments.
  5. Performance & Metrics: Examples of Agile metrics you use; how you measure operational value; case studies of iterative delivery in similar domains.
  6. Contracting & Pricing Feedback: Recommended vehicle(s); CLIN structure; risk management approaches; handling of ODCs/travel; data rights/licensing considerations (especially for models/simulations).
  7. Past Performance: Up to 3 references (Gov/DoD preferred) relevant to ST3-like missions with Agile delivery; include scope, period, dollar value, and POC.

Appendices (optional, not counted against page limit): High-level org chart; draft labor category matrix; maturity model evidence (e.g., SAFe certifications, MBSE credentials).

No Cost / No Commitment: This RFI is for market research under FAR Part 10. Responses are not offers and do not obligate the Government.

 

4. Questions to Industry

Please consider the following for your response (concise, evidence-based responses are appreciated):

  1. Agile in DoD Context: What practices best enable Agile delivery for simulation/training/test/threats work (e.g., incremental capability releases, MBSE-based acceptance criteria, DevSecOps pipelines for models/data)?
  2. Metrics: Which three Agile performance metrics most reliably correlate with mission value (beyond velocity), and how would you operationalize them?
  3. Contract Structure: Recommend a contract/CLIN approach that balances iterative delivery with traceable outcomes (e.g., hybrid FFP-LOE for Agile teams + FFP deliverable CLINs for defined artifacts).
  4. Data Rights: Identify typical licensing/data rights terms for models/simulations and recommend language to ensure Government reuse and sustainment.
  5. Tools Integration: Share lessons learned integrating Jira/Azure DevOps with MBSE tools (e.g., Cameo), including versioning, baselines, and automated quality checks.
  6. Risks & Mitigations: Share potential risks associated with an Agile Program Management approach for professional services, and any relevant mitigation strategies to ensure success.

     

5. Anticipated Timeline (Subject to Change)

  • RFI Release: 04/01/2026
  • Responses Due: 04/13/2026
  • Industry Day (Tentative): TBD; Mid-Late April. Announcement will be updated with specific details.
  • Draft RFP (if pursued): 04/17/2026
  • Final RFP (if pursued): 05/08/2026

Files

Files size/type shown when available.

No public attachments surfaced yet. Some owner portals gate files behind registration, and BidPulsar keeps enriching the package as new public links appear.

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.