Aviation Enablers Capability Development Support
Sources Sought from DEPT OF THE ARMY • DEPT OF DEFENSE. Place of performance: AL. Response deadline: Feb 26, 2026. Industry: NAICS 541990 • PSC R499.
Market snapshot
Awarded-market signal for NAICS 541990 (last 12 months), benchmarked to sector 54.
Related hubs & trends
Navigate the lattice: hubs for browsing, trends for pricing signals.
Point of Contact
Agency & Office
More in NAICS 541990
Description
SOURCES SOUGHT FOR AVIATION FUTURE CAPABILITIES DIRECTORATE & MISSION SUPPORT DIVISION CAPABILITY DEVELOPMENT SUPPORT
INTRODUCTION
The Mission and Installation Contracting Command (MICC), Fort Rucker, AL, is issuing this sources sought synopsis as a means of conducting market research to identify parties having an interest in and the resources to support the requirement for Aviation Future Capabilities Directorate & Mission Support Division Capability Development Support. The intention is to procure these services on a competitive basis.
BASED ON THE RESPONSES TO THIS SOURCES SOUGHT NOTICE/MARKET RESEARCH, THIS REQUIREMENT MAY BE SET-ASIDE FOR SMALL BUSINESSES (IN FULL OR IN PART) OR PROCURED THROUGH FULL AND OPEN COMPETITION, and multiple awards MAY be made. All Small Business Set-Aside categories will be considered. Telephone inquiries will not be accepted or acknowledged, and no feedback or evaluations will be provided to companies regarding their submissions.
PLACE OF PERFORMANCE
Location 0% On-Site Government 100% Off-Site Contractor
Fort Rucker, AL
DISCLAIMER
“THIS SOURCES SOUGHT IS FOR INFORMATIONAL PURPOSES ONLY. THIS IS NOT A “REQUEST FOR PROPOSAL (RFP)” TO BE SUBMITTED. IT DOES NOT CONSTITUTE A SOLICITATION AND SHALL NOT BE CONSTRUED AS A COMMITMENT BY THE GOVERNMENT. RESPONSES IN ANY FORM ARE NOT OFFERS AND THE GOVERNMENT IS UNDER NO OBLIGATION TO AWARD A CONTRACT AS A RESULT OF THIS ANNOUNCEMENT. NO FUNDS ARE AVAILABLE TO PAY FOR PREPARATION OF RESPONSES TO THIS ANNOUNCEMENT. ANY INFORMATION SUBMITTED BY RESPONDENTS TO THIS TECHNICAL DESCRIPTION IS STRICTLY VOLUNTARY. RESPONSES WILL NOT BE RETURNED TO THE RESPONDER. NOT RESPONDING TO THIS NOTICE DOES NOT PRECLUDE PARTICIPATION IN ANY FUTURE REQUEST FOR QUOTE (RFQ) OR INVITATION FOR BID (IFB) OR RFP, IF ANY ISSUED. IF A SOLICITATION IS RELEASED, IT WILL BE SYNOPSIZED ON THE GOVERNMENT-WIDE POINT OF ENTRY (GPE). IT IS THE RESPONSIBILITY OF POTENTIAL OFFERORS TO MONITOR THE GPE FOR ADDITIONAL INFORMMATION PERTAINING TO THIS REQUIREMENT.”
PROGRAM BACKGROUND
The nonpersonal services contract provides professional support services for Aviation Future Capabilities Directorate (AFCD) & Mission Support Division (MSD) Capability Development Support located at the Aviation Center of Excellence (ACOE), Fort Rucker, Alabama. This effort enables AFCD to fulfill its mission to support integration and synchronization of Army Aviation modernization efforts for the enduring force, future force, and prepare the force to field emerging capabilities. MSD assists AFCD, in the conduct of their specific Doctrine, Organization, Training, Materiel, Leader Development, Personnel, Facilities and Policy (DOTMLPF-P) integration and synchronization efforts addressed in it’s respective Charter and directives from Commanding General, Aviation Center of Excellence (AVCOE) Commanding General, Futures and Concepts Command (FCC), Headquarters Transformation and Training Command (T2COM), and Headquarters Department of the Army (HQDA) for the enduring force modernization efforts and supporting the fielding of emerging capabilities from T2COM.
REQUIRED CAPABILITIES
The Contractor provides non-personal support services for Aviation – Capabilities Development and Integration Directorate & Aviation Enablers - Requirements Determination Directorate Capability Development Support located at the Army Aviation Center of Excellence (AVCOE), Fort Rucker, Alabama. The Contractor provides synchronization and integration support for DOTMLPF-P efforts with Headquarters Department of the Army, T2COM, and other Army Branch Centers of Excellence FCDs on enduring Aviation portfolio modernization strategies and fielding of current and future aviation systems in accordance with the PWS and with the terms and conditions of the task order. Further detail is provided in the draft Performance Based Work Statement (PBWS) attached to this announcement (Attachment 1).
If your organization has the potential capacity to perform these contract services, please provide the following information: 1) Organization name, address, email address, Web site address, telephone number, and size and type of ownership for the organization; and 2) Tailored capability statements addressing the particulars of this effort, with appropriate documentation supporting claims of organizational and staff capability. If significant subcontracting or teaming is anticipated in order to deliver technical capability, organizations should address the administrative and management structure of such arrangements.
The Government will evaluate market information to ascertain potential market capacity to: 1) provide services consistent, in scope and scale, with those described in this notice and otherwise anticipated; 2) secure and apply the full range of corporate financial, human capital, and technical resources required to successfully perform similar requirements; 3) implement a successful project management plan that includes: compliance with tight program schedules; cost containment; meeting and tracking performance; hiring and retention of key personnel and risk mitigation; and 4) provide services under a performance based service acquisition contract.
SPECIAL REQUIREMENTS:
- Service Contract Act
- Government Furnished Property plan.
ELIGIBILITY
The applicable NAICS code for this requirement is 541990 with a Small Business Size Standard of $19.5M. The Product Service Code is R499. Businesses of all sizes are encouraged to respond; however, each respondent must clearly identify their business size in their capabilities statement.
ADDITIONAL INFORMATION AND SUBMISSION DETAILS (CAPABILITIES STATEMENT)
A draft Performance Based Statement of Work (PBSOW) and draft Personnel Qualifications Description are attached for review. (Attachment 1)
Interested parties are requested to submit a capabilities statement of no more than ten (10) pages in length in Times New Roman font of not less than 10 pitch. The deadline for response to this request is no later than 2 pm, Central Standard Time (CST), 25 February 2026. All responses under this Sources Sought Notice must be e-mailed to shonta.l.curtis.civ@army.mil.
This documentation must address at a minimum the following items:
1.) What type of work has your company performed in the past in support of the same or similar requirement?
2.) Can or has your company managed a task of this nature? If so, please provide details.
3.) Can or has your company managed a team of subcontractors before? If so, provide details.
4.) What specific technical skills does your company possess which ensure capability to perform the tasks?
5.) Please note that under a Small-Business Set-Aside, in accordance with FAR 52.219-14, the small business prime must perform at least 50% of the work themselves in terms of the cost of performance. Provide an explanation of your company’s ability to perform at least 50% of the tasking described in this PBSOW for the base period as well as the option periods.
6.) Provide a statement including current small/large business status and company profile to include number of employees, annual revenue history, office locations, DUNs number, etc.
7.) Respondents to this notice also must indicate whether they qualify as a Small, Small Disadvantaged, Women-Owned, HUBZone, or Service Disabled Veteran-Owned Small Business Concern.
8.) Include in your response your ability to meet the requirements in the Facility and Safeguarding requirements.
The estimated period of performance consists of base year plus four (4) options with performance commencing to be determined (TBD) 2026. Specifics regarding the number of option periods will be provided in the solicitation.
The contract type is anticipated to be Firm Fixed Price. The Level of Effort for five (5) years is estimated at TBD man-hours.
The proposed contract is anticipated to include tasking that would be accomplished by labor categories that are subject to the Service Contract Act or a collective bargaining agreement.
Upon evaluation of the capability statements, if it is determined that this requirement will be an unrestricted competition, the Government intends to evaluate the Small-Business responses and conduct further market research to identify a subcontracting goal.
Your response to this Sources Sought, including any capabilities statement, shall be electronically submitted to the Contract Specialist, Shonta L. Curtis, in either Microsoft Word or Portable Document Format (PDF), via email shonta.l.curtis.civ@army.mil.
All data received in response to this Sources Sought that is marked or designated as corporate or proprietary will be fully protected from any release outside the Government.
No phone calls will be accepted.
All questions must be submitted to the contract specialist identified above. The Government is not committed nor obligated to pay for the information provided, and no basis for claims against the Government shall arise as a result of a response to this Sources Sought.
Files
Files size/type shown when available.
BidPulsar Analysis
A practical, capture-style breakdown of fit, requirements, risks, and next steps.
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.