Skip to content
Department of Defense

W900KK26TRIOSS Extension

Solicitation: W900KK26TRIOSS
Notice ID: defec9cc4bc04ffc9c4663439a880aee
TypeSpecial NoticeNAICS 541990PSCR425Set-Aside8ANDepartmentDepartment of DefenseAgencyDept Of The ArmyStateFLPostedFeb 23, 2026, 12:00 AM UTCDueMar 11, 2026, 04:00 PM UTCCloses in 16 days

Special Notice from DEPT OF THE ARMY • DEPT OF DEFENSE. Place of performance: FL. Response deadline: Mar 11, 2026. Industry: NAICS 541990 • PSC R425.

Market snapshot

Awarded-market signal for NAICS 541990 (last 12 months), benchmarked to sector 54.

12-month awarded value
$175,320,778
Sector total $5,796,258,355,399 • Share 0.0%
Live
Median
$38,599
P10–P90
$14,765$467,614
Volatility
Volatile200%
Market composition
NAICS share of sector
A simple concentration signal, not a forecast.
0.0%
share
Momentum (last 3 vs prior 3 buckets)
+100%($175,320,778)
Deal sizing
$38,599 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 • United States
State: FL
Contracting office
Not listed

Point of Contact

Name
Nelson Harvey
Email
nelson.m.harvey2.civ@army.mil
Phone
(520) 714-5560
Name
Guillermo J. Santiago Sosa
Email
guillermo.j.santiagososa.civ@army.mil
Phone
(520) 714-5680

Agency & Office

Department
DEPT OF DEFENSE
Agency
DEPT OF THE ARMY
Subagency
AMC
Office
Not available
Contracting Office Address
Not available

More in NAICS 541990

Description

NOTICE OF INTENT TO AWARD SOLE SOURCE AND IS NOT A REQUEST FOR COMPETITIVE PROPOSALS. This is a notice of intent to award a sole source contract under statutory authority 10 U.S.C. 2304(c)(1) and 3204(b)(B) set forth in Federal Acquisition Regulation (FAR) 6.302-1(a)(2)(iii)(B) and Defense Federal Acquisition Regulation Supplement (DFARS) Procedures, Guidance, and Information (PGI) 206.302-1, Only One Responsible Source and No Other Supplies or Services Will Satisfy Agency Requirements.

Army Contracting Command-Orlando (ACC-ORL) has identified a need to award a sole source, fixed price contract to Phoenix Logistics, LLC, (CAGE 0SCJ7), to continue to perform the o provide credentialed Instructors and Instructor/Operator support services for the Medical Simulation Training Centers. The requirements facilitate Combat Medics enhancing their skills and honing their tactics, techniques and procedures, Military Occupation Specialties (MOS) proficiency and skills to complete their wartime mission.

The anticipated contract is needed to ensure the continued support of the TRIOSS while a protest of the follow-on contract is resolve.   Services performed under this sole source action will include continuation of the non-personal services covered under the previous Task Order (W900KK18D0029-0001) and the Current TRIOSS Bridge Contract (W900KK24C0017) to provide Medical Instructor Operators across 25 locations as defined in the relevant performance work statement (PWS), Att_1_Performance Work Statement PWS (9 April 2024).  The Government shall not exercise any supervision or control over the personnel performing the services herein. Such contract service provider shall be accountable solely to the Contractor who, in turn is responsible to the Government. The Contractor shall provide all personnel, manage Government equipment, supplies, facilities, materials, supervision, and other items and non-personal services necessary to support the operation of the TRIOSS bridge contract as defined in the PWS.

No other contractor is in the position to assemble a large diverse team to provide credentialed Instructor/Operator support services for the Medical Simulation Training Centers. Award to anyone other than the current contractor

(Phoenix Logistics, LLC) would result in a significant break in service and unacceptable delays in fulling the agency’s needs and requirements.  Award of this limited Bridge Contract will ensure ample time for the Government team resolve the current protest and begin services of the follow-on contract by 2nd Qtr FY26.

This is not a request for competitive quotes.  The Government intends to negotiate solely under statutory authority 10 U.S.C. 2304(c)(1) set forth in Federal Acquisition Regulation (FAR) 6.302-1(a)(2)(iii)(B).  Any interested firms must identity their interest and capability to respond to the requirement no later than 15 days after this notice posts.  A determination by the Government not to compete this proposed contract based upon responses to this notice is solely within the discretion of the Government. Information received will normally be considered solely for the purpose of determining whether to conduct a competitive procurement.  Please respond by 11 March 2024 at 1200 hours Eastern Standard Time (EST).  Your response must include your stated TECHNICAL KNOWLEDGE OF AND EXPERIENCE having delivered medical skills training in a simulated environment and information to demonstrate the Contractor’s ability to complete Phase-In activities and commence full performance by the end of the current TRIOSS Contract (28 July 2026).  Send your response to contacting officer Mr. Guillermo J. Santiago-Sosa via email at guillermo.j.santiagososa.civ@army.mil with a courtesy copy to contract specialist Mr. Harvey Nelson via email at nelson.m.harvey2.civ@army.mil.  All responding contractors must be registered to the System for Award Management (SAM).

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.