Loading...
W9133L-26-R-ACTS
Response Deadline
May 15, 2026, 3:30 PM(EDT)16 days
Eligibility
Contract Type
Sources Sought
The Air National Guard Air Combat Training System (ACTS) program supports permission preparation, mission execution, and post-mission debrief to enhance the quality of aircrew and warfighter training in planning, conducting and assessing air combat maneuvers, weapons employment, and tactics implementation by presenting tailored data and focused displays showing an integrated operational picture with emphasis on airborne and ground training participants. Data Link Systems and Electronic Warfare Threat Simulator Systems are integrated with the ACTS and included as part of the service support required. To provide this capability, ACTS uses aircraft instrumentation (typically a pod or on-board airborne system), integrated data feeds, range systems, and a robust ground infrastructure to track participants in multiple domains (emphasis on air and ground) while all data is continually recorded via multiple sources. After the event, the recorded data allows complete reconstruction of participant activity.
Place of Performance: Performance under this contract will be at the four ANG Combat Readiness Training Centers, 10 ANG Air Gunnery Ranges and 24 ANG Fighter Wing locations. The Combat Readiness Training Centers (CRTC) will act as a “Hub” to ranges and fighter wing locations. See Exhibit 3A for a full site location listing. The contractor shall maintain an adequate work force for the uninterrupted performance on manned sites for all tasks defined within this PWS when the Government facility/installation is not closed due to local or national emergencies, administrative closings, or similar Government-directed facility/installation closings.
The National Guard Bureau (NGB) Operational Contracting Division, on behalf of NGB/A2/3/6/10YA is conducting market research to determine the availability of qualified sources to provide all personnel, equipment, supplies, facilities, transportation, tools, materials, supervision, and other items and non-personal services necessary to support the ACTS program.
THIS IS NOT A FORMAL SOLICITATION. The Government is seeking to determine what qualified sources exist to fulfill this requirement. This information may be used to determine if there is a potential of a small business set-aside. The purpose of this “Sources Sought/Market Survey” is to gain knowledge of potential qualified sources and to develop additional knowledge of the existing market for the required services. The draft Performance Work Statement is posted with this notice and interested parties are encouraged to submit industry comments and/or suggested changes to the PWS. Feedback on individual submissions will not be provided.
The Government requests interested small businesses parties submit a response which shall include a brief description of their company’s business size (i.e. annual revenues and employee size), business status (i.e., Small Business, SDB, 8(a), HUBZone, SDVOSB, WOB, Large Business, etc), any available contract vehicles (i.e., GSA OASIS+, NASA SEWP, etc.), anticipated teaming arrangements (i.e. prime contractor/subcontractor, joint venture, mentor protégé relationship, etc.), and a description of same/similar services offered to the Government and to commercial customers. Any responses involving teaming agreements should delineate between the work that will be accomplished by the prime and the work accomplished by teaming partner.
Capability Packages should clearly address the following:
A technical understanding of the requirement.
Key Personnel: Do the key staff members have experience in oversight of ACTS services?
Past Performance: Do you have specific documented past performance and experience in ACTS services?
In addition, the following questions must be answered and elaborated on as part of the package:
Describe the capabilities of your company and the nature of the services you provide. Include a description of your staff composition and management structure (to include business size and any relevant socio-economic categories).
Describe your company's past experience on previous projects similar in scope (nature/type of work/services to be provided in the draft PWS), magnitude and complexity to this requirement. Include contract numbers, a brief description of the work performed, period of performance, and agency/organization supported.
Describe your company’s capabilities and experience in providing all services identified in the draft PWS.
Given the geographic location for performance of the services, describe your company’s ability/experience to recruit and retain qualified personnel pertinent to the work to be performed under this contract.
Identify any potential teaming arrangements/subcontracting relationships likely to be used. Large businesses shall identify subcontracting opportunities.
What, if any, risks or unknowns would hinder your ability to meet the requirements?
What contract strategy would you recommend? (i.e. contract type, renewal options, CLIN structure, etc.)
What do you foresee as the biggest challenges of fulfilling the requirements of the Air Combat Training System (ACTS) Services contract?
Based on your understanding of this requirement, do you have any specific questions/comments relating to the draft PWS?
What provisions of the draft PWS requirements would you change to improve the training or make the operation more efficient?
Additional information regarding this requirement will be posted for viewing on SAM at https://sam.gov/ as it become available. Interested parties are cautioned that the draft PWS posted with this notice is subject to change, the formal version of the PWS will be released with the solicitation on a future date. All potential offerors are reminded that in accordance with Federal Acquisition Regulation (FAR) 52.204-7, System for Award Management (SAM), lack of registration in the SAM will make an offeror ineligible for contract award.
NOTE: It is the responsibility of all potential offerors to monitor the SAM web site for release of any future synopsis or release of the solicitation.
Interested parties should submit the information requested above by the date required on this notice to E-Mail: ng.ncr.ngb-arng.mbx.aq-it@army.mil. Please include company name, address, telephone number, and technical point of contact, brochures/literature. Capability packages must not exceed 5 pages (12 point font with on-inch borders, not including pictures, brochures and Market Survey), must be submitted electronically and should clearly indicate whether your firm is able capable to provide Air National Guard Air Combat Training System Services. All information is to be submitted at no cost or obligation to the Government. All information marked {Proprietary to ‘company name’} will not be disclosed outside of the Department of Defense.
THIS SOURCES SOUGHT NOTICE IS BEING ISSUED FOR PLANNING AND MARKET RESEARCH PURPOSES ONLY. THIS IS NOT A SOLICITATION. RESPONSES TO THIS NOTICE ARE NOT CONSIDERED AS OFFERS AND CANNOT BE ACCEPTED BY THE GOVERNMENT TO FORM A BINDING CONTRACT. THE GOVERNMENT IS NOT AND WILL NOT BE RESPONSIBLE FOR ANY COSTS INCURRED BY INTERESTED PARTIES RESPONDING TO THIS SOURCES SOUGHT NOTICE.
Jonathan R. Lehmann
DEPT OF DEFENSE
DEPT OF THE ARMY
NATIONAL GUARD BUREAU
HQ NGB
HQ NGB DIR OF ACQUISITIONS
W39L USA NG READINESS CENTER
W39L USA NG READINESS CENTER
KO FOR NGB 2Y OPN DO NOT DELETE
111 SOUTH GEORGE MASON DRIVE AHS2
ARLINGTON, VA, 22204-1382
NAICS
Engineering Services
PSC
SUPPORT- PROFESSIONAL: OTHER