| NAICS: 541330 - Engineering Services |
Competition: YES |
|
Small Business Set-Aside: N/A
|
Small Business Program: None |
| Contract Vehicle: OASIS+ |
Contract Type: Firm Fixed Price |
|
Contract Status:
New Requirement
|
Anticipated Award Quarter: Q4 FY2026 |
| Estimated Solicitation Release: 2026-06-22 |
Contract Complete: 2031-09-13 |
| Requirements Title: Coast Guard Futures Development and Integration (FD&I), Modeling and Simulation Cell |
| Description: The primary purpose of this initiative is to provide a pilot campaign and mission-level M&S capability to support current USCG’s Force Design 2028 initiative and future based strategic analyses. This effort will enhance the Coast Guard's ability to make data-driven decisions regarding future force structure and operational capabilities.
The selected contractor will be responsible for all functions required to stand up and manage the M&S cell. Key functions include the full operational support and program management of the cell; conducting a wide range of analytical studies, from quick-reaction tasks to long-term critical studies; and the comprehensive management of government-furnished models (e.g., STORM, AFSIM). This also involves all associated model and database maintenance, software development, debugging, and rigorous configuration control under a Government Configuration Control Board (CCB). The contractor will also provide artifacts and consultation to support the Verification, Validation, and Accreditation (VV&A) of all models.
Performance will be measured by the successful delivery of a fully functional M&S cell that provides a repeatable, sustainable process for strategic analysis. The contractor must provide key personnel, including a Program Manager and Principal Analyst, who meet specified experience levels and are dedicated full-time to the effort. Performance will be managed through a government Quality Assurance Plan (QAP) and a strict schedule of deliverables, including monthly progress reports, transition plans, and final reports. The Government will retain unlimited data rights to all materials, documents, and source code produced.
Essential physical and security requirements are critical to this opportunity. The contractor must provide a facility located within the National Capital Region (NCR), with an approximate one-hour response time to USCG Headquarters in Washington, D.C. This facility must be accredited to house infrastructure and handle work at classification levels from Unclassified up to Top Secret/SCI. All contractor personnel must possess, at a minimum, a Secret clearance at the start of the contract and must obtain a Top Secret clearance before the end of the base performance period. The contractor is responsible for providing all necessary facilities, tools, IT hardware, software, and equipment to fulfill the contract requirements. |
| Estimated Dollar Range:
$10,000,000.00 to $20,000,000.00
|
Place of Performance: Washington D.C., DC
|
| POC Name: Benjamin Strong |
Alternate POC Name: Marc Thibault |
| POC Phone: (571) 610-3874 |
Alternate POC Phone: (571) 607-4244 |
| POC Email: [email protected] |
Alternate POC Email: [email protected] |
| Small Business Specialist/APFS Coordinator POC Name: Mark Solomon |
| Small Business Specialist/APFS Coordinator POC Phone: (571) 610-6114 |
Small Business Specialist/APFS Coordinator POC Email: [email protected] |