SOLICITATION NOTICE
R -- Security Assistance Mentors and Cultural Advisors (SAMA) SAMA 3.0 for USMILGP-Iraq
- Notice Date
- 4/1/2026 1:55:19 PM
- Notice Type
- Presolicitation
- NAICS
- 541611
— Administrative Management and General Management Consulting Services
- Contracting Office
- W6QK ACC-RI ROCK ISLAND IL 61299-0000 USA
- ZIP Code
- 61299-0000
- Solicitation Number
- W519TC-26-R-A024
- Response Due
- 4/15/2026 8:00:00 AM
- Archive Date
- 04/30/2026
- Point of Contact
- Jennifer B. Trevino, Phone: 5207151206, David Fields, Phone: 5715888562
- E-Mail Address
-
jennifer.b.trevino.civ@army.mil, david.s.fields16.civ@army.mil
(jennifer.b.trevino.civ@army.mil, david.s.fields16.civ@army.mil)
- Small Business Set-Aside
- NONE No Set aside used
- Description
- The purpose of this notice is to synopsize the Security Assistance Mentors and Cultural Advisors (SAMA 3.0) requirement in accordance with Federal Acquisition Regulation 5.207. Army Contracting Command � Rock Island (ACC-RI) intends to issue a solicitation for services to assist United States Military Group-Iraq (USMILGP-Iraq) engaged in mentoring and assisting the Government of Iraq (GoI). Performance will primarily occur in Baghdad and Erbil, Iraq, with potential for temporary duty in the Middle East and the United States. It is estimated that the Request for Proposal, W519TC-26-R-A024, will be issued on or about 15 April. However, this date is subject to change. Future notices, as applicable, will provide updates of the anticipated solicitation release date. ACC-RI intends to conduct a full and open, best value competition to award a single hybrid Firm Fixed Unit Price (FFUP) and Cost Reimbursable type contract. The period of performance is anticipated to consist of a 12-month base period ,with four 12-month evaluated option periods and Federal Acquisition Regulation clause 52.217-8, Option to Extend Services, for up to six-months. Please refer to the attached PWS for a list of principal functions/tasks. It should be noted that any interested parties must be able to demonstrate the existence of a current U.S. facility clearance to the SECRET level IAW DODD 5220.22, National Industrial Security Program Operating Manual. This SECRET level clearance may also apply to affiliates, team members, and subcontractors if they have access to classified information. At the time a future solicitation is issued, all respondents will be required to submit Facility Clearances for all entities who will be handling classified information (to include, but not limited to: subcontractors, teaming, and any joint ventures) in accordance with the directions delineated in said solicitation document. A sources sought announcement was issued on 13 February 2026 in effort to seek interest from industry, prior to release of a potential solicitation with responses due 3 March 2026. This synopsis neither constitutes a Request for Proposal or Invitation for Bid, nor does it restrict the Government of an ultimate acquisition approach. This synopsis should not be construed as a commitment by the Government for any purpose. This synopsis does not constitute a commitment on the part of the Government to award a contract, nor to pay for any costs incurred as a result of this notice.
- Web Link
-
SAM.gov Permalink
(https://sam.gov/workspace/contract/opp/a1bf78dc2aab463e8d09a870112468f4/view)
- Place of Performance
- Address: Baghdad and Erbil, IQ-BG, IRQ
- Country: IRQ
- Country: IRQ
- Record
- SN07764637-F 20260403/260401230045 (samdaily.us)
- Source
-
SAM.gov Link to This Notice
(may not be valid after Archive Date)
| FSG Index | This Issue's Index | Today's SAM Daily Index Page |