DoDEA - Substitute Caller Automation Software
ID: HE125426QE004Type: Combined Synopsis/Solicitation
Overview

Buyer

DEPT OF DEFENSEDEPT OF DEFENSE EDUCATION ACTIVITY (DODEA)DOD EDUCATION ACTIVITYALEXANDRIA, VA, 22350-1400, USA

NAICS

Custom Computer Programming Services (541511)

PSC

IT AND TELECOM - BUSINESS APPLICATION SOFTWARE (PERPETUAL LICENSE SOFTWARE) (7A21)
Timeline
    Description

    The Department of Defense Education Activity (DoDEA) is soliciting proposals for a Substitute Caller Automation Software solution aimed at enhancing the efficiency of assigning substitute personnel across its schools in the Southeast and Mid-Atlantic districts. This initiative seeks to streamline operations, reduce administrative burdens, and ensure timely communication with substitutes, with a total estimated contract value of $34 million over a base year and three option years. The software will feature dynamic matching capabilities, multi-channel communication, and robust analytics, with performance metrics including substitute fill rates and user adoption. Proposals must be submitted via email by 12:00 p.m. EDT on December 15, 2025, with inquiries directed to Kevin Gomez at kevin.gomez@dodea.edu or John Myers at john.o.myers@dodea.edu.

    Files
    Title
    Posted
    This document outlines technical objectives for an automated substitute outreach and placement platform, likely as part of a government Request for Proposal (RFP). It details essential requirements such as compliance with industry security standards and DoDEA guidelines, consistent reliability, and a user-friendly interface. The platform must also feature dynamic matching capabilities based on criteria like certification and availability, multi-channel communication (phone, text, email, app notifications), and mobile access for all users. Key functionalities include managing substitute pools, tracking assignment statuses, and providing real-time analytics on substitute activity and fill rates. The document also emphasizes the need for adherence to security standards (Attachment 3), reliable performance with minimal downtime, and comprehensive training and long-term support, including biannual updates and documentation upon request. Offerors are required to answer Yes/No to each question and provide a detailed explanation of their approach, with a strict 200-word limit per explanation.
    The provided document, "Attachment 3: IT Compliance Checklist," outlines the mandatory IT compliance requirements for offerors responding to a government solicitation, likely an RFP. It details critical areas such as data location and storage (U.S.-based, encrypted with FIPS 140-2 modules), protection of Personally Identifiable Information (PII) and student data (FERPA, COPPA, parental consent, limited access, annual training), Cloud and IL2 compliance (DoD security standards, NIST SP 800-171, RMF, continuous monitoring), and stringent access controls (RBAC, MFA, Azure/Google AD, SSO). The checklist also covers incident response and reporting (72-hour breach notification, DoD/NIST-aligned plans), documentation and audits (PII access logs, annual privacy reports, RMF documentation), integration and technical standards (secure APIs, DoDEA schema, JSON/XML/CSV, ClassLink/OneRoster), and personnel/subcontractor compliance (background checks, adherence to cybersecurity requirements, 72-hour incident reporting). Offerors must answer all questions with "Yes" or "No," providing a detailed compliance plan for any "No" answers, not exceeding 200 words, to avoid disqualification.
    Attachment 4: Delivery Schedule outlines the proposed delivery schedule for Substitute Caller Automation Software across the Americas Southeast and Mid-Atlantic Districts. It details deliverables such as Project Kickoff, Data Migration and Integration, Testing, Training and Deployment, and achieving full operational status in accordance with the Statement of Objectives (SOO). Offerors are required to fill in both the start and completion dates for each deliverable in MM/DD/YYYY format. Additionally, a detailed description, not exceeding 200 words, explaining their best approach for each deliverable, must be provided. The government will only evaluate the first 200 words of any description exceeding this limit. Failure to provide all required dates and descriptions may result in a proposal being deemed unacceptable for award, underscoring the importance of comprehensive and concise responses.
    The document, an Attachment 5: Pricing Sheet, outlines the costs and periods of performance for substitute caller automation software and associated training for various government entities. It details a base period covering Ft. Campbell and Camp Lejeune, followed by three options (Option 1, 2, and 3) and an additional option under FAR 52.217-8 to extend services, all for "Americas substitute caller automation software" and training. Each item specifies a quantity, unit, unit price, and total amount, with yellow cells designated for completion. The periods of performance range from January 2026 to December 2029. The document emphasizes that all yellow cells must be completed, as failure to do so may lead to a proposal being deemed unacceptable for award, highlighting the critical nature of accurate pricing submissions in government RFPs.
    The Department of Defense Education Activity (DoDEA) is seeking an automated substitute caller software solution to streamline the process of assigning substitute personnel across its schools. This initiative aims to increase operational efficiency, reduce administrative workload, and ensure timely communication with substitutes. The software will be implemented in the Southeast and Mid-Atlantic districts, following a successful pilot program. Key requirements include a secure, user-friendly platform with automated outreach, dynamic matching capabilities based on criteria like certification and availability, a dashboard interface, mobile access, analytics, security compliance with federal standards, multi-channel communication, high availability, and comprehensive training and long-term support. Performance will be measured by substitute fill rates, response times, cost savings, user adoption, feedback quality, reduced administrative workload, minimized classroom downtime, resource optimization, and scalability. Constraints include labor union approval and full implementation by March 15, 2026, for specific schools, with all schools completed before the 2026/2027 school year, and the software must pass the DoDEA IT Cyber Cloud Questionnaire.
    The document 52.209-7, titled “INFORMATION REGARDING RESPONSIBILITY MATTERS,” is a provision for federal government solicitations, including RFPs and grants, that requires offerors to disclose information about their responsibility. It defines key terms such as “Administrative proceeding,” “Federal contracts and grants with total value greater than $10,000,000,” and “Principal.” Offerors must indicate if they have current active federal contracts and grants exceeding $10,000,000. If so, they must certify that their information in the Federal Awardee Performance and Integrity Information System (FAPIIS) is current, accurate, and complete. This includes disclosing any criminal convictions, civil findings of fault and liability resulting in payments of $5,000 or more, administrative findings of fault and liability resulting in payments of $5,000 or more (or $100,000+ for reimbursement/restitution/damages), or dispositions by consent or compromise with an acknowledgment of fault, all within the last five years and related to federal contract or grant performance. Offerors are responsible for posting this information in FAPIIS via SAM.gov.
    This document, "Offeror Representations and Certifications - Commercial Products and Commercial Services (MAR 2025) (DEVIATION 2025-O0003)," is a critical component of federal government RFPs, grants, and state/local RFPs. It requires offerors to make various representations and certifications to ensure compliance with federal regulations. Key areas covered include business size and type (small, veteran-owned, women-owned, disadvantaged, HUBZone concerns), responsibility matters (debarment, convictions, delinquent taxes), and compliance with specific acts like Buy American, Trade Agreements, and prohibitions on contracting with inverted domestic corporations or entities involved in certain activities related to Iran. The document also addresses child labor, place of manufacture, Service Contract Labor Standards, taxpayer identification, ownership disclosure, greenhouse gas emissions, and restrictions on confidentiality agreements. Offerors can complete annual representations electronically in SAM, but any changes specific to a solicitation must be identified. This extensive certification process ensures transparency, ethical conduct, and adherence to national and international policies in government contracting.
    The document HE1254-26-Q-E004, Enclosure 3 to Attachment 6, outlines the Certification Regarding Trafficking in Persons Compliance Plan for offerors in federal government procurements. This enclosure requires contractors to certify that they have implemented a compliance plan to prevent prohibited activities identified in FAR 52.222-50, Combating Trafficking in Persons. Additionally, offerors must attest that, to their knowledge, neither they nor their agents or subcontractors are engaged in such activities. If abuses have been found, the offeror must confirm that appropriate remedial and referral actions have been taken. This certification is crucial for ensuring compliance with anti-trafficking regulations in government contracts.
    Provision 52.204-26, "Covered Telecommunications Equipment or Services--Representation (OCT 2020)," mandates that offerors for federal awards disclose whether they provide or use covered telecommunications equipment or services. This requirement ensures compliance with federal regulations prohibiting contracts with entities using specific telecommunications and video surveillance equipment. Offerors must consult the System for Award Management (SAM) for excluded parties and conduct a reasonable inquiry to determine their use or provision of such equipment. The provision, part of "Enclosure 6 to Attachment 6 - Offeror Reps and Certs," is critical for maintaining supply chain security and is classified as Controlled Unclassified Information (CUI) and Source Selection Information, highlighting its importance in federal procurement processes.
    Provision 52.204-26, titled “Covered Telecommunications Equipment or Services—Representation,” mandates that offerors confirm whether they provide or use covered telecommunications equipment or services, as defined in clause 52.204-25. Before making this representation, offerors must consult the System for Award Management (SAM) to identify entities excluded from federal awards due to their involvement with such equipment or services. The provision requires a thorough inquiry to determine the use of any covered telecommunications equipment or services, or any system that incorporates them. This ensures compliance with federal regulations regarding telecommunications and video surveillance equipment in government contracts, subcontracts, and other contractual instruments.
    Enclosure 8 to Attachment 6 is a Controlled Unclassified Information (CUI) document from the DoDEA Procurement Field Support Division, titled “Offeror Reps and Certs.” Specifically, it contains Defense Federal Acquisition Regulation Supplement (DFARS) clause 252.239-7009, “Representation Of Use Of Cloud Computing” (Sept 2015). This provision requires offerors to indicate whether they anticipate using cloud computing services in the performance of any contract or subcontract resulting from the solicitation. The document defines cloud computing and provides a clear mechanism for the offeror to state their intent regarding its use. This is a critical component for federal government RFPs, ensuring transparency and compliance regarding the use of cloud technology.
    Enclosure 4 to Attachment 6 is a Letter of Commitment for the Department of Defense Education Activity (DoDEA) Student Transportation Services (STS) for Ft. Liberty Military Community, NC. This document, associated with Solicitation HE1254-25-R-E007, is marked as Controlled Unclassified Information (CUI) and Source Selection Information. It serves as a formal declaration from a principal representative or subcontractor/partner company, committing to perform the required work if their company is awarded the contract. The letter includes spaces for the company name, address, date, and signatures of the principal representative, name, and title, confirming their intent to fulfill the obligations of the solicitation.
    The DoDEA Procurement Field Support Division's Enclosure 5 outlines the Contractor Performance Assessment Reporting System (CPARS) requirements for contractors. Contractors must designate a representative to receive, review, and comment on government performance assessments electronically within 30 days. A meeting to discuss evaluations can be requested in writing within seven calendar days of receipt. The document specifies the required contact information for the designated representative, including name, title, email, phone number, and N/CAGE number. Additionally, it details the hardware and software requirements for accessing CPARS Online, which include specific browser versions (latest three major desktop versions of Internet Explorer, and the latest major desktop version of Chrome, Firefox, and Safari) and Adobe Acrobat Reader for viewing PDF attachments. Technical support contact information, including email and phone numbers, is also provided. This enclosure is marked as Controlled Unclassified Information (CUI) and Source Selection Information.
    The Department of Defense Education Activity (DoDEA) is soliciting proposals for a Women-Owned Small Business (WOSB) contract to provide a Substitute Caller Automation Software solution. This Request for Proposal (RFP) seeks to streamline the process of assigning substitute personnel, aiming to increase operational efficiency, reduce administrative workload, and ensure timely communication. The contract includes a base year and three option years, covering software licenses and technical support for two DoDEA regions: Southeast District and Mid-Atlantic District. The total estimated value is USD 34,000,000.00. The solicitation also details specific clauses and instructions for electronic invoicing via the Wide Area WorkFlow (WAWF) system, item unique identification and valuation, and various Federal Acquisition Regulation (FAR) and Defense Federal Acquisition Regulation Supplement (DFARS) clauses related to commercial products and services.
    Lifecycle
    Title
    Type
    Combined Synopsis/Solicitation
    Similar Opportunities
    CCSR Summative and Interim Assessment Test Packages for ELA/Literacy and Mathematics
    Dept Of Defense
    The Department of Defense Education Activity (DoDEA) intends to award a sole source Firm-Fixed Price (FFP) contract for the CCSR Summative and Interim Assessment Test Packages for English Language Arts/Literacy and Mathematics. This procurement aims to fulfill the educational assessment needs of DoDEA, with a total estimated contract value of $1,892,252.25, covering a one-year base period and four additional one-year options. The selected vendor will be responsible for providing comprehensive assessment packages that align with DoDEA's educational standards. Interested parties are encouraged to submit evidence demonstrating their capability to meet these requirements, and all inquiries should be directed to Krista Chamberlain via email at krista.chamberlain@dodea.edu, with the subject line indicating the specific opportunity.
    Student Transportation Services to the Ft. Stewart Military Community in Georgia.
    Dept Of Defense
    The Department of Defense Education Activity (DoDEA) is seeking proposals for student transportation services at the Ft. Stewart Military Community in Georgia, under solicitation HE125426RE007. This procurement is a 100% Small Business set-aside, requiring contractors to provide comprehensive transportation services, including daily commutes, special education transportation, and extended school year services, with a focus on safety and efficiency. The contract encompasses a base year and four option years, with a minimum guaranteed value of $2,500. Proposals must be submitted via email by 12:00 p.m. EST on January 30, 2026, following the submission of a Non-Disclosure Agreement by January 23, 2026, to receive critical route information. Interested parties should direct inquiries to Contracting Officer Esther Yi at esther.yi@dodea.edu or Contract Specialist Batsaikhan Usukh at batsaikhan.usukh@dodea.edu.
    K-5 Science Instructional Resources and Lab Kits
    Dept Of Defense
    The Department of Defense Education Activity (DoDEA) is seeking proposals for K-5 Science instructional resources and lab kits to support approximately 66,000 students across 161 schools globally. The procurement aims to provide commercial-off-the-shelf (COTS) research-based instructional materials, including print and digital resources for both students and teachers, as well as comprehensive lab kits and professional learning support, all aligned with the College and Career Ready Standards for Science. This initiative is crucial for enhancing elementary science education through engaging and standards-aligned resources, ensuring compliance with technical and accessibility standards. Interested parties should note that the anticipated solicitation posting date is around December 20, 2025, with an award date expected by March 6, 2026. For further inquiries, contact Nicole Freid at nicole.freid@dodea.edu or Alim Koroma at alim.koroma@dodea.edu.
    Student Transportation Services to the Fort Knox, Kentucky Military Community.
    Dept Of Defense
    The Department of Defense Education Activity (DoDEA) is soliciting proposals for student transportation services for the Fort Knox, Kentucky Military Community under Request for Proposal (RFP) HE125426RE006. The procurement aims to provide safe and efficient transportation for over 67,000 children of military and DoD civilian families, encompassing daily commutes, special needs transportation, and curricular/co-curricular activities. This contract is a 100% Small Business set-aside, with a minimum guaranteed contract value of $2,500.00, and proposals are due by 12:00 PM EST on January 23, 2026. Interested offerors must submit a completed Non-Disclosure Agreement by January 16, 2026, to receive the Route List and direct any questions by December 12, 2025, to the designated contacts, Esther Yi and Batsaikhan Usukh, via email.
    Student Transportation Services to Ft. Campbell Military Community, KY
    Dept Of Defense
    The Department of Defense Education Activity (DoDEA) is soliciting proposals for student transportation services at Fort Campbell, Kentucky, under solicitation number HE125426RE005. The procurement is a 100% Small Business set-aside, requiring contractors to provide safe and efficient transportation for daily commutes, special education needs, and various curricular and co-curricular activities, including JROTC and Extended School Year services. This contract encompasses a base year and four option years, with an option to extend services, emphasizing compliance with federal, state, and military regulations. Interested offerors must submit a completed Non-Disclosure Agreement by January 5, 2026, and proposals are due by January 12, 2026, with all submissions directed to Contracting Officer Esther Yi at esther.yi@dodea.edu and Contract Specialist Batsaikhan Usukh at batsaikhan.usukh@dodea.edu.
    DoDEA Daily Commute Student Transportation Services to the Hohenfels Military Community, Germany
    Dept Of Defense
    The Department of Defense Education Activity (DoDEA) is conducting market research to identify qualified companies capable of providing daily commute student transportation services for the Hohenfels Military Community in Germany, with services anticipated to commence on August 1, 2026. The procurement encompasses full transportation services, including personnel, supervision, supplies, and equipment, adhering to DoDEA and Host Nation requirements, with a strong emphasis on safety, efficiency, and rigorous contract management. Interested vendors must submit a statement of interest, a capability statement (maximum of three pages), and a non-binding Rough Order of Magnitude (ROM) cost estimate by 11:00 AM EST on November 17, 2025, to Esther.Yi@dodea.edu, including “HE125426REHOHENFELS” in the subject line. Respondents must also be registered in the System for Award Management (SAM) database to be eligible for any resultant contracts.
    Membership in an English Language Proficiency Comprehensive Assessment Consortium
    Dept Of Defense
    The Department of Defense Education Activity (DoDEA) intends to award a sole source Firm-Fixed Price (FFP) contract for membership in an English Language Proficiency Comprehensive Assessment Consortium. This contract, valued at approximately $1,990,320, will cover a one-year base period with four additional one-year options, aimed at enhancing the assessment of English language proficiency among students. The Government's decision to pursue a sole source contract is based on the unique capabilities required, and interested vendors must provide clear evidence of their ability to meet these needs. Questions regarding this opportunity should be directed to Contract Specialist Krista Chamberlain at krista.chamberlain@dodea.edu, with responses due by the specified deadlines.
    Residency Management Suite Software and Maintenance
    Dept Of Defense
    The Department of Defense, through the Defense Health Agency (DHA), intends to sole source the procurement of the Residency Management Suite Software and its maintenance from Qgenda, LLC. This proprietary software is essential for unifying program and resident information into a centralized data warehouse, facilitating compliance with Accreditation Council Graduate Medical Education (ACGME) requirements for 36 Graduate Medical Education (GME) and 22 Graduate Allied Health programs, which collectively support over 700 residents and fellows annually. The software's capabilities are critical for accreditation tracking and management of GME work hours, ensuring the continuity of training for military medical professionals. The estimated value of this contract is $97,000, with an anticipated award date of December 31, 2025. Interested parties may submit capability statements to the primary contact, Rebecca Quint, at rebecca.d.quint.civ@health.mil, by 4:00 PM CT on December 19, 2025.
    Facilities Asset Management - Pacific Region
    Dept Of Defense
    The Department of Defense Education Activity (DoDEA) is seeking qualified 8(a) firms to provide comprehensive Facilities Asset Management (FAM) services for its Pacific Region. The procurement aims to manage facility condition assessments, AHERA asbestos inspections, facility utilization surveys, and real property inventory tracking, among other responsibilities, to ensure safe and well-managed school environments. This initiative is critical for supporting DoDEA's strategic planning for facility sustainment and modernization across approximately 700 buildings covering 20 million gross square feet over a 12-month period. Interested firms must submit capability statements and feedback by January 14, 2026, and can contact Emani Gray at emani.gray@dodea.edu or Duke Santos at duke.santos@dodea.edu for further information.
    USSOUTHCOM J2 EDA IDIQ
    Dept Of Defense
    The Department of Defense, through the Department of the Army, is soliciting proposals for the USSOUTHCOM J2 Enhanced Domain Awareness (EDA) Indefinite Delivery, Indefinite Quantity (IDIQ) contract. This contract aims to provide strategic and technical support services to enhance domain awareness, requiring various IT and data management professionals, including roles such as Cloud Web Developer and Geospatial Solutions Architect. The contract includes a one-month phase-in period followed by a four-month base period, with three optional 12-month extensions, and emphasizes the reimbursement of other direct costs based on actual expenses incurred. Interested contractors must submit their proposals by January 5, 2026, at 11:00 AM, and can direct inquiries to Tonya Johnson at tonya.k.johnson11.civ@mail.mil or Sherwin Riley at sherwin.d.riley.civ@mail.mil.