Training and Education Command (TECOM) Statistical Analysis Support
ID: M00264-25-R-0003Type: Solicitation
Overview

Buyer

DEPT OF DEFENSEDEPT OF THE NAVYCOMMANDERQUANTICO, VA, 22134, USA

NAICS

Administrative Management and General Management Consulting Services (541611)

PSC

SUPPORT- MANAGEMENT: OTHER (R799)

Set Aside

SBA Certified Women-Owned Small Business (WOSB) Program Set-Aside (FAR 19.15) (WOSB)
Timeline
    Description

    The Department of Defense, specifically the Training and Education Command (TECOM) of the U.S. Marine Corps, is seeking proposals for statistical analysis support services under solicitation number M00264-25-R-0003. The primary objective of this procurement is to enhance military training and operational readiness through data collection, analysis, and the implementation of corrective actions, utilizing advanced data science methodologies including AI/ML tools. This contract is crucial for supporting TECOM's Trends Reversal and Reinforcement Process (TRRP) and will require contractors to have appropriate security clearances and competencies in data management. Interested parties must submit their proposals by February 19, 2025, with the Past Performance Questionnaire due by February 14, 2025. For further inquiries, potential bidders can contact Shaye Nelson at shaye.nelson@usmc.mil or Christa Eggleston-Scott at christa.eggleston-sc@usmc.mil.

    Point(s) of Contact
    Files
    Title
    Posted
    This document is a Contract Security Classification Specification form issued by the Department of Defense, detailing the security requirements for a contract involving classified information, which includes levels of facility security clearance, safeguarding measures, and restricted access to classified data. It outlines the responsibilities of the contractor related to security compliance, access to classified materials, and the handling of unclassified information while specifying the supervisory contacts and inspection protocols. Additionally, it emphasizes that any public release of information must adhere to established guidelines and obtain appropriate government approval.
    This document is an amendment to a solicitation for a government contract, specifically extending the response deadline for a Request for Proposal (RFP). The new due date is now set for January 30, 2025, at 10:00 AM EST, an extension from the previous deadline of January 13, 2025. The contact for inquiries is Shaye Nelson of the U.S. Marine Corps. The amendment outlines requirements for offerors to acknowledge receipt of this change and provides methods for doing so, including completing designated items or referencing the changes in their submissions. The amendment maintain all previously established terms and conditions of the original solicitation, ensuring continuity in the procurement process while allowing potential bidders additional time to prepare their proposals. This action emphasizes the federal government's commitment to transparency and efficient contracting processes within the framework of federal procurement guidelines.
    The document serves as an amendment to solicitation M0026425R0003, primarily aimed at extending the due dates for proposal submissions and the associated Assessor Past Performance Questionnaire. The new due date for proposal submission is set for February 19, 2025, and for the APPQ, it is February 14, 2025. The document outlines the process for offeror submissions, emphasizing that all proposals must align with specified formatting and content requirements across four distinct volumes—Compliance Documentation, Technical Capability, Past Performance, and Price. It underscores the importance of past performance references and detailed price submissions while informing offerors about the content and organization necessary for their proposals. Key instructions include guidelines for a cover letter, technical capabilities, and past performance documentation, as well as procedural details for Q&A and electronic submission of proposals. Overall, the amendment emphasizes the significance of thorough and compliant proposals to secure a government contract for support services outlined in the Performance Work Statement.
    The document serves as an amendment to a solicitation for the Training and Education Command (TECOM), focusing on Analysis and Data Science Support. Key amendments include responses to questions from potential offerors, the addition of a DD-254 form, revisions to the Performance Work Statement (PWS), and a new prohibition on unmanned aircraft systems. The proposal deadline is extended to 10 AM EST on February 24, 2025. The main objective is to enhance TECOM's training and education capabilities through data-driven insights and analytics. The contractor will support TECOM's Trends Reversal and Reinforcement Process (TRRP) by collecting and analyzing data to identify trends and implement corrective actions. The scope includes utilizing AI/ML tools for predictive analytics, with work primarily conducted at Mundy Hall, Quantico, VA. Security clearances and adherence to specific data management protocols are required throughout the contract's performance period. Overall, this amendment outlines essential updates and clarifications for potential offerors, emphasizing the need for innovative approaches in data analysis and the government’s commitment to improving military training and readiness through advanced data science techniques.
    The document outlines a federal solicitation (M0026425R0003) for a contract involving data analysis and science support for the Training and Education Command (TECOM) of the Marine Corps. The primary objective is to assist in executing the Trends Reversal and Reinforcement Process (TRRP), focusing on collecting, analyzing, and managing data to improve military training and operational readiness. Key tasks include data collection, analysis, corrective actions, and providing feedback on trends affecting training programs. The contract stipulates a period of performance spanning one year, with the potential for four additional one-year extensions. Contractor personnel are required to possess necessary security clearances and competencies in data science tools and methodologies. Deliverables will include periodic reports detailing task progress, corrective recommendations, and data science model developments. The document emphasizes compliance with government standards, data ownership, and protecting sensitive information. The contract plays a vital role in enhancing military training effectiveness through informed decisions based on thorough data analysis.
    The document outlines the Past Performance Questionnaire (PPQ) process required by the federal government in the context of RFPs and grants. It provides a structured format to gather essential information about a contractor’s previous projects, including key details such as contractor name, CAGE code, contract number, client agency, contract type, total dollar value, and the period of performance. The questionnaire seeks information regarding the contractor's role (prime or subcontractor), any relevant contract reference noted in the Contractor Performance Assessment Reporting System (CPARS), termination history, and a descriptive account of the work performed. Additionally, the form requires details on the scope, size, and complexity similarities to the current requirement, alongside clear delineation of proposed subcontractor tasks. Contact information for references or assessors involved in the contract process is also collected. The purpose is to evaluate past performance systematically, ensuring that responders can effectively demonstrate their qualifications in fulfilling government contracts while adhering to established performance metrics. This organizational structure aids in the objective assessment of contractor capabilities and reliability in government procurements.
    The document is a pricing template from the federal government for a Request for Proposal (RFP) designated as M00264-25-R-0003 by TECOM OAS. It outlines the required cost structure for various services aimed at collection/data mining, data analysis, corrective action, feedback, and data science support over a specified performance period. Each service has a corresponding Contract Line Item Number (CLIN) that stipulates a fixed firm price (FFP) for a duration of 12 months, while a separate line item for costs allows for a not-to-exceed (NTE) amount. The total evaluated price for the base period is noted as $40,915.50, with a cost structure encouraged for additional option periods. The template is essential for bidders to present their pricing accurately, ensuring compliance with federal guidelines and enabling the government to evaluate proposals fairly. The format demonstrates the procurement process’s focus on transparency, accountability, and strategic budgeting within federal spending frameworks.
    The document is the "Assessor Past Performance Questionnaire" associated with Solicitation Number M00264-25-R-0003, aimed at evaluating the performance history of contractors and major subcontractors. It provides a structured format for assessors, who have had relevant experience with a contractor, to report their evaluations in various areas including quality of performance, schedule adherence, management effectiveness, and cost control. Sections I through III are to be completed by the contractor, while assessors fill out the remaining sections based on their past interactions. The questionnaire emphasizes a detailed evaluation process where performance is rated from “Exceptional” to “Unsatisfactory” based on specific criteria and definitions. Assessors are directed to submit their completed evaluation via email rather than mail, ensuring a streamlined response process. The file ultimately facilitates the identification of contractor effectiveness in fulfilling government contract requirements, helping the Marine Corps Installations National Capital Region assess and select qualified contractors for future projects.
    The document serves as an assessment questionnaire for evaluating the past performance of contractors involved in government contracts, specifically for the US Marine Corps under Solicitation Number M00264-25-R-0003. Offerors and major subcontractors are required to complete Sections I through III, which include details about the contract and performance metrics. Assessors, who have experience with the contractors, are tasked with verifying these details, performing evaluations based on defined criteria, and submitting completed questionnaires by a specified deadline. Key performance areas include quality of performance, schedule adherence, management effectiveness, and cost control, each assessed through a rating system ranging from "Exceptional" to "Unsatisfactory." The document emphasizes the importance of accurate contributions by both contractors and the government in the evaluation process. Overall, its purpose is to systematically gather information to inform the contracting office about the contractor’s historical performance, which influences future procurement decisions.
    Similar Opportunities
    Training and Education Command - Human Performance Branch
    Buyer not available
    The Department of Defense, through the Training and Education Command (TECOM) Human Performance Branch, is seeking qualified vendors to provide technical and analytical support for the development and revision of physical readiness testing and fitness policies for the United States Marine Corps (USMC). The primary objectives include enhancing physical readiness standards, expanding the Sports Medicine and Injury Prevention program, and ensuring compliance with military fitness requirements. This opportunity is crucial for maintaining the physical readiness of Marine Corps personnel and involves collaboration with various military and defense organizations. Interested parties must submit their qualifications and feedback on the performance work statement by February 28, 2025, to the primary contact, Shaye Nelson, at shaye.nelson@usmc.mil, or the secondary contact, Christa Eggleston-Scott, at christa.eggleston-sc@usmc.mil.
    DANTES Military Training Evaluation Program
    Buyer not available
    The Department of Defense, through the Defense Human Resources Activity, is soliciting proposals for the DANTES Military Training Evaluation Program (MTEP), aimed at evaluating and validating college credit for military training and experiences. The primary objectives include enhancing the capacity to document military learning, improving validation methods, and increasing data interoperability among stakeholders, with a focus on supporting service members' transitions to civilian careers. This initiative underscores the importance of recognizing military educational achievements and ensuring fiscal accountability while promoting opportunities for Women-Owned Small Businesses (WOSB) participation. Interested contractors should contact Jada Weaver at jada.a.weaver.civ@mail.mil or Mike Carnley at charles.m.carnley.civ@mail.mil for further details, with proposals due by the extended deadline specified in the solicitation documents.
    Theater Battle Management Core Systems (TBMCS) 2.0 software development and sustainment support effort
    Buyer not available
    The Department of Defense, specifically the Marine Corps Systems Command (MARCORSYSCOM), is seeking qualified contractors to provide software development and sustainment support for the Theater Battle Management Core Systems (TBMCS) 2.0. The objective of this procurement is to enhance the TBMCS, which serves as a critical tool for air war planning, by developing, analyzing, integrating, and managing software applications that comply with modern software practices and cybersecurity standards. This initiative is vital for improving joint air warfare command and control capabilities, ensuring effective program management, and maintaining compliance with governmental directives. Interested parties must submit their capability statements and estimated pricing by March 17, 2025, to the designated contacts, Bryan D. Keys and Alicia Sims, at bryan.keys@usmc.mil and alicia.sims@usmc.mil, respectively.
    Bridge to Evolution STE TESS (BEST) Multi Award Contract (MAC)
    Buyer not available
    The Department of Defense is seeking innovative approaches for its Bridge to Evolution STE TESS (BEST) Multi-Award Contract (MAC). The objective is to enhance and extend the functionality of the Army's tactical engagement simulation systems (TESS), aligning them with evolving training requirements. This procurement is divided into two lots. Lot 1 involves modifying existing TESS equipment to meet updated Army specifications, focusing on adaptability and future expansion. Lot 2 centers on developing and producing new TESS solutions, including dismounted, vehicle-mounted, and shoulder-launched munition systems. The government seeks to integrate emerging STE LTS TESS technology with the existing MILES TESS ecosystem, encouraging vendors to propose adaptable procedures and processes. The scope of work encompasses software and hardware modifications, production and delivery of TESS kits, and integration with the STE LTS TESS platform. The government aims to foster competition by avoiding solution-specific proposals and encouraging creativity in meeting the outlined objectives. Potential offerors are invited to provide feedback on the Draft Request for Proposal (DRFP), which outlines the requirements, Statement of Work (SOW), and evaluation criteria. The government seeks to revise and finalize the RFP based on industry responses, emphasizing efficiency and the removal of unnecessary requirements. Offerors should possess the capabilities and expertise to modify and produce TESS solutions, with a focus on past performance and technical merit. The contract is anticipated to be an Indefinite Delivery/Indefinite Quantity (ID/IQ) vehicle, attracting multiple awardees. The primary contact for this opportunity is Gloria Susie Hoybach, with additional inquiries directed to Roberto J. Gotay and Rafael A. Manzano. The deadline for feedback submission is 12:00 PM EST on 3rd June 2024, with the government aiming to release the final RFP shortly afterward. For this BEST MAC initiative, the Army seeks adaptable and cost-effective TESS solutions, leveraging industry feedback to shape the acquisition process.
    Training and Readiness Accelerator (TReX II) Other Transaction Agreement (OTA) Request for Solutions (RFS): TReXll-25-02 RED-077/078/079: Command, Control, Communications, Computers, and Intelligence (C4I) and Software Intensive Systems Test (C4T)
    Buyer not available
    The Department of Defense, specifically the Department of the Army, is seeking solutions through the Training and Readiness Accelerator (TReX II) Other Transaction Agreement (OTA) Request for Solutions (RFS): TReXll-25-02 RED-077/078/079, focusing on Command, Control, Communications, Computers, and Intelligence (C4I) and Software Intensive Systems Test (C4T). The objective of this procurement is to enhance capabilities in research and development related to national defense, particularly in military applications and applied research. The services sought are critical for advancing the effectiveness and efficiency of defense operations, ensuring that military systems are adequately tested and ready for deployment. Interested parties should note that the NAICS code for this opportunity is 541715, and further inquiries can be directed to the office of W6QK ACC-ORLANDO for additional details.
    TCS MS Increment II Request for Information
    Buyer not available
    The Department of Defense, specifically the Department of the Navy, is seeking information through a Sources Sought notice for the TCS MS Increment II project, aimed at enhancing engineering services related to small craft. This opportunity invites qualified contractors to provide insights and capabilities that align with the objectives of the Marine Corps Systems Command (MARCORSYSCOM), which plays a critical role in ensuring operational readiness and effectiveness of military assets. Interested parties must be aware of the requirements for handling Controlled Unclassified Information (CUI), as outlined in the accompanying Non-Disclosure Agreement, which emphasizes the importance of safeguarding sensitive information. For further inquiries, interested vendors can contact Brittney Moore at brittney.moore@usmc.mil or Taylor Neal at taylor.n.neal@usmc.mil.
    M0068125Q0011 Employee Resource Management (EMR) / Vector Scheduling Pro System
    Buyer not available
    The Department of Defense, specifically the Commanding General at Camp Pendleton, California, is soliciting proposals for the Employee Resource Management (EMR) / Vector Scheduling Pro System. This procurement aims to acquire a digital, web-based platform tailored for Fire and Emergency Services, featuring capabilities such as crew scheduling, communication tools, customized training management, and an automated staffing engine, all compliant with NFPA and OSHA standards. The successful vendor will be awarded a Firm-Fixed Price contract, with submissions due by February 28, 2025, and evaluations based on technical acceptability, pricing, and delivery terms. Interested parties can reach out to Monique Y Garcia at monique.garcia@usmc.mil or Quintin Pollard at Quintin.Pollard@USMC.mil for further information.
    Information Technology Engineering and Support Services
    Buyer not available
    The Department of Defense, specifically the Naval Surface Warfare Center, is soliciting proposals for Information Technology Engineering and Support Services to enhance the Technical Support Management (TSM) application and Electronic Trial Card (ETC) application. The contractor will be responsible for system operation and maintenance, user training, cybersecurity compliance, and the development of necessary documentation and software updates, with a focus on supporting naval shipbuilding oversight functions. This procurement is critical for ensuring operational efficiency and data management within the Department of Defense's maritime objectives. Interested parties should contact Pedro Rivas at pedro.rivas13.civ@us.navy.mil or Brandon Oh at brandon.s.oh.civ@us.navy.mil for further details, with the performance period set from March 8, 2025, to August 31, 2025.
    Request for Proposals (RFP) for TRADOC Deputy Chief of Staff for Intelligence (G-2) Operational Environment (OE) and Core Functions
    Buyer not available
    The Department of Defense, specifically the U.S. Army Training and Doctrine Command (TRADOC), is soliciting proposals for operational environment and core functions support services under the Request for Proposals (RFP) W911S025RA001. The objective is to secure non-personal service support to enhance intelligence operations, which includes a 30-day phase-in period, a base year of services, and optional extensions through four additional years. This procurement is critical for maintaining military readiness and strategic response capabilities, with services to be performed primarily at Fort Eustis, Virginia. Interested contractors must submit their proposals by February 25, 2025, and can direct inquiries to Mackensy Beckwith at mackensy.a.beckwith.civ@army.mil or Hattie Brown at hattie.l.brown8.civ@army.mil.
    Training and Readiness Accelerator (TReX II) Other Transaction Agreement (OTA) Request for Solutions (RFS): TReXll-25-02 RED-095: Spectrum Efficient Technology (SET) Prototype Project
    Buyer not available
    The Department of Defense, specifically the Department of the Army, is seeking solutions through the Training and Readiness Accelerator (TReX II) Other Transaction Agreement (OTA) for the Spectrum Efficient Technology (SET) Prototype Project. This initiative aims to develop innovative technologies that enhance spectrum efficiency, which is critical for military operations and national defense. The project falls under the NAICS code 541715, focusing on research and development in the physical, engineering, and life sciences, and is categorized under national defense R&D services. Interested parties should prepare their proposals in response to the Request for Solutions (RFS) TReXll-25-02 RED-095, with further details available through the appropriate channels.