Training and Education Command (TECOM) Statistical Analysis Support
ID: M00264-25-R-0003Type: Presolicitation
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
    MCCLL Professional Support Services
    Dept Of Defense
    The Department of Defense, through the Marine Corps Installations National Capital Region-Regional Contracting Office (MCINCR-RCO), is seeking proposals for Professional Support Services for the Marine Corps Center for Lessons Learned (MCCLL) at Quantico, Virginia. This follow-on contract will be a 100% 8(a) small business set-aside and will include a hybrid structure of Firm Fixed-Price (FFP) for services and Cost Reimbursement for travel and other direct costs, with a performance period consisting of a 12-month base and four 12-month option periods. The services are critical for program management, lessons learned support, data analysis, and content management, requiring a SECRET Facility Clearance Level for handling classified information. Proposals are due by December 15, 2025, at 4:00 PM EST, and interested parties can contact Christian Hernandez-Soto at christian.hernandezsoto@usmc.mil or Edgar Lopez-Jimenez at edgar.lopezjimenez@usmc.mil for further information.
    Bridge to Evolution STE TESS (BEST) Multi Award Contract (MAC)
    Dept Of Defense
    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.
    U.S. Navy (USN) Tactical Combat Training System Increment II (TCTS II) and United States Air Force (USAF) equivalent P6 Combat Training System (P6CTS)
    Dept Of Defense
    The Department of Defense, specifically the U.S. Navy, is seeking proposals for the Tactical Combat Training System Increment II (TCTS II) and the United States Air Force's equivalent P6 Combat Training System (P6CTS). This procurement involves a comprehensive Request for Proposal (RFP) that outlines various Contract Line Item Numbers (CLINs) for airborne and ground subsystems, ancillary mission equipment, and related support services, which are critical for enhancing military training capabilities. The contract will cover essential components such as program management, systems engineering, cyber engineering, logistics, and technical data packages, with performance expected in Orlando, Florida, over multiple fiscal years from FY26 to FY30. Interested parties should contact Kurt Susnis at kurt.a.susnis.civ@us.navy.mil or Andrea Gordon-Eubanks at andrea.l.gordoneubanks.civ@us.navy.mil for further details and to ensure compliance with the submission requirements.
    M00264-26-RFI-001 Marine Corps Information Maneuver School (MCIMS)
    Dept Of Defense
    The Department of Defense, through the Marine Corps Information Maneuver School (MCIMS), is seeking sources for contract support to provide academic instruction and training in Civil Affairs (CA), Civil-Military Operations (CMO), and Information Operations (IO) planning. The objective is to identify qualified vendors capable of delivering curriculum development and course maintenance for various Military Occupational Specialties (MOS), including the CA MOS Course and CMO Planner, which are critical for preparing Marines for operational effectiveness. The current contract is held by Green Cell Consulting LLC, and the anticipated NAICS code for this opportunity is 611430, with a size standard of $15 million. Interested parties must submit their responses, including a capabilities statement and business details, by December 30, 2025, at 10:00 AM EDT, to Erin Silverthorn at erin.silverthorn@usmc.mil or Christa Eggleston-Scott at christa.eggleston-sc@usmc.mil.
    CNATRA COMS Notice of Tentative Acquisition Strategy under FTSS V MAC Lot I and DRAFT RFP
    Dept Of Defense
    The Department of Defense, through the Naval Air Warfare Center Training Systems Division (NAWCTSD), is seeking proposals for Contractor Operations and Maintenance Services (COMS) under the Field Training Systems Support (FTSS V) Multiple Award Contract (MAC) for various Naval Air Stations. The procurement aims to provide comprehensive operational and maintenance support for Chief of Naval Air Training (CNATRA) at five locations, including NAS Corpus Christi, TX, and NAS Pensacola, FL, with a performance period of 62 months, starting with a base year and four option years. This contract is crucial for ensuring the effective training and operational readiness of naval aviation personnel. Interested parties should note that the anticipated release date for the Request for Proposal (RFP) is January 5, 2026, with proposals due shortly thereafter, and can contact Janet Fondriest at janet.l.fondriest.civ@us.navy.mil for further information.
    Analytical Support Services
    Dept Of Defense
    The Department of Defense, specifically the Department of the Navy's Fleet Readiness Center, is seeking proposals for Analytical Support Services through a Combined Synopsis/Solicitation. The objective of this procurement is to obtain research, analysis, and development services that will enhance the Naval Aviation Enterprise's analytics capabilities, including modeling and dashboard improvements for comprehensive project analysis initiatives. This Total Small Business Set-Aside opportunity falls under NAICS code 541512, with a size standard of $34 million, and is intended to be awarded as a firm fixed-price Single-Award Indefinite Delivery, Indefinite Quantity (IDIQ) contract. Interested vendors should direct their inquiries to Elden Greuber or Kalynn Jackson via email by the specified deadline, and all quotes must reference Solicitation N6852026Q1003.
    Teams Integration
    Dept Of Defense
    The Department of Defense, specifically the Department of the Navy, is seeking proposals for the integration of Microsoft Teams as part of its IT and telecom network support services. This procurement aims to enhance communication and collaboration capabilities within the organization, reflecting the increasing reliance on digital communication tools in military operations. Interested vendors should direct their inquiries to Patrick L. Doyle at patrick.doyle@usmc.mil or by phone at 760-830-5115 for further details regarding the submission process and any associated deadlines.
    Weaponeering Courses
    Dept Of Defense
    The Department of Defense, through the Naval Surface Warfare Center Dahlgren Division (NSWCDD), is soliciting proposals for Weaponeering Courses and related materials, specifically targeting Worldwide Counter Threat Solutions (WCTS) as the sole source provider. The procurement includes both Introductory and Advanced Weaponeering Courses, along with associated books, emphasizing the need for continuity in training methodology and quality. This opportunity is critical for maintaining instructional consistency and ensuring effective training for defense personnel. Interested vendors must submit their quotes by December 15, 2026, with an anticipated award date of January 15, 2026. For further inquiries, contact Heather Hostinsky at heather.g.hostinsky.civ@us.navy.mil or by phone at 540-742-8882.
    Practitioner e-Learning
    Dept Of Defense
    The Department of Defense, specifically the Department of the Air Force, is seeking proposals for a Practitioner e-Learning platform aimed at providing continuous process improvement training, including Lean Six Sigma and project management methodologies, to Airmen and Guardians. The platform must support at least 750 simultaneous users and offer a range of courses from foundational to advanced levels, integrating AI/ML for enhanced interactivity and feedback. This initiative is crucial for enhancing the skills and competencies of military personnel, ensuring they are equipped with current industry methodologies. Proposals are due by December 22, 2025, at 1300 Eastern Time, with questions accepted until December 1, 2025. Interested parties should contact Destinee Narak at destinee.narak@us.af.mil for further information.
    TACLANE Operator Training Course
    Dept Of Defense
    The Department of Defense, through the Naval Surface Warfare Center Carderock Division (NSWCCD), is seeking to procure an on-site TACLANE Operator Training Course from General Dynamics Mission Systems, Inc. This sole-source contract aims to train up to eleven NSWCCD employees on the configuration, operation, and maintenance of TACLANE encryptors, which are vital for secure network communications during RF Signature measurements. The four-day training course is scheduled to take place at NSWCCD in West Bethesda, Maryland, during the second quarter of Fiscal Year 2026 (January–March). Interested parties are invited to submit capability statements by 10:00 AM ET on December 22, 2025, to Tracy McDonough at tracy.l.mcdonough2.civ@us.navy.mil.