Educational Services at Dover AFB
ID: HE125425RE011Type: Combined Synopsis/Solicitation
Overview

Buyer

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

NAICS

Elementary and Secondary Schools (611110)

PSC

EDUCATION/TRAINING- GENERAL (U009)
Timeline
    Description

    The Department of Defense Education Activity (DoDEA) is seeking contractors to provide comprehensive K-12 educational services, including special education, at Dover Air Force Base (AFB) in Delaware. The contract will encompass a range of services such as food service, grounds maintenance, building maintenance, and student transportation for approximately 430 eligible dependent children of DoD personnel, with a performance period starting July 1, 2025, and extending through June 30, 2030, including multiple option periods. This initiative is crucial for ensuring quality educational opportunities for military families and aligns with federal regulations governing educational services. Interested parties should contact Laura Manuel at laura.manuel@dodea.edu or Alim Koroma at Alim.Koroma@dodea.edu for further details, and proposals must be submitted by the specified deadlines outlined in the solicitation documents.

    Point(s) of Contact
    Files
    Title
    Posted
    The document presents an amendment to a solicitation for a contract related to the Department of Defense Education Activity (DoDEA) at Dover Air Force Base (AFB). The amendment updates various solicitation clauses, provisions, and attachments while extending the deadline for offer submissions. It outlines specific requirements for contractors, emphasizing the need for proposals to include detailed administrative, technical, and past performance information. Key changes include the deletion of certain Contract Line Item Numbers (CLINs) related to furniture and administrative fees, inclusion of new clauses pertaining to waste reduction and contract performance, and clarification on representation and certification requirements for Offerors. The proposal must detail the vendor’s understanding of performance requirements, technical approaches, and past experience relevant to the educational program. Additionally, this amendment specifies the necessity for small business participation plans, reinforcing the government’s commitment to supporting small enterprises in contract work. Overall, this document is crucial for potential contractors seeking to engage in government contracts related to educational services for the military community.
    The document outlines amendments to a solicitation for an educational program at Dover Air Force Base, specifically focused on special education services. It details modifications to contract terms, including extended performance periods, revised pricing sheets, and updates to the Performance Work Statement (PWS). The amendments aim to clarify the scope of services, including various in-district and out-of-district special education options, as well as therapy and counseling sessions. The solicitation identifies specific line items and quantities related to educational services, with clear definitions for each type of service required. There are provisions for contractor acknowledgment of the amendments and established inspection and acceptance locations, highlighting the necessity for coordination with the Contracting Officer Representative (COR). The structure of the document is systematic, addressing each aspect of the modification and providing precise instructions for submission and compliance. These changes demonstrate the government's commitment to enhancing educational support services for special needs students at the Air Force Base, ensuring aligned resources and effective service provision throughout the extension period.
    The document serves as an amendment to a federal solicitation, specifically referencing the DOD Education Activity contract and its associated modifications. The amendment extends the deadline for offer submissions while outlining the necessary steps for bidders to acknowledge receipt of the amendment. It emphasizes that offers must be submitted before the new deadline, and any changes to existing offers must be clearly referenced and submitted accordingly. Additionally, the amendment clarifies that the description of previous delivery dates is removed, simplifying it to focus on the Period of Performance dates. The modification details alterations made to various line item delivery information, impacting numerous associated task areas without changing other terms and conditions of the existing contract. This structured document is framed by standard government formats and regulations, indicating the emphasis on procedural compliance and accuracy in governmental contractual agreements. Overall, it illustrates the ongoing adjustments in federal contracting, ensuring transparency while adhering to regulatory frameworks governing solicitation amendments.
    The document appears to be a corrupted or improperly formatted file, making it difficult to extract coherent content directly. However, based on the context surrounding government RFPs (Requests for Proposals), federal grants, and local/state initiatives, one can infer that it likely relates to funding opportunities, project specifications, or application guidelines for governmental projects. Typically, such documents will outline funding objectives, eligibility criteria, application processes, and project scope expectations aimed at engaging relevant stakeholders in supporting community or infrastructural projects. The urgency and nature of these proposals often surround enhancements in public services, infrastructure development, or environmental considerations. Given the significance of funding and resource allocation in governmental planning, understanding the document's essence would require translating scattered information into actionable proposals for local agencies or businesses to fulfill governmental mandates. Improved clarity and formatting would assist stakeholders in aligning their objectives with governmental priorities effectively, thus optimizing grant applications and responses to RFPs. As it stands, the file's content necessitates thorough recovery or reformatting to yield specific actionable insights essential for any funding or proposal-related initiatives.
    The document serves as a Terms of Service Addendum to a License Agreement submitted by an offeror in response to a government solicitation. It emphasizes that, in the event of conflict between the Addendum and the License Agreement, the Addendum will take precedence and become part of the binding contract upon acceptance of the proposal. The Government does not agree to certain commercial terms that conflict with federal law or its operational needs, which include rejecting clauses on general and patent indemnity, automatic renewals, audit rights, and other legal provisions such as arbitration and unilateral contract termination by the contractor. Additionally, it outlines the Government's stance on confidentiality, user obligations, and assignment terms, clarifying that any revisions to the license terms post-award must be consistent with the contract. The Addendum asserts that the license agreement's terms ensure no binding obligations on individual users of the service, and the document can be released to the public upon request. Overall, it establishes the terms that the Government requires from the offeror, ensuring compliance with federal laws while protecting its interests.
    The document outlines a government Request for Proposal (RFP) concerning educational services spanning five years, including a base year and four optional years. It specifies the categorization of services into grades K-5, 6-8, and 9-12, alongside provisions for special education services (20% and 60%). Each year includes specific line items for administrative fees, with details organized into the base and option years. The proposal also contains quantity specifications for various educational service offerings, indicating unit issues and a total expected cost of $0.00 for all periods, suggesting this may be a framework for future bids or a placeholder. The call for educational services appears to align with federal and state objectives to enhance educational programs, particularly for special education, emphasizing an ongoing commitment to educational equity. Overall, this document serves as a structured guideline for potential bidders to provide educational services within a government framework, laying clear expectations and compliance requirements as per the Performance Work Statement (PWS).
    This government document outlines a Request for Proposal (RFP) for educational services spanning five years, consisting of a base year and four option years. The RFP is structured into distinct Contract Line Item Numbers (CLINs) addressing different educational levels: Grades K-5, Grades 6-8, Grades 9-12, and Special Education, with provisions for two levels of service for special education (20% and 60%). Pricing details are segregated by year, with a total cost outlined as $0.00 for each period, indicating sample placeholders rather than actual figures. The base period lasts from July 1, 2025, to June 30, 2026, with each option year following sequentially. The document also includes information regarding the unit types and quantities required. It emphasizes compliance with the Performance Work Statement (PWS) and governs the terms and conditions under which the services will be acquired, highlighting its importance in planning and procurement processes for education within federal guidelines. Overall, the RFP serves as a formal solicitation for educational service providers to submit proposals tailored to these specifications.
    The document outlines a Request for Proposals (RFP) for educational services, focusing on the provision of both general and special education support across multiple grade levels (K-12) for students, alongside associated therapy and counseling services. It specifies a structured approach divided into a base period and four option years, beginning on July 1, 2025, with detailed categories for different educational and therapeutic services required. The services are categorized based on in-district and out-of-district placements for special education, highlighting various models such as inclusion settings and specialized programs. Each option year continues to provide educational services similar to the base year but may include variations in offerings and delivery models. Pricing details are included but appear incomplete, with notes on quantities and session rates for services sought. The document aims to solicit comprehensive proposals from potential service providers, ensuring a commitment to high-quality educational support for all students, including those with special needs, thereby reflecting the government's dedication to inclusive education and regulatory compliance.
    This document outlines the requirements for large business offerors to submit a Small Business Subcontracting Plan as part of government contracts. It emphasizes the necessity of detailing strategies for engaging small businesses in contract performance. Key components include establishing goals for various small business categories—such as veteran-owned, service-disabled veteran-owned, HUBZone, small disadvantaged, and women-owned businesses—along with the percentage of total and contract dollars allocated for subcontracting. Offerors must specify the total dollars and types of supplies/services intended for each business category and describe their methodology for setting goals and identifying potential subcontractors. Additionally, the plan must clarify whether indirect costs are included in the goals and how these costs are proportionally distributed. Submissions are to be sent as a separate document from the proposal via email to the contracting officer, ensuring all small businesses are SBA certified. Overall, the document underscores the government's commitment to promoting socio-economic equity through the active participation of diverse small business entities in federal contracts.
    The Performance Work Statement (PWS) outlines the requirements for educational services at Dover Air Force Base (AFB) under the Department of Defense Education Activity (DoDEA). It mandates comprehensive K-12 education for dependents of military personnel, provided by a contractor, ensuring compliance with federal and state regulations, including special education services. The contractor must meet Delaware Department of Education standards and provide a rigorous core curriculum, special education programs, pupil-teacher ratios, and a variety of extracurricular activities. Additionally, the contractor is responsible for medical, food, facilities maintenance, custodial, and student transportation services, all adhering to applicable laws. A quality control plan must be established to monitor performance and report on various metrics, including student enrollment and testing outcomes. Two-way communication with Dover AFB stakeholders is essential for effective relationship management. The document stipulates the structure, tasks, and performance standards expected from the contractor, detailing expectations from staffing to operational logistics. It emphasizes a performance-based approach to ensure quality education and services for military-connected families, reflecting DoDEA's commitment to maintaining educational excellence within military installations.
    The Performance Work Statement (PWS) outlines the responsibilities of the Department of Defense Education Activity (DoDEA) regarding comprehensive K-12 educational services for eligible dependents living at Dover Air Force Base (AFB). The contractor is tasked with providing an accredited educational program, special education services, and ancillary support including food services, transportation, and facilities maintenance. Approximately 430 students will benefit from these services, which must comply with state and federal laws, specifically Delaware educational regulations. Key requirements include maintaining high educational standards, ensuring an appropriate pupil-teacher ratio, and providing necessary resources and staffing. The contractor must also develop a contingency plan for unexpected changes in student enrollment and work closely with various stakeholders, including Dover AFB officials, to ensure a cooperative environment. Performance metrics include timely submission of reports, quality control plans, and adherence to privacy regulations. The contractor's performance will be evaluated through stakeholder feedback to ensure educational programs' effectiveness, aligning with DoDEA's mission to support military-connected students.
    The Department of Defense Education Activity (DoDEA) issued a Performance Work Statement (PWS) for providing comprehensive K-12 educational services at Dover Air Force Base (AFB). The contractor is tasked with ensuring educational programs meet state and federal standards, including special education services for eligible DoD dependents aged 4-21. The scope includes staffing aligned with Delaware guidelines, high-quality instructional materials, and co-curricular activities. Services extend to facility maintenance, medical support, food services, and student transportation. Crucial objectives involve maintaining high educational performance, compliance with laws, and effective communication with Dover AFB stakeholders. Regular reporting on enrollment, educational progress, and safety inspections is required. A Quality Control Plan (QCP) will monitor performance, ensuring adherence to established standards. The document emphasizes the importance of staff qualifications, emergency response plans, and the maintenance of secure educational environments and student privacy. Ultimately, this initiative reflects the DoDEA's commitment to providing quality education to military-connected students while complying with applicable standards and regulations, demonstrating the federal government’s ongoing support for military families.
    The document outlines the requirements for large business offerors to submit a Small Business Subcontracting Plan as part of federal contracting procedures. It mandates that the plan detail strategies for utilizing various categories of small businesses, including small disadvantaged businesses, women-owned, and veteran-owned firms, among others. Key elements include specifying percentage goals for subcontracting dollars and providing total dollar amounts planned for each small business category. The document also emphasizes the necessity of describing the types of supplies and services to be subcontracted, the methodology for setting goals, and the treatment of indirect costs within the subcontracting framework. The submission guidelines stipulate that the plan must be a separate document, submitted via email to the contracting officer, and that all categories must be SBA certified. This structured approach aims to promote socioeconomic diversity in government contracting while ensuring compliance with federal regulations.
    The document outlines procedures related to the management and procurement of government-furnished property (GFP) for custodial services under a contract governed by the Department of Defense (DoD). It includes essential details such as the contact information for the contracting officer, Alim Koroma, and emphasizes the requirements for item requisitioning, specifying that items can be either serially or non-serially managed. The attachment primarily serves as guidance for soliciting bids or proposals related to custodial instrument identification and details how items should be recorded, including necessary fields like item name, quantity, and delivery dates. As such, this document acts as a critical reference point for contracting entities in the adherence to federal guidelines in the procurement process. The emphasis on detailed item descriptions and contract specifications underscores the importance of meticulous record-keeping and compliance in government procurement activities.
    This government file contains clauses that vendors must complete regarding responsibility matters, tax implications for foreign procurements, and restrictions on cyber incident information. Key provisions include the requirement for vendors to disclose any active federal contracts exceeding $10 million and any relevant legal proceedings in the last five years, through the FAPIIS. Additionally, the file outlines a 2% excise tax on payments to foreign contractors unless exempted via IRS Form W-14. It emphasizes protecting sensitive cyber incident information, detailing the contractor's obligations to ensure non-disclosure and to include those terms in subcontracts. Lastly, it covers prohibitions against acquiring covered defense telecommunications equipment or services, mandating that vendors represent their compliance with these restrictions. The document serves to ensure accountability and transparency among contractors while safeguarding national security interests and compliance with tax regulations. Overall, it establishes clear guidelines for vendor engagement in federal contracting, reinforcing the importance of integrity and responsible practices in government contracts.
    This document addresses inquiries related to the Request for Proposal (RFP) HE125420C0003 for educational services at Dover Air Force Base (AFB). Key points include the following: the pricing sheet must accurately reflect student counts for the K-5 grades as 310 for the base year and 311 for subsequent years. Clarifications indicate that credentialing requirements referenced for Massachusetts should instead state Delaware. Additionally, the project timeline has been discussed, with a suggested extension of 5-7 days not yet incorporated into the contract opportunity. The document also addresses the categorization of special education placements, explaining the distinction between the time spent in general education classrooms for students. Furniture purchasing policies will be determined closer to the expected completion date of the new elementary-middle school building, with more detailed information to follow. The overall purpose is to clarify specific terms and ensure accurate pricing for educational services, emphasizing compliance with federal and state requirements amid ongoing contract discussions.
    The document addresses the solicitation HE125425RE011 for Educational Services at Dover Air Force Base (AFB), outlining inquiries and corrections related to the proposal process. Key details include clarification on student counts in pricing sheets, necessary updates to references (e.g., credentialing changes from Massachusetts to Delaware), and adjustments to the quantity of services required. Specific inquiries focus on the definition of special education placements categorized by the percentage of time spent in general classrooms and the limitations on furniture purchases during the contract period. The document emphasizes the importance of submission requirements, stating that proposals must be sent electronically by the specified deadline and highlights the potential for quantity adjustments based on updated data. Overall, this document serves to ensure clarity and precision in the RFP to facilitate a smooth solicitation process for educational services at Dover AFB, reinforcing adherence to contractual stipulations and timelines while addressing contractors' concerns.
    The document outlines a questionnaire related to the Educational Services solicitation at Dover Air Force Base, specifically focusing on assessing vendor past and present performance. The questionnaire aims to gather comprehensive information regarding a vendor's contractual compliance, business ethics, resource quality, and overall performance. Interested parties must complete and return the questionnaire to specified Department of Defense Education Activity contacts. The evaluation includes questions with a rating scale ranging from Poor/Unsatisfactory to Excellent, assessing compliance with contract deliverables, business practices, and quality standards. Respondents are also asked if they would choose the vendor again and to provide any additional comments regarding performance. This document reflects the government's rigorous evaluation process in screening potential contractors, ensuring only those with a proven record of satisfactory performance are considered for educational services, highlighting the importance of past performance in federal contracting decisions.
    The document outlines a Solicitation/Contract/Order for Educational Services at Dover Air Force Base as part of a Women-Owned Small Business initiative. It specifies the key details needed for proposals, including requisition number, solicitation number, due date, and the point of contact for inquiries. The contract encompasses multiple educational programs for grades K-12, inclusive of special education services over several option periods extending from July 2025 through June 2030, with specified quantities and pricing arrangements for each grade level. Administered by the Department of Defense Education Activity, it mandates compliance with various federal acquisition regulations. Additionally, it describes invoicing procedures, points of contact for contract administration, and the tax-exempt status of the agency. The primary goal is to solicit offers for educational services while promoting procurement from women-owned small businesses, signaling a commitment to diversity and inclusion in government contracting.
    The Performance Work Statement (PWS) outlines the requirements for providing comprehensive K-8 educational services at Dover Air Force Base (AFB) for eligible Department of Defense (DoD) dependents. The Department of Defense Education Activity (DoDEA) mandates that educational programs adhere to federal and state regulations, focusing on high-quality core curricula and special education services for students aged 3-21 with Individualized Education Programs (IEPs). The contractor is responsible for all aspects of the educational program, including staffing, curriculum, support services, and compliance with state standards. Key deliverables include maintaining a high academic ranking within Delaware, providing special education and related services, ensuring safety and security for students, and creating detailed contingency and transition plans. The contractor must also manage facilities and equipment, oversee food services, and provide effective student transportation while aligning with established laws. Regular reporting on enrollment, educational outcomes, and stakeholder engagement is required to ensure accountability and transparency. The PWS emphasizes a performance-based approach, requiring rigorous adherence to quality standards and active collaboration with Dover AFB stakeholders to support military-connected families effectively.
    The government document outlines a solicitation for an educational services contract at Dover Air Force Base, specifically for grades K-12 from July 2025 to June 2030. The contract involves providing various educational programs, including special education services. The Request for Proposal (RFP) specifies a firm-fixed pricing arrangement for multiple line items, detailing quantities needed across different grade levels and services, as well as an option for furniture purchases. Key administrative contacts are provided, including the contracting officer and specialist, along with specific invoicing instructions, emphasizing the electronic submission process through the Wide Area Workflow (WAWF). The document incorporates various regulatory clauses governing contract management and payment processes, ensuring compliance with federal requirements. The solicitation emphasizes supporting women-owned and economically disadvantaged businesses, aligning with federal initiatives to boost small business participation in government contracts. Overall, the document serves as a comprehensive guide for contractors interested in bidding on this educational service opportunity, outlining requirements, timeframes, and administrative procedures to ensure successful contract fulfillment and adherence to federal regulations.
    The document outlines a solicitation for educational services at Dover Air Force Base, specifically targeting general and special education programs for students from grades K-12. The contract, identified as HE125425RE0110002, is set to run from July 1, 2025, to June 30, 2026, with specifications extending to additional option periods through 2030. The request emphasizes providing a range of educational services including both general education classes and specialized services for special education students, such as speech therapy, occupational therapy, and counseling. The solicitation includes detailed pricing arrangements for each service category, with quantities specified for each grade level. Key features include firm-fixed pricing and compliance with the Performance Work Statement. Additionally, it outlines inspection and acceptance processes, requiring coordination with designated representatives at the DOD Education Activity. This solicitation reflects the government’s commitment to supporting educational initiatives for military families and ensuring quality educational opportunities for students at Dover AFB, while providing a structured procurement process under federal guidelines.
    The document outlines a solicitation for educational services at Dover Air Force Base, specifically targeting women-owned small businesses (WOSB), with details for a contract to provide general and special education services for grades K-12. The scope covers a three-year performance period from July 2025 to June 2028, with multiple option periods extending through June 2030. Each service category includes specific quantities, such as 310 general education students in grades K-5 and various specialized programs for special education students. The contract emphasizes firm fixed pricing and includes stipulations for invoice submission and electronic processing via Wide Area Workflow (WAWF). The contracting officer’s details are provided, along with regulatory references such as the Federal Acquisition Regulation (FAR) clauses for managing the contract. The document aims to ensure vendor participation from WOSBs, adhering to federal requirements for education and service delivery in a military environment, while maintaining compliance with relevant regulations and guidelines.
    Lifecycle
    Title
    Type
    Combined Synopsis/Solicitation
    Similar Opportunities
    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.
    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.
    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.
    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.
    DoDEA - Substitute Caller Automation Software
    Dept Of Defense
    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.
    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.
    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.
    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.
    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.
    DoDEA - Europe Football Helmet and Shoulder Pad Reconditioning
    Dept Of Defense
    The Department of Defense Education Activity (DoDEA) is soliciting proposals for the reconditioning of football helmets and shoulder pads, aimed at ensuring the safety of student athletes in Europe. The contract will cover comprehensive services including inspection, cleaning, sanitizing, and replacement of parts, adhering to National Operating Committee Standards for Athletic Equipment (NOCSAE) certification. This indefinite-quantity contract is set aside for Women-Owned Small Businesses (WOSB) and includes options for up to five additional years, with proposals due by 12:00 p.m. EDT on December 15, 2025. Interested vendors should contact Ms. Adwoa Essel-Akoli or Mr. John Myers for further details and clarification on the solicitation requirements.