Radiology Specialist Gen Education Instruction
ID: W9124J-25-Q-RSGEType: Combined Synopsis/Solicitation
Overview

Buyer

DEPT OF DEFENSEDEPT OF THE ARMYW6QM MICC-FDO FT SAM HOUSTONFORT SAM HOUSTON, TX, 78234-1361, USA

NAICS

Educational Support Services (611710)

PSC

EDUCATION/TRAINING- GENERAL (U009)

Set Aside

No Set aside used (NONE)
Timeline
    Description

    The Department of Defense, specifically the U.S. Army Medical Center of Excellence, is seeking proposals for a Firm Fixed Price contract to provide Radiology Specialists General Education Instruction at Joint Base San Antonio – Fort Sam Houston, Texas. The contract requires an accredited institution to deliver six credit hours of undergraduate-level instruction in written and oral communication to 12 cohorts of Army students annually, with each cohort consisting of 10-20 students. Instruction may be conducted either fully in-person or in a blended format, with no more than 40% of the instruction delivered remotely. Proposals are due by September 12, 2025, at 12:00 PM CDT, and will be evaluated based on Technical Capability, Past Performance, and Price using a Lowest Price Technically Acceptable approach. Interested parties can contact Tanisha Bush at tanisha.a.bush.civ@army.mil for further information.

    Point(s) of Contact
    Files
    Title
    Posted
    This Performance Work Statement (PWS) outlines a non-personal services contract for providing six General Education (Gen Ed) credit hours in undergraduate written and oral communication to Army Radiology Technology students. The objective is to bridge the credit gap for students seeking an associate degree from the Uniformed Services University College of Allied Health Sciences. The instruction, delivered by an accredited institution, will serve 12 cohorts annually, each comprising 10-20 students, at Joint Base San Antonio – Fort Sam Houston (JBSA FSH). Instruction can be 100% in-person or blended, with no more than 40% remote learning. Key requirements include student enrollment within three business days of arrival, provision of official transcripts within seven business days of course completion, and incorporation of radiology topics into assignments. The contract spans one base year and two option years. Contractor personnel must have relevant Master's degrees and experience, and adhere to strict security, conduct, and reporting guidelines, including AT Level I and iWATCH training. The government will provide facilities and some equipment, while the contractor is responsible for other necessary resources and a Quality Control Program. All documents and materials produced under the contract will be government property.
    This government file outlines a Request for Proposal (RFP) for Radiology Specialist General Education Instruction, spanning a base year and two option years. The RFP details the quantity of instruction units, listed as 12 months for each period, with a proposed total price of $0.00, indicating that pricing information needs to be filled in by the bidder. It also includes historical labor categories and full-time equivalents (FTEs) for Contract Service Provider (CSP) Instructors in English and Communications General Education, as well as a Program Manager. The document specifies periods of performance (POPs) from September 29, 2025, to September 28, 2028, for each role, with placeholders for fully burdened loaded rates, hours, and amounts, emphasizing the need for bidders to provide this financial data. The file's structure, with its CLIN (Contract Line Item Number) descriptions, unit of issue, and detailed labor category breakdowns, is typical of federal government RFPs, designed to solicit comprehensive bids for educational services.
    This government file, Attachment 03 for RFP W9124J-25-Q-RSGE, outlines various clauses and provisions for a US Army Medical Center of Excellence (MEDCoE) contract for Military Occupational Skill 68P Radiology Specialist General Education Instruction. It incorporates numerous FAR and DFARS clauses by reference, covering areas such as gratuities, subcontractor sales, payments to influence federal transactions, System for Award Management (SAM) requirements, personal identity verification, commercial entity codes, executive compensation, safeguarding contractor information systems, alternative line item proposals, telecommunications and video surveillance services/equipment, contract terms, subcontracting limitations, labor disputes, waste reduction, insurance, and accelerated payments to small business subcontractors. Key clauses provided in full text include those regarding representation on certain telecommunications and video surveillance equipment (FAR 52.204-24), information on responsibility matters (FAR 52.209-7), certification regarding tax matters (FAR 52.209-12), and instructions to offerors for commercial products and services (FAR 52.212-1). The evaluation criteria for offers are Technical Capability (Proposed Plan, Staffing Plan, Enrollment and Transcript Process, Student Support), Past Performance, and Price. The document also details comprehensive offeror representations and certifications for commercial products and services (FAR 52.212-3), including business size, veteran and women-owned business status, payments to influence federal transactions, Buy American Act compliance, responsibility matters, child labor, place of manufacture, Service Contract Labor Standards exemptions, and Taxpayer Identification Number.
    The document, Attachment 04: Questions and Answers Matrix #W9124J-25-Q-RSGE, addresses questions regarding a new government solicitation. Key clarifications include confirmation that this is a new requirement, not a renewal of an existing contract. Subcontracting is explicitly allowed for this solicitation. Regarding the number of CSP Instructors per cohort, the government states that it is the Offeror's responsibility to develop a staffing approach that aligns with the requirements outlined in the Performance Work Statement (PWS). This document provides essential details for potential offerors to understand the nature and requirements of the solicitation.
    The document "Attachment 04: Questions and Answers Matrix #W9124J-25-Q-RSGE" is a structured matrix designed to address queries related to a federal government Request for Proposal (RFP) or a similar solicitation, identified by the number W9124J-25-Q-RSGE. This attachment serves as a formal communication tool for prospective bidders to submit questions or comments regarding various sections of the solicitation documents, such as the Standard Form 1449, Request for Task Order Proposal (RTOP), Performance Work Statement (PWS), or Technical Exhibit (TE). The government's responses and dispositions to these inquiries are recorded within the matrix, ensuring transparency and providing clarifications to all interested parties. This type of document is crucial in the government contracting process, as it facilitates a fair and equitable bidding environment by resolving ambiguities and providing additional information necessary for the preparation of accurate and compliant proposals.
    The U.S. Army Medical Center of Excellence issued Amendment 0001 to solicitation W9124J-25-Q-RSGE, a Request for Quote (RFQ) for Radiology Specialists General Education Instruction. This combined synopsis/solicitation seeks proposals for a Firm Fixed Price (FFP) contract to provide six general education credit hours (three written, three oral communication) to 12 cohorts of 10-20 Army students annually. Instruction can be 100% in-person or blended, with a maximum of 40% remote learning. Proposals are due by September 12, 2025, 12:00 PM CDT, and will be evaluated using Lowest Price Technically Acceptable (LPTA) procedures based on Technical Capability (three subfactors), Past Performance, and Price. Offerors must submit proposals in three volumes: General, Technical Capability (20-page limit), and Price (no limit), adhering to strict formatting guidelines. Past performance will be assessed using internal government systems. Questions are due by August 22, 2025, 12:00 PM CDT.
    The U.S. Army Medical Center of Excellence is soliciting proposals for Radiology Specialists General Education Instruction. This Request for Quote (RFQ) seeks an accredited institution to provide six credit hours of undergraduate-level instruction (three written communication, three oral communication) for 12 cohorts annually, each with 10-20 Army students. Instruction can be 100% in-person or blended, with no more than 40% remote learning. Key requirements include student enrollment within three business days of arrival at Joint Base San Antonio – Fort Sam Houston (JBSA FSH) and official transcript provision within seven business days of course completion. The contract will be a Firm-Fixed Price (FFP) award for a 12-month base period and two 12-month option years, with an anticipated start date of September 29, 2025. Proposals will be evaluated using a Lowest Price Technically Acceptable (LPTA) source selection procedure, based on Technical Capability (including proposed plan, staffing, and enrollment/transcript processes), Past Performance, and Price. Proposals are due by September 12, 2025, at 12:00 PM CDT, and must be submitted electronically.
    The document outlines a Performance Work Statement (PWS) for a non-personal services contract to deliver General Education instruction in written and oral communication to Army Radiology Specialist students at Joint Base San Antonio - Fort Sam Houston. The objective is to provide six undergraduate credit hours over 12 cohorts annually. The instruction may be delivered in-person or through blended learning, with a maximum of 40% being online. Each cohort will consist of 10-20 students, and the contractor is responsible for enrolling them, maintaining quality control, and ensuring timely provision of official transcripts. The contract spans one base year with two optional extensions, emphasizing strict adherence to performance standards, including the use of approved materials and incorporation of radiology topics. The document also details security protocols, responsibilities regarding government property, and requirements for instructor qualifications. Overall, the PWS aims to enhance Army students' academic qualifications while maintaining high educational standards in compliance with government regulations and protocols.
    The Sources Sought Notice #W9124J-25-Q-RSGE outlines key inquiries related to an upcoming contractual requirement for educational services in radiology. It addresses issues regarding subcontracting arrangements, approval processes for instructional materials, and expected course delivery timelines. The document clarifies that while the government will provide essential radiology topics post-award, course materials can be developed in advance, pending alignment with these topics. It also affirms that dedicated instructional time will generally be maintained, with provisions for dual classrooms if necessary. Key considerations include transparency in defining educational quality, the management of instructor qualifications, and adherence to regional accreditation standards. The government responds to concerns about NAICS codes, indicating potential flexibility to accommodate broader participation and commit to issuing a fixed-price contract structure. Ultimately, the document sets the stage for the recruitment process of educational support services while ensuring compliance with regulatory and quality assurance standards. The anticipated start date for the first cohort is June 2025.
    Lifecycle
    Title
    Type
    Similar Opportunities
    Radiology Blanket Purchase Agreement
    Dept Of Defense
    The Department of Defense, specifically the Department of the Army, is seeking proposals for a Radiology Blanket Purchase Agreement (BPA) to provide diagnostic imaging services at Fort Knox, Kentucky. This procurement is set aside for small businesses under NAICS code 621512, which encompasses Diagnostic Imaging Centers, and requires offerors to submit a completed BPA price list as part of their proposals. The services are critical for supporting military healthcare operations, ensuring timely and effective radiological assessments. Proposals are due by 2:00 PM Eastern Daylight Time (EDT) on December 18, 2025, and must be submitted via email to Justin Balster at justin.balster2.civ@health.mil and MAJ Jason Holck at jason.t.holck.mil@health.mil, with all offerors required to be registered in the System for Award Management (SAM) prior to award.
    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.
    Joint Base San Antonio (JBSA) Mission Training Complex (MTC)
    Dept Of Defense
    The Department of Defense, specifically the Army Contracting Command-Orlando, intends to award a sole source contract to Trideum Corporation for the Joint Base San Antonio (JBSA) Mission Training Complex Capabilities Support (MTCCS) effort. This contract, valued as a Firm Fixed-Price Bridge Contract, will ensure the continuation of mission command training services at JBSA, following the expiration of the current task order on January 28, 2026. The services are critical for maintaining operational readiness and training for units stationed at JBSA, as no other contractor can provide the necessary expertise and resources without causing a significant break in service. Interested firms must express their capability to meet the requirements by December 24, 2025, and should direct their responses to Will Bass at willie.c.bass2.civ@army.mil.
    Texas Army National Guard: Medical and Dental Readiness Services FY26 events
    Dept Of Defense
    The Texas Army National Guard is seeking proposals for a firm fixed-price contract to provide Medical and Dental Readiness Services for five Soldier Readiness Processing (SRP) events scheduled between January and July 2026. The contract requires the selected contractor to supply all necessary personnel, equipment, tools, materials, supervision, and quality control, with specific exceptions for Government Furnished items, as outlined in the Performance Work Statement (PWS). These services are crucial for maintaining the health and readiness of soldiers, ensuring they are fit for duty. Interested offerors must be registered in the System for Award Management (SAM) and can find registration instructions at www.SAM.gov. For further inquiries, contact Jolan Duverglas at jolan.j.duverglas.mil@army.mil or by phone at 512-782-5503.
    Bridge for Biomedical Equipment Technicians
    Dept Of Defense
    The Department of Defense, specifically the Department of the Army, is seeking to procure services related to the maintenance, repair, and rebuilding of medical, dental, and veterinary equipment and supplies at Joint Base San Antonio (JBSA) Ft Sam Houston, Texas. This opportunity is focused on supporting biomedical equipment technicians, ensuring that critical medical equipment remains operational and effective for military healthcare services. The procurement is vital for maintaining the readiness and reliability of medical equipment used in various military operations. Interested parties can reach out to Kathy Clayton at kathy.g.clayton.civ@health.mil or by phone at 210-539-8663 for further details regarding this opportunity.
    Medical Physics Testing
    Dept Of Defense
    The Department of Defense, through the Department of the Army, is seeking proposals for Medical Physics Testing services under a combined synopsis/solicitation format. This procurement is specifically set aside for small businesses, with a focus on commercial items categorized under NAICS code 541990, which encompasses all other professional, scientific, and technical services. The selected contractor will play a crucial role in ensuring the quality and safety of medical, dental, and veterinary equipment and supplies, which is vital for maintaining health standards within military facilities. Proposals are due by 2:00 PM Eastern Daylight Time on December 18, 2025, and must be submitted via email to the designated contacts, Justin Balster and Jason Holck, who will confirm receipt of all submissions.
    ACO-P Cyber School course
    Dept Of Defense
    The Department of Defense, specifically the Department of the Army, is soliciting proposals for the ACO-P Cyber School course at Fort Gordon, Georgia, aimed at providing instructional support services for the U.S. Army Cyber School. This contract, designated as W9124926RA003, seeks Women-Owned Small Businesses (WOSB) to deliver Advanced Cyber Operations-Procedures (ACO-P) Labor, with a base period from February 16, 2026, to February 15, 2027, and two additional one-year option periods. The services are critical for enhancing the training capabilities of 17-series personnel in the cyber career field, ensuring they are equipped to address evolving cyber threats. Interested parties must submit their proposals to Mr. Joseph Guss by email by the closing date specified on SF 1449, with all proposals remaining valid for 180 days. For further inquiries, contact Mr. Guss at joseph.e.guss2.civ@army.mil or Ms. Tia Harris at tia.j.harris.civ@army.mil.
    Radiology & Imaging FY2025 Solicitation
    Veterans Affairs, Department Of
    The Department of Veterans Affairs is issuing a Request for Proposal (RFP) for the procurement of Radiology Imaging Systems and Accessories, under solicitation number 36H79725R0003. This opportunity encompasses a five-year base period with an option for an additional five years, aiming to establish multiple Indefinite Delivery/Indefinite Quantity (IDIQ) contracts valued at approximately $6.5 billion over ten years, supporting both the VA and the Department of Defense. The solicitation includes detailed requirements for imaging modalities, compliance with DICOM standards, and contractor responsibilities for training and product support, with proposals due by February 3, 2026. Interested vendors should direct inquiries to LaTonya Whiteside at LaTonya.Whiteside@va.gov by December 18, 2025, to ensure clarity in their submissions.
    UTSA Recruitment J&A
    Dept Of Defense
    The Department of Defense, specifically the Department of the Army, is seeking to award a contract for marketing and advertising services to the University of Texas at San Antonio (UTSA) aimed at recruiting and retaining members for the Texas Air National Guard (149FW). The contract, valued at $50,000, will utilize various advertising platforms, including LED signage at sporting events and campus bus advertisements, to effectively engage a young adult demographic critical for recruitment efforts. This initiative underscores the strategic importance of UTSA's local demographic reach, as the justification for a sole-source contract cites UTSA's unique capability to connect with the target audience. Interested parties can contact Capt Derek Guedes at derek.guedes.3@us.af.mil or by phone at 210-612-0153 for further details.
    Draft PWS for the MIOSS Program
    Dept Of Defense
    The Department of Defense, specifically the Department of the Army, is seeking qualified 8(a) contractors to provide Instructor Operator Support Services (MIOSS) for the Medical Simulation Training Center (MSTC). The contract aims to deliver instructor/operator support for medical training, including teacher-led and scenario-based training for both medical and non-medical personnel, with a focus on sustaining Combat Medic (68W MOS) skills and other tiered medical training. This opportunity is crucial for enhancing the training capabilities of U.S. military personnel and ensuring adherence to medical certification standards. Interested contractors are encouraged to submit questions and comments regarding the Draft Performance Work Statement (PWS) by January 6, 2026, and an Industry Day is planned for the week of January 11, 2026, at Fort Stewart, Georgia. For further inquiries, contact Carly Haning at carly.j.haning.civ@army.mil or Christina Minnon at christina.l.minnon.civ@army.mil.