Instructional Services for Writing Narcotic Search Warrants Course
ID: W912LP-25-R-0003Type: Combined Synopsis/Solicitation
Overview

Buyer

DEPT OF DEFENSEDEPT OF THE ARMYW7M8 USPFO ACTIVITY IA ARNGJOHNSTON, IA, 50131-1824, USA

NAICS

All Other Miscellaneous Schools and Instruction (611699)

PSC

EDUCATION/TRAINING- VOCATIONAL/TECHNICAL (U006)

Set Aside

Total Small Business Set-Aside (FAR 19.5) (SBA)
Timeline
    Description

    The Department of Defense, specifically the Department of the Army, is seeking proposals from qualified small businesses to provide instructional services for a "Writing Narcotic Search Warrants" course at the Midwest Counterdrug Training Center (MCTC) in Johnston, Iowa. The contractor will be responsible for delivering up to three iterations of the course during the base period and up to eight iterations for each of the four option periods, focusing on enhancing law enforcement officers' skills in writing search warrants and affidavits in compliance with federal and state guidelines. This initiative is crucial for improving training capabilities in counternarcotics operations, supporting national drug control strategies. Interested contractors must submit their proposals by July 10, 2025, and can direct inquiries to Dan Collins at daniel.w.collins.civ@army.mil or Megan Kaszinski at megan.r.kaszinski.civ@army.mil.

    Files
    Title
    Posted
    The Performance Work Statement (PWS) outlines the requirements for contracting Technical Instructor Services to deliver a Writing Narcotic Search Warrants course at the Midwest Counterdrug Training Center (MCTC). The contractor must provide necessary personnel, materials, and equipment to instruct law enforcement officers, focusing on skills vital for writing effective search warrants within criminal investigations. The contract includes a base period of 12 months and four optional periods, with courses conducted across multiple locations. Course content must cover various essential topics such as types of search warrants, constitutional requirements, and documentation of probable cause, designed to enhance the participants' skills in affidavit writing. Each course iteration is to consist of at least 20 hours of instruction delivered over three days, with a configuration allowing up to 30 participants. The government will supply specific facilities and audiovisual equipment, while the contractor must furnish all other necessary instructional materials. Quality control measures, including pre- and post-tests for students and evaluations, will be established to maintain instructional standards. This initiative supports national drug control strategies and aims to enhance the skillset of federal, state, and local law enforcement officials engaged in narcotics-related missions.
    The document outlines a Request for Proposal (RFP) regarding the provision of technical instruction services for a course titled "Writing Narcotics Search Warrants" at the Midwest Counterdrug Training Center (MCTC). It includes a DRAFT Performance Work Statement (PWS) that potential bidders must review. The file seeks responses to several specific questions related to the clarity of course requirements, potential vagueness or restrictiveness of those requirements, availability of existing Commercial Off-the-Shelf (COTS) training that could be adapted, and the adequacy of a 30-day timeline for proposal preparation, including necessary materials like student manuals and slide presentations. Interested companies are prompted to respond with company identification details, confirming their ability to meet the outlined requirements. This RFP is part of federal efforts to enhance training capabilities and ensure that law enforcement personnel are proficient in key areas related to drug-related offenses. The document emphasizes the government’s need for precise input from potential contractors to achieve effective training outcomes.
    The document is an amendment to the Iowa National Guard's Request for Proposal (RFP) W912LP25R0003, addressing specific inquiries related to the project. A key question regarding whether the project is new or a recompete is answered, indicating that it is not a new requirement. Instead, it pertains to an existing contract, W912LP-20-P-0043, which concluded on May 31, 2025. This amendment serves to clarify the status and background of the contract for potential bidders, emphasizing the continuity of services rather than introducing a new project. Such clarifications are essential in the RFP process to inform prospective contractors about the bidding landscape and prior contracts, ultimately facilitating informed decision-making in proposals.
    The Performance Work Statement (PWS) outlines requirements for a contractor to deliver a Writing Narcotic Search Warrants course for the Midwest Counterdrug Training Center (MCTC). The contractor is responsible for all necessary personnel, materials, and course development, emphasizing on teaching law enforcement officers how to effectively write search warrants and affidavits under federal and state guidelines. The program will operate from a base period until May 2026, with multiple course iterations planned across various locations. Key points include the significance of enhancing skills for officers involved in counternarcotics, with structured instruction that includes practical exercises, tests, and a unique course content focused on search warrant processes. Attendance to post-award meetings and adherence to quality assurance protocols is essential for contractor performance. Specific qualifications for instructors and robust quality control measures ensure compliance with legal and operational standards. This initiative supports national drug control strategies and law enforcement collaboration, highlighting the commitment to improving training and operational effectiveness in combating drug-related crimes.
    The document is part of the federal Request for Proposals (RFPs) and includes various clauses applicable to government contracts, particularly those involving commercial products and services. It outlines mandatory clauses incorporated by reference, covering a wide array of topics such as the role of a Contracting Officer's Representative, compensation related to former Department of Defense officials, whistleblower protections, cybersecurity requirements, and vendor compliance. Additionally, it touches on small business utilization, payment instructions, contractor representations, and various compliance requirements associated with federal policies and executive orders. This comprehensive collection of clauses serves to clarify expectations for contractors bidding on government projects, ensuring adherence to statutory obligations and safeguarding measures. Overall, the document reinforces the government's commitment to transparency, integrity, and regulatory compliance in its contracting processes.
    The document outlines the proposal submission instructions for government contractors responding to solicitation W912LP-25-R-0003. Proposals must be submitted in full by July 10, 2025, with comprehensive compliance to specified requirements. The document mandates a current NIST SP 800-171 DoD Assessment, outlines proposal formatting guidelines including submission of both electronic and hard copies, and clarifies that proposals must be unclassified and virus-free. It emphasizes the necessity for clear organization within the proposal, detailing the respective volumes for Technical Capability, Past Performance, and Price Proposal, along with strict adherence to page limits and content requirements. Key sections highlight the importance of addressing the Performance Work Statement (PWS), showcasing relevant experience, and providing detailed instructor qualifications. Additionally, the document addresses Organizational Conflict of Interest (OCI), mandatory disclosures, and the process for award acceptance following submission assessment. This thorough guidance aims to ensure a structured and compliant proposal process, facilitating a fair evaluation for award determinations under the federal RFP framework. Overall, the purpose of the document is to set clear expectations for contractors, ensuring proposals meet necessary federal standards and specifications for successful contract awards.
    This document serves as an addendum to FAR 52.212-2, outlining the evaluation factors for awarding a government contract. The primary considerations for proposal evaluation include Technical Capability, Past Performance, and Total Evaluated Price (TEP). The contract will be a single Firm-Fixed Price contract, awarded to contractors deemed responsible and capable of timely performance, as defined in FAR 9.103 and FAR 9.104. Technical Capability is assessed based on the contractor's understanding of requirements specific to delivering Writing Narcotic Search Warrants courses to law enforcement. Past Performance evaluation focuses on the contractor's previous efforts of similar scope and complexity, determining the likelihood of successful future performance. The Price evaluation involves ensuring reasonableness and completeness of the proposed costs while checking for unbalanced pricing among line items. Additionally, options within proposals will be evaluated for added pricing, which may affect award decisions. The document emphasizes that comprehensive and consistent proposals will enable the Government's assessment, ensuring that all requirements are adequately met before any awards are made. This framework outlines the crucial factors for contractors pursuing government work, focused on delivering effective law enforcement training solutions.
    The document outlines a Price Proposal for the federal contract W912LP-25-R, focusing on a course titled "Writing Narcotic Search Warrants." It includes various items under different contract line item numbers (CLINs), detailing the base period and potential optional periods for course iterations. The proposal specifies a quantity of three for the base period and eight iterations for each of the options provided. Each course iteration is quoted without specific prices filled in, indicating a space for bidders to propose their rates. The structure suggests a military or law enforcement training initiative aimed at improving skills related to narcotic search warrants. This document is part of the broader context concerning federal RFPs, indicating the government’s ongoing commitment to enhancing law enforcement training capabilities through targeted educational programs.
    The U.S. Property and Fiscal Officer for Iowa is seeking contractors to provide technical instruction services for the Midwest Counterdrug Training Center (MCTC). Interested Offerors are required to submit past performance references using the provided Past Performance Questionnaire (PPQ). This questionnaire must be completed by someone in the Offeror's organization who can accurately assess their performance on similar contracts. The evaluation will prioritize objective evaluations, and respondents should provide ratings and narrative comments to support their assessments. Completed PPQs must be submitted via email or mail no later than the specified deadline and treated as Source Selection Sensitive Information. The document emphasizes the importance of accurate and comprehensive evaluations for the contractor selection process and encourages communication of any questions to the Contract Specialist. This engagement highlights the crucial role of past performance in government contracting protocols.
    The United States Property and Fiscal Office (USPFO) is seeking assistance in evaluating offers through a Past Performance Questionnaire (PPQ) for a pending solicitation. The PPQ must be completed by the referencing organization, detailing the offeror's previous training contracts that are recent and relevant. Key sections include identifying the contract, its performance period, total value, type, and a description of services provided. Evaluators will assess the contractor's course quality, adherence to schedule, business relations, instructor quality, and overall effectiveness, as well as highlight strengths and areas for improvement. The completed PPQ is sensitive information and should be sent directly to the contract specialist, maintaining confidentiality. This process underscores the government's structured approach to source selection, ensuring that only qualified and experienced offerors are considered for the requested services.
    The document is a combined synopsis/solicitation for technical instruction services under RFP W912LP-25-R-0003, applying FAR 13.5 and Part 12. It seeks proposals from 100% Small Business entities for providing the "Writing Narcotic Search Warrant" course at the Midwest Counterdrug Training Center (MCTC). The contractor is expected to conduct a total of up to 3 iterations during the base period and up to 8 iterations for each of the four subsequent option periods. The solicitation includes deadlines for submission (10 July 2025) and questions (30 June 2025) and outlines pertinent provisions, clauses, and required representations. Additionally, it emphasizes technical requirements and outlines various supporting attachments related to performance work statements, provisions, and past performance evaluations. Overall, this RFP aims to ensure effective service delivery through detailed evaluation criteria and requirements targeting small businesses.
    Lifecycle
    Title
    Type
    Similar Opportunities
    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.
    CBP OTD Detecting Deception & Eliciting Responses (DDER) Training Support
    Homeland Security, Department Of
    The Department of Homeland Security, specifically the U.S. Customs and Border Protection (CBP), is seeking proposals for training support services related to the Detecting Deception & Eliciting Responses (DDER) program. This procurement aims to provide rapport-based interviewing training, which is essential for developing trust with subjects to gather information effectively, particularly in counter-terrorism efforts. The contract will cover a base year from February 2026 to January 2027, with four additional one-year options, allowing for up to 24 training sessions annually at the Advanced Training Center in Harpers Ferry, West Virginia. Interested parties, particularly Women-Owned Small Businesses, should contact John Crockett or Karen Jeter for further details, as funding is currently unavailable and will be allocated quarterly through contract modifications.
    MARITIME COURSES OF INSTRUCTION
    Dept Of Defense
    The Department of Defense, through the Naval Special Warfare Command, is seeking proposals from qualified Women-Owned Small Businesses (WOSB) to provide Maritime Courses of Instruction (COI) under solicitation H9224026QE008. The objective is to deliver comprehensive maritime training for Special Warfare Combatant-craft Crewmen (SWCC) personnel, ensuring compliance with USCG standards and enabling advanced navigational skills through various courses, including 100T Masters and RADAR Observer Unlimited. This five-year contract, with a total award amount of $16,500,000, emphasizes the importance of high-quality maritime training for military personnel and includes specific requirements for course materials and performance reporting. Interested parties must submit their questions by January 5, 2026, and can contact John M. Knizner at john.knizner@socom.mil or 619-537-1872 for further information.
    DTRA CWMD Security Cooperation Engagement Program IDIQ
    Dept Of Defense
    The Defense Threat Reduction Agency (DTRA) is seeking contractors for the Countering Weapons of Mass Destruction (CWMD) Security Cooperation Engagement Program (CSCEP) through an Indefinite Delivery Indefinite Quantity (IDIQ) contract. This program aims to enhance the capabilities of partner nations in responding to Chemical, Biological, Radiological, and Nuclear (CBRN) incidents, thereby improving global national security. The contractor will be responsible for training, equipping, and supporting partner nations, including logistics management and event planning, with a focus on compliance with U.S. and international regulations. Interested parties should note that the solicitation will be released in the second quarter of fiscal year 2025, and inquiries can be directed to Jocelyn Fritz or Eric M Rode at the provided email address.
    28th EOD Electronics Course
    Dept Of Defense
    The Department of Defense, through the Mission and Installation Contracting Command at Fort Bragg, is seeking qualified contractors to provide electronics and improvised explosive device (IED) neutralization training for the 28th OD Company Explosive Ordnance Disposal (EOD). The training will encompass classroom instruction, instructor demonstrations, performance qualifications, and individual evaluations, focusing on IED design, hand entry techniques, and practical applications, all adhering to Tier 1 Special Operations Forces standards. This opportunity is critical for enhancing the skills of EOD personnel, ensuring they are equipped to handle complex explosive threats effectively. Interested parties must submit their quotes by December 29, 2025, at 10:00 AM EDT, and include detailed pricing and past experience documentation, with the contract set aside exclusively for small businesses under NAICS code 541611. For further inquiries, contact Christopher Green at christopher.l.green70.civ@army.mil or Amanda Foster at amanda.l.foster22.civ@army.mil.
    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 objective of this procurement is to establish a contract that supports teacher-led medical training and scenario-based training, focusing on enhancing the medical skills of Combat Medics and other military personnel through the use of training aids, devices, simulators, and simulations (TADSS). This initiative is crucial for ensuring that military personnel are adequately prepared for medical situations in various environments, including classrooms and field exercises. Interested contractors are encouraged to submit questions and comments regarding the Draft Performance Work Statement (PWS) by January 6, 2026, with an Industry Day scheduled for January 21, 2026, at Fort Stewart, GA. For further inquiries, contractors may contact Carly Haning at carly.j.haning.civ@army.mil or Christina Minnon at christina.l.minnon.civ@army.mil.
    CY26 Administrative Contracting Officer Support and GSA Vehicle Support at IAAAP and MLAAP
    Dept Of Defense
    The Department of Defense, specifically the U.S. Army Contracting Command - Rock Island, is seeking support for Administrative Contracting Officer and GSA Vehicle services for Calendar Year 2026 at the Iowa Army Ammunition Plant (IAAAP) and Milan Army Ammunition Plant (MLAAP). This procurement is anticipated to result in a task order awarded to American Ordnance LLC, the current Operating Contractor, under an existing Basic Ordering Agreement (BOA) that extends through 2033. The services are crucial for the operation and management of ammunition facilities, ensuring compliance with government property regulations. Interested parties can direct inquiries to Cody R. Melton at cody.r.melton.civ@army.mil, noting that this notice is for informational purposes only and does not constitute a formal Request for Proposal (RFP).
    This requirement is to provide the JS, J7 Joint Education and Doctrine Division (JEDD) with planning and operations support to execute up to four (4) Disruptive Technical Courses (DTCs) per Fiscal Year.
    Dept Of Defense
    The Department of Defense, through the NAVSUP Fleet Logistics Center Norfolk, is seeking sources to provide planning and operations support for the Joint Staff (JS), J7 Joint Education and Doctrine Division (JEDD) to execute up to four Disruptive Technical Courses (DTCs) annually. The contractor will be responsible for program management, curriculum development, and coordination of speakers, including six Senior Fellows and up to twenty-four Subject Matter Experts (SMEs) per course, emphasizing high performance standards and compliance with security requirements. This initiative is crucial for enhancing the educational framework within the Department of Defense, with services expected to commence on July 1, 2026, following an anticipated award in the fourth quarter of FY26. Interested parties should submit a tailored executive summary by January 5, 2026, to Jaime Verdi at jaime.verdi@navy.mil, and the applicable NAICS code for this opportunity is 611430, with a size standard of $15 million.
    Naval Surface Warfare Center Carderock Division Qualitative Data Training
    Dept Of Defense
    The Naval Surface Warfare Center (NSWC) Carderock Division is seeking contractor services to design and deliver a comprehensive qualitative data training program aimed at enhancing the skills of government teams in qualitative data analysis and narrative development. This training initiative will include asynchronous self-paced modules, interactive virtual workshops, and a multi-day in-person capstone event, with a focus on equipping participants with the necessary skills to articulate the value and impact of NSWC initiatives effectively. Interested vendors should demonstrate relevant experience, particularly in federal agencies and qualitative research methodologies, and are encouraged to submit their capabilities statements by 3:00 PM Norfolk, VA time on January 6, 2026, to David Crouch at david.w.crouch3.civ@us.navy.mil. This opportunity falls under NAICS Code 611430, with a size standard of $15 million, and is classified as a sources sought notice, meaning no contract will be awarded from this notice.
    10th SFG CWT Winter Course Support
    Dept Of Defense
    The Department of Defense, specifically the Department of the Army, is seeking proposals for a Firm-Fixed-Price contract to provide comprehensive logistical and land access support for the 10th Special Forces Group's Winter Warfare Course near Polebridge, Montana. The contractor will be responsible for ensuring access to 60,000 acres for live-fire training and 50,000 acres for maneuvers, as well as providing secure storage for snowmobiles, dedicated lodging for instructors and support personnel, classroom facilities for up to 50 students, and a large area for a training camp. This opportunity is a 100% small business set-aside, with a period of performance from January 7, 2026, to March 25, 2026. Interested parties must submit their proposals by December 23, 2025, at 10:00 AM MDT, and direct any questions to Duane Howell at duane.j.howell.civ@army.mil by December 19, 2025.