DAU Cyber Training Range-Enterprise Systems
ID: HQ003425QE154Type: Combined Synopsis/Solicitation
Overview

Buyer

DEPT OF DEFENSEWASHINGTON HEADQUARTERS SERVICES (WHS)WASHINGTON HEADQUARTERS SERVICESWASHINGTON, DC, 203011000, USA

NAICS

Computer Training (611420)

PSC

SUPPORT- PROFESSIONAL: ENGINEERING/TECHNICAL (R425)
Timeline
    Description

    The Department of Defense, through the Washington Headquarters Services, is seeking proposals for a firm-fixed price contract to provide cyber training range services for the Defense Acquisition University (DAU). This procurement includes 310 cyber training range subscriptions for students and instructors, along with 200 hours of engineering labor for the integration of the contractor's range registration system with the DAU Learning Management System. The initiative aims to enhance the capabilities of DoD personnel in cyber resilience training, ensuring they are well-prepared to address evolving cyber threats. Interested contractors should direct inquiries to Mark Smith at mark.v.smith28.civ@mail.mil or Jason King at jason.m.king4.ctr@mail.mil, with proposals due by the specified deadlines outlined in the solicitation documents.

    Files
    Title
    Posted
    The Defense Acquisition University (DAU) seeks to establish a non-personal services contract for a Cyber Training Range (CTR) to support cybersecurity training for Department of Defense (DoD) personnel. The contract requires the contractor to provide necessary resources, including personnel, equipment, and services, facilitating both instructor-led and virtual training environments. Key performance objectives include delivering dedicated virtual machines, a web-based curriculum interface, and Capture the Flag (CTF) competition capabilities. The scope encompasses training for 300 students and 10 instructors, requiring 200 engineering labor hours for integration support. The agreement spans one base year with four optional extensions, prioritizing high reliability, low bandwidth access, and user-friendly designs. Quality control measures will be enforced, monitoring adherence to the Performance Work Statement (PWS). The Government will oversee contractor performance through a Quality Assurance Surveillance Plan. This RFP emphasizes the importance of creating scalable, effective training solutions amidst the evolving cybersecurity landscape.
    The document outlines a Request for Proposal (RFP) for services aimed at enhancing the Defense Acquisition University (DAU) cyber training program. It specifies requirements such as pricing structure, technical capabilities, and deliverables related to Learning Management Systems (LMS) and virtual machine (VM) support. Key areas of focus include the format for pricing submissions, usage expectations for student and instructor licenses, and conditions for programming hours billing. The RFP emphasizes the need for real-time curriculum adjustments, integration with existing LMS capabilities, and 24/7 student access to the cyber range. Additional details require contractors to clarify technology support, the provision of student management services, and software specifications. Deliverable timelines and expected bandwidth requirements are clearly communicated, along with the required organizational information for proposal submissions. The document stresses that all costs associated with proposal preparation are the responsibility of the offerors, and further guidance on submission formats is provided. Overall, the RFP aims to ensure that prospective contractors understand the operational and technical parameters essential for successfully executing DAU's training objectives.
    This document is an amendment to a federal solicitation related to the Washington Headquarters Services. It extends the deadline for receipt of offers and outlines the requirements for acknowledging this amendment. Parties involved must confirm receipt prior to submission deadlines through specified methods, such as returning copies of the amendment or providing electronic communication. The file also discusses modifications to contracts/orders, specifying that administrative changes will not alter existing terms and conditions. The purpose of this amendment is to update an attachment that contains responses to vendor questions, facilitating greater clarity for potential bidders. Additionally, it provides contact details for further inquiries, emphasizing the importance of adhering to the amendment instructions. Overall, it serves to ensure a smooth procurement process by maintaining communication and compliance among stakeholders.
    The document outlines a solicitation for a contract aimed at acquiring Cyber Training Range services for the Department of Defense (DoD) acquisition workforce. Specifically, it details the requisition including the provision of student and instructor licenses, as well as programming services, all categorized under Product Service Code R425. The solicitation number is HQ003425QE154 and it encompasses various items to be delivered in specified quantities and delivery schedules from September 30, 2025, to September 30, 2030. Key aspects include the provision of licenses (300 student and 10 instructor) and 200 hours of programming services priced under a firm-fixed price arrangement. Contract administration involves compliance with numerous Federal Acquisition Regulation (FAR) and Defense Federal Acquisition Regulation Supplement (DFARS) clauses, addressing payment procedures, inspection criteria, and contractor obligations. The document emphasizes the significance of unique item identification in compliance with DoD requirements. The solicitation aims to enhance the capabilities of DoD personnel in cyber resilience training, thereby ensuring a prepared workforce equipped to handle cyber threats, demonstrating a commitment to ongoing training and skill enhancement amidst evolving cyber challenges.
    Lifecycle
    Title
    Type
    Combined Synopsis/Solicitation
    Similar Opportunities
    EnCase Additional Training
    Buyer not available
    The Department of Defense, specifically the Department of the Army, is seeking a firm-fixed-price contract modification for additional EnCase Endpoint Investigator training. This procurement is aimed at enhancing the capabilities of the Program Executive Office-Enterprise Information System Project Manager for Defensive Cyberspace Operations (PM DCO) by providing necessary training to personnel involved in cybersecurity operations. The training is part of an existing task order awarded to CKA, LLC under the Computer Hardware, Enterprise Software and Solutions (CHESS) and Information Technology Enterprise Software and Solutions 3 Services (ITES-3S) contracts. Interested parties can reach out to Lisa Burt at lisa.a.burt5.civ@army.mil or call 309-782-5794 for further details regarding this opportunity.
    GTPE Training
    Buyer not available
    The Department of Defense, through the Naval Surface Warfare Center Dahlgren Division (NSWCDD), is seeking proposals for training services from Georgia Technology Professional Education (GTPE) to provide specialized courses on RF Electromagnetic Warfare Concepts, Phased Array Radar Systems, Target Tracking Concepts, and Basic EO-IR Concepts. The training will accommodate 20 to 25 students per course and is scheduled to take place at the University of Mary Washington Dahlgren Campus or NSWCDD before August 15, 2026. This procurement is critical for enhancing the technical skills of personnel involved in defense operations, and the contract will be awarded based on the Lowest Price Technically Acceptable criteria. Interested offerors must submit their proposals by December 8, 2025, and can direct inquiries to Heather Wiley at heather.r.wiley2.civ@us.navy.mil or by phone at 540-742-8742.
    Practitioner e-Learning
    Buyer not available
    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.
    Department of War (DoW) Public Website Program and Services
    Buyer not available
    The Department of Defense, through the Defense Media Activity (DMA), is seeking industry input for the Department of War (DoW) Public Website Program and Services, aimed at modernizing public-facing websites. This initiative requires a turnkey web application solution that operates within a DoD Joint Warfighting Cloud Capability, ensuring compliance with the 21st Century Integrated Digital Experience Act (IDEA), Section 508 of the Americans with Disabilities Act (ADA), and the United States Web Design System (USWDS). The selected solution will enhance usability, accessibility, and cybersecurity while integrating with the DoW Digital Asset Management System (DAMS) and providing user-friendly content management tools with AI features. Interested vendors must submit their capabilities summaries and budgetary estimates by October 24, 2025, and participate in industry days scheduled for November 4-5, 2025. For further inquiries, contact Thomas Brown at thomas.j.brown314.civ@mail.mil or 301-222-6908.
    DA10--Learning Management System Cloud Subscription and Support Service
    Buyer not available
    The Department of Veterans Affairs is soliciting proposals for a firm-fixed-price contract to provide a Learning Management System (LMS) cloud subscription and support services for the Southern Nevada Healthcare System. The contract encompasses a base period of one year, with four additional one-year option periods, aimed at enhancing healthcare education and compliance for staff training and professional development, ensuring 24/7 cloud access. This LMS is critical for maintaining adherence to VA standards and facilitating ongoing education for healthcare professionals. Interested offerors must submit questions by December 8, 2025, and all quotes by December 16, 2025, by 10 AM PT, with the procurement falling under NAICS code 541519 and a size standard of $34 million. For further inquiries, contact Contract Specialist Brandy P. Gastinell at Brandy.Gastinell@va.gov.
    COMMAND AIRCRAFT CREW TRAINING (CACT) PROGRAM FOR ACADEMIC AND SIMULATOR TRAINING ON THE UC-35D AIRCRAFT
    Buyer not available
    The Department of Defense, through the Naval Air Warfare Center Orlando Training Systems Division (NAWCTSD), is seeking qualified contractors to provide academic and simulator training for the Navy's Command Aircraft Crew Training (CACT) Program on the UC-35D aircraft. The procurement involves a Firm Fixed Price (FFP) Requirements contract anticipated to span 60 months, commencing on or about October 30, 2026, and aims to fulfill comprehensive training requirements, including Pilot Initial and Recurrent Training, as well as International Procedures Training. This training is critical for ensuring military aviators are proficient in operating the UC-35D aircraft, which is vital for various Navy operations. Interested parties must submit their capabilities statements by 2 PM EST on January 7, 2026, and can direct inquiries to Joseph Willdigg at joseph.willdigg.civ@us.navy.mil or Audrey Rolland at audrey.rolland@navy.mil.
    Counter-Unmanned Aircraft Systems (C-UAS) Combined Synopsis/Solicitation
    Buyer not available
    The Department of Homeland Security (DHS) is seeking proposals for the Counter-Unmanned Aircraft Systems (C-UAS) Combined Synopsis/Solicitation, identified as RFP No. 70RDA226R00000001. This procurement aims to establish a Multiple-Award Indefinite-Delivery, Indefinite-Quantity (IDIQ) contract, with a maximum ceiling of $1.5 billion, to provide C-UAS capabilities that address the evolving threats posed by unauthorized unmanned aircraft systems. The contract is divided into two tracks: Track 1 focuses on Hardware/Software and Ancillary Services, while Track 2 encompasses Comprehensive Services, including turnkey solutions and system integration. Interested parties must submit their proposals by December 8, 2025, and can direct inquiries to Leslie Kenser at Leslie.Kenser@hq.dhs.gov or Bjorn Miller at bjorn.miller@hq.dhs.gov for further information.
    Mock Cyber Operational Readiness Assessment (CORA)
    Buyer not available
    The Department of Defense, through the Fleet Logistics Center Norfolk, is seeking qualified sources to conduct a two-week mock Cyber Operational Readiness Assessment (CORA) for the United States Naval Academy's (USNA) unclassified educational environment. The objective of this assessment is to identify security vulnerabilities and ensure compliance with relevant security guidelines, utilizing a methodology similar to that of the Department of War’s CORA Team. This opportunity is crucial for enhancing the cybersecurity posture of the USNA, as it involves a comprehensive evaluation of various systems and networks, including boundary systems, internal websites, and firewalls. Interested parties must submit their capability statements and estimates by December 9, 2025, to Ms. Jordan Walton at jordan.l.walton.civ@us.navy.mil, as this is a sources sought notice and not a solicitation for contract award.
    F-35 "Lightning II" Training Systems and Simulation
    Buyer not available
    The Department of Defense, specifically the Department of the Navy's NAWC Training Systems Division, is seeking to issue a sole-source Indefinite Delivery Indefinite Quantity (IDIQ) contract for the F-35 "Lightning II" Training Systems and Simulation. This contract aims to provide a comprehensive range of services, including analysis, modeling, simulation, design, development, production, modification, test and evaluation, and product support for F-35 training systems and simulation products, ensuring realistic training events for pilots, aircrew, and maintainers. The integration of these capabilities into the Training Infrastructure System (TIS) Operational Environment is crucial for the effective training of personnel on the complex F-35 air system. Interested parties may respond to the sources sought notice within 15 calendar days to identify their capabilities; however, the government is not obligated to award a contract and will not cover any costs incurred in preparing responses. For further inquiries, contact Tara Malloy-Paull at tara.malloy-paull@jsf.mil or Michael Donaldson at Michael.donaldson2@jsf.mil.
    67 CW IW Training
    Buyer not available
    The Department of Defense, specifically the Department of the Air Force, is seeking professional services for the "67 CW IW Training" project at Joint Base San Antonio-Lackland in Texas. The objective of this procurement is to conduct an education and design study that will determine the future organizational schema for the 67th Cyberspace Wing (CW) and inform the development of courses of action for the 16th Air Force, aligning with the goals set during the Senior Leader Summit to enhance Information Warfare (IW) capabilities. This initiative is crucial for maturing IW strategies and ensuring effective results delivery. Interested parties can reach out to Cathy Summers at cathy.summers@us.af.mil or call 405-734-5410 for further details regarding this opportunity.