W912P625QA003 FY25 LDPII Communication Skills Workshop
ID: W912P625QA003Type: Combined Synopsis/Solicitation
Overview

Buyer

DEPT OF DEFENSEDEPT OF THE ARMYW072 ENDIST CHICAGOCHICAGO, IL, 60604-1437, USA

NAICS

Professional and Management Development Training (611430)

PSC

EDUCATION/TRAINING- OTHER (U099)

Set Aside

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

    The Department of Defense, through the United States Army Corps of Engineers (USACE) Chicago District, is seeking proposals for the W912P625QA003 FY25 LDPII Communication Skills Workshop, aimed at enhancing leadership development through a three-day training program. The contractor will be responsible for developing and facilitating interactive communication skills workshops for approximately 15 participants, requiring at least two experienced facilitators with a minimum of five years in corporate-style leadership training. This initiative is crucial for strengthening leadership capabilities within the Great Lakes Leadership Development Program - Tier II, ensuring compliance with federal regulations and wage determinations. Proposals must be submitted by April 29, 2025, at 2 PM CT, and interested contractors should contact Stephanie Boyd at Stephanie.L.Boyd@usace.army.mil for further details.

    Files
    Title
    Posted
    The document outlines a request for proposals (RFP) pertaining to a contract for a leadership development training program by the United States Army Corps of Engineers (USACE) for the fiscal year 2025. The main objective is to provide a three-day on-site workshop focused on enhancing participants' communication, presentation, and collaboration skills within the Great Lakes Leadership Development Program - Tier II. The contractor is expected to deliver interactive training sessions, developing a proposed agenda and conducting activities that foster effective communication and teamwork among the participants. The RFP stipulates that the contractor must employ experienced facilitators, conducting evaluations and feedback throughout the sessions. Contract personnel are subject to stringent security requirements, ensuring compliance with federal regulations during their involvement on the USACE facilities. Additionally, wage determinations under the Service Contract Act are included, specifying minimum wage rates and required fringe benefits for workers. The comprehensive training is essential to strengthen leadership capabilities, improve interpersonal skills, and ultimately support the USACE’s objectives in developing effective leaders within its operations.
    The document outlines an amendment to a federal solicitation, specifically extending the response time for offers and addressing inquiries received prior to the amendment. The deadline for submissions has been revised to April 29, 2025, at 2 PM CT. It informs contractors about methods to acknowledge receipt of the amendment and notes that any changes to previously submitted offers must also reference the solicitation and amendment numbers. Additionally, it details new contract documents added to the solicitation, including wage determinations and a Q&A for the LDPII Communication Skills Workshop. Overall, the amendment formalizes changes to improve clarity for bidders and streamline the submission process, emphasizing the importance of compliance with the new deadlines and requirements outlined within the amendment.
    The LDPII Communication Skills Workshop solicitation (W912P625QA003) outlines requirements for a contractor to provide recording and instructional services for communication skills training. Key expectations include the provision of necessary recording equipment, pricing for both virtual and on-site courses, and digital course materials. Contractors must offer unit prices inclusive of all costs, including equipment rental. Two facilitators are required to be present for all sessions, with an estimated four hours needed for filming and evaluation of presentations. The proposal must adhere to a firm period of performance, and contractors are required to include their pricing in their submissions. The contract is not new, as a previous award was made under W912P624P0007, but no current vendor is servicing this requirement. Overall, the document emphasizes clarity on logistics, pricing, and contractor qualifications for the upcoming workshop.
    Lifecycle
    Title
    Type
    Combined Synopsis/Solicitation
    Similar Opportunities
    PRESOLICITATION NOTICE FOR INDEFINITE DELIVERY, INDEFINITE QUANTITY, MULTIPLE AWARD TASK ORDER CONTRACT FOR VARIOUS SMALL CONSTRUCTION PROJECTS IN ILLINOIS AND INDIANA
    Dept Of Defense
    Presolicitation Notice for Indefinite Delivery, Indefinite Quantity, Multiple Award Task Order Contract for Various Small Construction Projects in Illinois and Indiana The Department of Defense, specifically the Department of the Army, through the Chicago District of the U.S. Army Corps of Engineers, is planning to procure an Indefinite Delivery Indefinite Quantity Contract for Various Small Construction Projects in Illinois and Indiana. This contract will include one ordering period lasting two years, with a maximum aggregate value of $25,000,000.00. The construction projects will involve various elements such as potable water supply and storage, stormwater detention, treatment and distribution systems, sanitary, storm, and water pipeline installation and lining, drainage structures, pump and lift stations, wastewater treatment and water treatment system upgrades, supervisory control and data acquisition (SCADA), and site restoration including pavements, curb and gutter, sidewalks, seeding, and sodding. The work will be issued through negotiated firm-fixed price task orders, and the contractor will be responsible for providing all supervision, labor, supplies, and materials necessary for the completion of the tasks. The contract(s) will be awarded to small business concerns that submit proposals conforming to the solicitation and are within a technical/price competitive range. The evaluation factors include Technical Approach, Past Performance, and Price. Interested offerors must register with the System for Award Management (SAM) and the DoD Procurement Integrated Enterprise Environment (PIEE) to access the solicitation and submit proposals. The solicitation documents will be available in the fourth quarter of fiscal year 2024. To be eligible for award, the offeror must be registered in the System for Award Management (SAM). The Point of Contact for this acquisition is Ericka Hillard at (312) 846-5378 or ericka.d.hillard@usace.army.mil. The contracting office for this procurement is the USACE Chicago District, located at 231 SOUTH LaSALLE STREET, SUITE 1500, Chicago, IL 60604. The solicitation number to be referenced in all correspondence is W912P624R0010.
    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.
    Redacted SAP Single Source Determination
    Dept Of Defense
    The Department of Defense, specifically the Department of the Navy through the NAVFAC Systems and Expeditionary Warfare Center, is seeking a contractor to provide leadership training aimed at enhancing leadership capabilities within NAVFAC EXWC. The training program will focus on key areas identified in the DEOCS survey and individual development plans, including decision-making, effective communication, conflict mediation, team leadership, and collaboration. This initiative is crucial for fostering a more effective leadership culture within the organization. Interested parties can reach out to Matthew Duong at matthew.h.duong.civ@us.navy.mil or Jonathan Demorest at jonathan.p.demorest.civ@us.navy.mil for further details regarding this opportunity.
    Sole Source Justification and Approval Posting for W911RX23C0005
    Dept Of Defense
    The Department of Defense, specifically the Department of the Army, is seeking to finalize a sole source contract for the 360 Leaders Training program under the notice W911RX23C0005. This procurement aims to secure specialized training and curriculum development services that are critical for enhancing leadership capabilities within the military. The training services are intended to support the professional development of military personnel, ensuring they are equipped with the necessary skills for effective leadership. Interested parties can reach out to Christopher A. Richie at christopher.a.richie.civ@army.mil for further details regarding this opportunity.
    Professional Master's of Manufacturing Leadership Program, IAW PWS dated 07 August 2025.
    Dept Of Defense
    The Department of Defense, specifically the Department of the Air Force, is seeking contractors to provide a Professional Master's of Manufacturing Leadership Program in support of Robins Air Force Base in Georgia. The procurement encompasses all necessary personnel, equipment, supplies, and services required for training courses, certificate programs, and degree offerings, including graduation materials. This initiative is crucial for enhancing workforce development and management training within the Air Force, with a contract period spanning from January 1, 2026, to December 31, 2030. Interested parties should submit their quotes by December 19, 2025, and can contact Curtis Green at curtis.green.9@us.af.mil or 478-222-3733 for further information.
    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.
    Sources Sought for Project Labor Agreements (PLAs): 9 Mile Pump Station
    Dept Of Defense
    The Department of Defense, specifically the U.S. Army Corps of Engineers (USACE) Detroit District, is conducting market research for the potential use of Project Labor Agreements (PLAs) for the 9 Mile Pump Station project in St. Clair Shores, Michigan. The objective is to gather comments from the construction community regarding the feasibility of PLAs and to assess the local labor market's recent construction history, as the project involves constructing a high-capacity stormwater pump station with an estimated cost between $25 million and $50 million. PLAs are significant for large-scale federal construction projects, as they establish employment terms and conditions, promoting efficiency in procurement. Interested parties should direct their comments and inquiries to Michelle Barr or Lisa May via email, with the anticipated solicitation expected in summer 2026 and a project duration of over 18 months.
    403873 FLW AIT Barracks Complex II Phase 2
    Dept Of Defense
    The Department of Defense, specifically the U.S. Army, is soliciting proposals for the construction of the Advanced Individual Training (AIT) Barracks Complex II Phase 2 at Fort Leonard Wood, Missouri. This project involves the design and construction of a standard AIT Battalion Complex to accommodate 600 soldiers, including barracks, company operations facilities, and various support structures, while incorporating essential safety and security features. The contract, valued between $100 million and $250 million, requires proposals to be submitted electronically via the PIEE system by January 23, 2026, with a focus on non-price evaluation factors such as Performance Confidence and Management Approach. Interested parties can reach out to Dale Coleman at dale.e.coleman@usace.army.mil or Michael G. France at michael.g.france@usace.army.mil for further inquiries.
    Lock and Dam (LD) 5A Routine Gate Maintenance Quality Assurance and LD 3&4 Gate Fabrication Quality Assurance
    Dept Of Defense
    The Department of Defense, through the U.S. Army Corps of Engineers (USACE) St. Paul District, is seeking a contractor to provide Quality Assurance (QA) Inspection services for the Lock and Dam (LD) No. 5A Routine Gate Maintenance project and the LD 3 and 4 Miter Gate Fabrication Contract. The contractor will be responsible for QA inspections and testing related to construction contractor inspections, steel repairs, fabrication, and coatings, with services required at multiple locations in Iowa and Alabama, as well as Wisconsin. This project is critical for maintaining the integrity and functionality of the lock and dam infrastructure, ensuring safety and operational efficiency. The solicitation is anticipated to be issued in mid to late December 2025, with the contract set aside for small businesses and structured as a Firm, Fixed-Price Indefinite Delivery, Indefinite Quantity (IDIQ) contract, including a base year and four option years. Interested parties can contact Scott E. Hendrix at Scott.E.Hendrix@usace.army.mil or Kenneth Eshom at kenneth.j.eshom@usace.army.mil for further information.
    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.