TEC-U LMS
ID: W50S9825Q0003Type: Combined Synopsis/Solicitation
Overview

Buyer

DEPT OF DEFENSEDEPT OF THE ARMYW7N1 USPFO ACTIVITY TNANG 134MCGHEE TYSON ANG BASE, TN, 37777-6227, USA

NAICS

Computer Systems Design Services (541512)

PSC

IT AND TELECOM - BUSINESS APPLICATION/APPLICATION DEVELOPMENT SUPPORT SERVICES (LABOR) (DA01)

Set Aside

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

    The Department of Defense, specifically the Department of the Army, is soliciting proposals for a Learning Management System (LMS) to support the educational needs of the Air National Guard (ANG) through the TEC-U program. The contractor will be responsible for delivering, installing, and maintaining an LMS that accommodates up to 100 users monthly, featuring capabilities such as progress tracking, community interaction, and comprehensive customer support, while ensuring compliance with security regulations and quality control standards. This procurement reflects the government's commitment to enhancing training and professional development within military contexts, with proposals due by April 17, 2025. Interested parties can contact Brian Morelock at brian.morelock.1@us.af.mil or Andrew Headrick at andrew.headrick@us.af.mil for further information.

    Point(s) of Contact
    Files
    Title
    Posted
    The Performance Work Statement (PWS) outlines the requirements for a contractor to deliver Learning Management System (LMS) services for the TEC-U, designed to support educational needs for Air National Guard (ANG) members. The contractor must provide personnel, tools, and quality control to implement a system that accommodates up to 100 users monthly, offers course progress tracking, post-course learning opportunities, and fosters student interaction through a social community. The performance period is one base year with five possible renewal years. Key responsibilities include maintaining an adequate workforce, adhering to security regulations, developing a Quality Control Plan, and ensuring employee training and compliance with security clearances. The contractor must offer assistance and report contractor labor hours annually to the National Guard Bureau. Other requirements include safeguarding government property, following physical security protocols, and obtaining necessary clearances and identification for personnel. The document emphasizes compliance with various governmental regulations regarding antiterrorism, information assurance, and the protection of personally identifiable information. Overall, the PWS establishes a framework for effective LMS service delivery focused on quality compliance and operational security, essential for government contracts.
    This Performance Work Statement (PWS) outlines the requirements for a Learning Management System (LMS) to be utilized by TEC-U, supporting the educational needs of the Air National Guard (ANG). The contractor is responsible for delivering all necessary resources to provide an LMS capable of supporting up to 100 users monthly, including features for progress tracking, post-course learning, community interaction, and customer support. The contract includes a base year of performance with optional extensions, adhering to specific service hours and operational protocols, especially in the context of security and quality control. Contractors must ensure compliance with government security regulations, employee identification protocols, and communication security standards while protecting Personally Identifiable Information (PII). The contractor is also expected to manage contractor personnel effectively, ensuring they have the requisite security clearances and access rights, and complete required training. This PWS emphasizes the need for a clean, intuitive LMS capable of managing various content types and analytics features, alongside a commitment to periodic reporting on service activities. The overall purpose of this document aligns with the government's goals of enhancing personnel training through efficient LMS services, ensuring both operational quality and compliance with federal standards.
    The document pertains to a federal Request for Proposal (RFP) identified as W50S9825Q0003, which outlines the procurement of a service with options for up to four additional years. Each year is represented by a quantity of one, with the total cost not specified in the document. The scope includes delivery and installation of a Learning Management System (LMS). This RFP framework indicates a long-term investment in educational technology, reflecting a commitment to enhancing training and professional development through targeted procurement. The structure emphasizes a straightforward annual option for continuing service, facilitating potential contractual extensions and budget planning. Overall, this document illustrates a strategic approach to sourcing educational infrastructure within federal, state, and local contexts.
    The Tennessee Air National Guard is soliciting proposals for a TEConomics Education Management System (LMS) to enhance their educational capabilities. The solicitation, W50S98-25-Q-0003, is structured as a Request for Quotation (RFQ) and is exclusively open to small businesses, in line with the Small Business Administration's guidelines. Proposals are due by April 17, 2025, with specific requirements for the LMS that include delivery, installation, training, maintenance, and dedicated support. Bidders must provide pricing for the LMS as well as options for four additional years. The evaluation of proposals will be based on pricing and past performance, with a comparative evaluation process ensuring the selection of the best value for the government. The government reserves the right to award contracts without discussions. A series of provisions and clauses are included to ensure compliance with federal laws, particularly regarding the prohibition of using forced labor in procurement from the Xinjiang Uyghur Autonomous Region, among other clauses. This solicitation reflects the government's commitment to integrating modern educational technology while prioritizing small business participation and regulatory adherence.
    The document outlines a Request for Proposal (RFP) for a Learning Management System (LMS) by TEC-U, emphasizing specific requirements and clarifications related to the project. Key functionalities sought include a user-friendly interface, support for diverse content formats, modules organization, auto and manual grading, student progress tracking, and communication tools. The system should be accessible on multiple devices and capable of issuing completion certificates. The government confirms that contractor support is expected, allowing for customization and branding through full white labeling. Security compliance with applicable frameworks is mandatory. The LMS will support up to 100 new users monthly while requiring historical training data migration. Training for staff is expected to occur in-person for about 10 individuals, and help desk support will be needed for both learners and administrators. The evaluation of proposals will focus on technical merit and pricing according to federal acquisition regulations, aiming for a contract award and go-live by June 15, 2025. The guidelines provided in the Combined Solicitation/Synopsis detail further instructions for submissions. Overall, the document conveys the government's structured approach to ensuring a capable LMS that meets educational and security needs in a military context.
    Lifecycle
    Title
    Type
    TEC-U LMS
    Currently viewing
    Combined Synopsis/Solicitation
    Similar Opportunities
    Learning Managment System
    National Labor Relations Board
    The National Labor Relations Board (NLRB) is seeking proposals for a Learning Management System (LMS) to enhance its training and development capabilities. This procurement aims to acquire a business application software solution that will facilitate the management and delivery of training programs within the organization. The LMS is crucial for ensuring that NLRB employees have access to effective learning resources, thereby improving overall workforce competency and compliance. Interested vendors can reach out to Julie Yarbrough at julie.yarbrough@nlrb.gov for further details regarding this opportunity.
    Practitioner e-Learning
    Dept Of Defense
    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.
    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.
    FY26_Notice of Intent to Award Sole Source_Instructional Management and Learning Support Requirement
    Dept Of Defense
    The Department of Defense, specifically the Department of the Air Force, intends to award a sole source contract to C2 Technologies, Inc. for Instructional Management and Learning Support at Maxwell Air Force Base, Alabama. This contract, which spans a period of seven months from February 19 to September 25, 2026, aims to provide essential management, instruction, and program enhancements for both graduate and undergraduate levels at Air University. Interested parties are invited to submit capability statements by December 18, 2025, to the primary contacts, Samantha Millington and Mark K. Restad, via the provided email addresses and phone numbers, as this notice serves informational purposes only and does not constitute a request for competitive proposals.
    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.
    L-39ZA & L-29 TMP Support
    Dept Of Defense
    The Department of Defense is soliciting a sole source contract for L-39ZA and L-29 TMP Support, specifically targeting the Air Force Test Pilot School at Edwards Air Force Base, California. The procurement involves providing qualified flight instructors, engineering personnel, and aircraft support for executing Test Management Projects (TMPs) using uniquely configured jet trainers from The University of Iowa. This contract is crucial for maintaining flight instruction and regulatory compliance, with an anticipated award date of December 30, 2025, and a response deadline of 1:00 p.m. Pacific Daylight Time on December 17, 2025. Interested contractors must submit a technical package demonstrating their capability and must be registered in the System for Award Management (SAM) at www.sam.gov, with inquiries directed to Carlos A. Barrera at carlos.barrera.8@us.af.mil or by phone at 661-275-2442.
    STEM (Science Technology Engineering Math) Flight Education Program
    Dept Of Defense
    The Department of Defense, specifically the Department of the Army, is seeking proposals for the STEM (Science Technology Engineering Math) Flight Education Program, aimed at enhancing educational opportunities in these critical fields. This program will focus on providing training and educational resources to promote STEM learning, particularly in aviation and flight-related disciplines. The initiative is vital for fostering a skilled workforce capable of meeting future technological and defense challenges. Interested parties can contact Jennifer L. King at jennifer.l.king76.civ@army.mil or by phone at 502-624-1006 for further details regarding the procurement process.
    Sources Sought Notice - Learning Styles Inventory (LSI)
    Dept Of Defense
    The Department of Defense, specifically the Department of the Army, is seeking information from potential sources regarding the procurement of Strengths Deployment Inventory (SDI) assessment tools for use at Fort Leavenworth, Kansas. This Sources Sought Notice indicates the government's intention to award a sole source contract to Personal Strengths Publishing, LLC, now known as Crucial Learning, for a period of performance of up to 66 months, under the authority of 10 U.S.C §2304(c)(1). The SDI assessment tools are critical for training and development purposes within the Army, and the government is requesting interested firms to provide information on their capabilities, previous experience, and suggestions for enhancing competition. Interested parties should contact Alec Creekmore at alec.r.creekmore.civ@army.mil or 520-944-2189 for further details, as this notice does not constitute a formal solicitation or request for proposals.
    F-35 "Lightning II" Training Systems and Simulation
    Dept Of Defense
    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.
    Bridge to Evolution STE TESS (BEST) Multi Award Contract (MAC)
    Dept Of Defense
    The Department of Defense is seeking innovative approaches for its Bridge to Evolution STE TESS (BEST) Multi-Award Contract (MAC). The objective is to enhance and extend the functionality of the Army's tactical engagement simulation systems (TESS), aligning them with evolving training requirements. This procurement is divided into two lots. Lot 1 involves modifying existing TESS equipment to meet updated Army specifications, focusing on adaptability and future expansion. Lot 2 centers on developing and producing new TESS solutions, including dismounted, vehicle-mounted, and shoulder-launched munition systems. The government seeks to integrate emerging STE LTS TESS technology with the existing MILES TESS ecosystem, encouraging vendors to propose adaptable procedures and processes. The scope of work encompasses software and hardware modifications, production and delivery of TESS kits, and integration with the STE LTS TESS platform. The government aims to foster competition by avoiding solution-specific proposals and encouraging creativity in meeting the outlined objectives. Potential offerors are invited to provide feedback on the Draft Request for Proposal (DRFP), which outlines the requirements, Statement of Work (SOW), and evaluation criteria. The government seeks to revise and finalize the RFP based on industry responses, emphasizing efficiency and the removal of unnecessary requirements. Offerors should possess the capabilities and expertise to modify and produce TESS solutions, with a focus on past performance and technical merit. The contract is anticipated to be an Indefinite Delivery/Indefinite Quantity (ID/IQ) vehicle, attracting multiple awardees. The primary contact for this opportunity is Gloria Susie Hoybach, with additional inquiries directed to Roberto J. Gotay and Rafael A. Manzano. The deadline for feedback submission is 12:00 PM EST on 3rd June 2024, with the government aiming to release the final RFP shortly afterward. For this BEST MAC initiative, the Army seeks adaptable and cost-effective TESS solutions, leveraging industry feedback to shape the acquisition process.