ACO-P Cyber School course
ID: W9124926RA003Type: Solicitation
Overview

Buyer

DEPT OF DEFENSEDEPT OF THE ARMYW6QM MICC-FT GORDONFORT GORDON, GA, 30905, USA

NAICS

Professional and Management Development Training (611430)

PSC

EDUCATION/TRAINING- TRAINING/CURRICULUM DEVELOPMENT (U008)
Timeline
    Description

    The Department of Defense, specifically the Department of the Army, is soliciting proposals for the ACO-P Cyber School course at Fort Gordon, Georgia. This procurement aims to secure instructional support services for the U.S. Army Cyber School, focusing on Advanced Cyber Operations-Procedures (ACO-P) training, which is critical for enhancing the cyber capabilities of military personnel. The contract will cover a base period from February 16, 2026, to February 15, 2027, with two additional one-year option periods, and is set to be awarded based on a Lowest Priced Technically Acceptable (LPTA) evaluation process. Interested offerors must submit their proposals by January 13, 2026, and can direct inquiries to Joseph Guss at joseph.e.guss2.civ@army.mil or Tia Harris at tia.j.harris.civ@army.mil.

    Point(s) of Contact
    Files
    Title
    Posted
    This government RFP outlines instructions for submitting proposals for contract W91249-26-R-A003, focusing on federal government contracts. Proposals are due to Mr. Joseph Guss via email by the closing date on SF 1449 and must remain valid for 180 days. Questions must be submitted in writing to Mr. Joseph Guss and Mrs. Tia Harris by 2:00 PM EST on December 11, 2025. The selection process follows FAR Part 15.3, with evaluation criteria detailed in Addendum 52.212-2, prioritizing initial best offers but allowing discussions if needed. Proposals must include four volumes: General, Technical, Past Performance, and Price, each with specific content and formatting requirements, including page limits and font specifications. The Technical volume details approaches for classroom instruction, range development, and staffing. The Past Performance volume requires recent and relevant contract information and subcontractor consent letters. The Price volume necessitates a detailed breakdown using provided attachments. All related documents are accessible on SAM.gov, and a small business subcontracting plan is required.
    This government solicitation outlines the basis for contract award, emphasizing a Lowest Priced Technically Acceptable (LPTA) source selection in accordance with FAR 15.3, DFARS, and AFARS. The government intends to award a single contract without discussions, so offerors must submit their best terms initially. Proposals will be evaluated on three factors: Technical Capability (with subfactors for Technical Ability and Management Approach & Staffing), Past Performance, and Price. Technical Capability subfactors are rated Acceptable or Unacceptable; an unacceptable rating in any subfactor renders the entire technical proposal unacceptable. Past Performance assesses the offeror's record for meeting requirements, focusing on recent (within three years) and relevant projects. Offerors with no past performance will receive a neutral (acceptable) rating. Price proposals are evaluated for reasonableness, completeness, and balance, with specific attention to total compensation plans for professional employees and options. Unreasonable, unbalanced, inaccurate, or incomplete price proposals may lead to elimination.
    This document, Amendment/Modification W9124926RA0030001 to solicitation W9124926RA003, issued by W6QM MICC-FT EISENHOWER, primarily serves to extend the proposal due date. Originally due on December 22, 2025, offers for this solicitation are now due on January 7, 2026, at 9 AM. The amendment details the methods for offerors to acknowledge receipt, either by completing specific items on the amendment, acknowledging it on each offer copy, or via separate communication referencing the solicitation and amendment numbers. Failure to acknowledge the amendment prior to the revised deadline may lead to the rejection of an offer. It also clarifies that any changes to previously submitted offers must be made via letter or electronic communication, referencing the solicitation and amendment, and received before the new opening hour and date.
    This government file, an amendment to solicitation W9124926RA003, extends the offer receipt date to January 13, 2026. This amendment, designated as number 0002 and effective January 6, 2026, was issued by W6QM MICC-FT EISENHOWER. Offerors must acknowledge this amendment via specific methods, such as returning signed copies or through electronic communication, to ensure their offers are not rejected. Changes to previously submitted offers are also permitted if received before the new deadline. The document outlines procedures for both solicitation amendments and contract modifications, clarifying that all other terms and conditions of the original document remain unchanged.
    Attachment 2, titled "Specific Relevant Contracts Sheet," is a crucial document for offerors responding to government solicitations. It mandates the submission of detailed past performance documentation for contracts similar in nature, size, and complexity to the current procurement. Offerors must provide contract numbers, award dates, types, original and final prices/costs, and delivery schedules. Additionally, comprehensive contact information for government or commercial contracting and administrative activities, including procuring and administrative contracting officers, and technical representatives, is required. The document emphasizes a specific explanation of each contract's relevance to the proposed effort, considering factors like product/service similarity, size, complexity, and contract environment. Offerors must include a narrative detailing objectives achieved, any cost growth or schedule delays, and corrective actions taken for shortcomings. Documentation of negative performance, such as cure notices, and explanations for any delivery schedule revisions are also mandatory. This attachment ensures a thorough evaluation of an offeror's capability and reliability based on their past performance.
    The Past Performance Questionnaire (Attachment 3) is a critical document used in government source selections (IAW FAR 3.104) to evaluate contractor performance. It gathers detailed information on contract identification, including costs, type, and period of performance, along with a description of services provided. The questionnaire also collects identification details for the customer/agency and the evaluator. A key section is the evaluation, where performance is rated across several categories: Technical Performance, Program Management, Transition/Phase-in, Employee Retention/Attraction, Small and Small Disadvantaged Business Participation, and Cost Performance, using a scale of Satisfactory, Marginal, Unsatisfactory, or Not Applicable. Evaluators must elaborate on any 'Marginal' or 'Unsatisfactory' ratings and address contract terminations. The form concludes with a narrative summary, questions about future solicitations, and additional comments, all aimed at providing a comprehensive assessment of the contractor's past performance.
    This document is a cost proposal template, likely for a government Request for Proposal (RFP) or grant application, outlining the total costs for a base period and four option periods. It details various cost components, including Contract Line Item Numbers (CLINs) for each period, with all current values set to zero. The template also includes sections for calculating labor costs, broken down by labor hours, fringe benefits, overhead, General & Administrative (G&A) expenses, and profit/fee for both the base period and each option period. Key sections within the labor cost breakdown include fields for "Labor Category/Classification," "Exempt/Non-Exempt" status, "Full Time Equivalent," and "Base Wage Rate." The document emphasizes showing "$0 for SCR CLINS when it will not be separately priced" and provides a "Total Paid to Vendor based on Productive Hours" for each option period. Overall, it serves as a structured framework for submitting a comprehensive financial proposal, with all cost fields currently blank, awaiting specific input from a bidding entity.
    Attachment 5, titled "Employee Total Compensation Plan," is a standardized template likely used within government RFPs, federal grants, or state/local RFPs. Its purpose is to detail the comprehensive costs associated with a labor category over a five-year ordering period. The document outlines various components of employee compensation, including direct labor hourly rates, and a breakdown of fringe benefits such as sick leave, health insurance, Social Security, Medicare, FUTA, SUTA, Worker's Comp, holidays, and vacation. It also includes sections for total employee fringe benefits (hourly), total employee hourly compensation (base + fringe), general and administrative costs, and profit rate, culminating in a billable hourly rate. The template requires specific financial entries for each of the five years, indicating a structured approach to projecting and evaluating labor costs for government contracts or projects.
    This DD Form 254, dated March 18, 2025, outlines the security classification specifications for a Department of Defense contract focused on providing instructional support for the U.S. Army Cyber School at Fort Eisenhower, GA. The contract requires a Top Secret facility security clearance, with no safeguarding of classified material at the contractor's facility, as access will be at government sites only. Key requirements include access to Sensitive Compartmented Information (SCI) and Controlled Unclassified Information (CUI). Contractor personnel must be U.S. citizens with Top Secret/SCI clearances and adhere to strict guidelines for handling, storing, and disseminating classified and CUI data, including prohibitions on removing classified materials from government work sites. The document details marking, dissemination, storage, transmission, and disposition protocols for CUI, emphasizing that unauthorized disclosure does not constitute a security violation but requires informing the releasing agency. All subcontractors requiring classified access must also comply with these security provisions, and any public release of contract-related information is prohibited without prior government approval.
    This Performance Work Statement outlines a non-personal services contract for the U.S. Army Cyber School at Fort Gordon, Georgia, to provide instructional and range development support for the Advanced Cyber Operations – Procedures (ACO-P) course. The contract focuses on training 17-series personnel (Cyber career field) to enhance cyber capabilities against evolving threats. Key objectives include technical instructor/writer support, curriculum development, and virtual cyber range configuration and management. The period of performance is one base year with two option years (February 2026 – November 2029). Contractor personnel must be U.S. citizens, possess and maintain a Top Secret/SCI clearance, and meet specific experience and education requirements for Instructor/Writer and Range Developer roles. The contractor is responsible for quality control, staffing, and adherence to various security and training regulations.
    This government solicitation, W9124926RA003, is an RFP for Women-Owned Small Businesses (WOSB) to provide Instructional Support Services, specifically Advanced Cyber Operations-Procedures (ACO-P) Labor, for the U.S. Army Cyber School (USACyS), Cyber Center of Excellence (CCoE), Fort Gordon, Georgia. The contract includes a base period from February 16, 2026, to February 15, 2027, with two one-year option periods. Key aspects include firm-fixed-price arrangements, service contract reporting requirements, and compliance with various Federal Acquisition Regulation (FAR) and Defense Federal Acquisition Regulation Supplement (DFARS) clauses. These clauses cover areas such as small business subcontracting, whistleblower protections, combating human trafficking, and electronic payment instructions via Wide Area WorkFlow (WAWF). The solicitation also details rerepresentation requirements for small business status and a price evaluation preference for HUBZone small business concerns.
    Lifecycle
    Title
    Type
    ACO-P Cyber School course
    Currently viewing
    Solicitation
    Similar Opportunities
    CDID Cyber Battle Lab Experimentation Support Services
    Dept Of Defense
    The Department of Defense, specifically the U.S. Army Mission and Installation Contracting Command (MICC) at Fort Eustis, Virginia, is seeking qualified vendors to provide Cyber Battle Lab Experimentation Support Services at Fort Gordon, Georgia. The primary objective is to assist in identifying gaps and vulnerabilities in Cyber Electromagnetic Activities through various services, including experimentation, data collection, network engineering, capability prototyping, satellite communications support, and cybersecurity. This contract is crucial for enhancing the Army's capabilities in Cyber Electromagnetic Activities and will be awarded as a Single Award Indefinite Delivery, Indefinite Quantity (SA-IDIQ) contract with a maximum ceiling of $58.3 million over a seven-year ordering period. Interested vendors must submit their responses, including capability statements and security clearance information, by January 12, 2026, at 2 p.m. EST, and can contact Ashley Johns or Hattie Brown for further details.
    Academic Training Instruction Services for USACE Prime Power School
    Dept Of Defense
    The Department of Defense, specifically the U.S. Army Corps of Engineers (USACE), is seeking qualified academic institutions to provide Academic Training Instruction Services for the 12P Prime Power Production Specialist Course at the USACE Prime Power School. The contractor will be responsible for delivering non-personal academic instruction for Modules B through E, which include Mathematics, Applied Physical Concepts, Mechanical System Engineering, and Electrical System Engineering, and will award college credits upon successful completion of the course. This contract is critical for training soldiers in the 12P military occupational specialty, ensuring they receive a rigorous academic foundation necessary for their roles. Interested parties must respond to this sources sought synopsis by 1:00 PM ET on January 23, 2026, to Douglas Pohlman and Giorgiana Chen via their provided email addresses, with additional inquiries due by January 15, 2026.
    16th Air Force Commercial Solutions Opening
    Dept Of Defense
    The Department of Defense, specifically the 16th Air Force, is issuing a Commercial Solutions Opening (CSO) to solicit innovative solutions aimed at enhancing the Air Force Information Network (AFIN) operations and Defense Cyberspace Operations (DCO). The primary objective is to address evolving cyber threats by improving resource allocation, addressing skill gaps, and enhancing training and defensive cyber capabilities. This opportunity is crucial for acquiring advanced technologies and services that can streamline operations and bolster the Air Force's mission capabilities. Interested parties can submit proposals for Call 0005, which is open for submissions from December 12, 2025, to January 26, 2026, and should contact Carissa Heuertz or Brian Cook at 16af.cso.workflow@us.af.mil for further information.
    Protecting Army Modernization and Supply Chains- Commercial Solutions Opening (CSO)
    Dept Of Defense
    The Department of Defense, through the Army Contracting Command, is seeking innovative solutions to enhance cybersecurity within the Defense Industrial Base (DIB) as part of the Protecting Army Modernization and Supply Chains initiative. This opportunity invites proposals for automated cybersecurity measures that comply with critical standards such as NIST controls and Cybersecurity Maturity Model Certification (CMMC), aimed at supporting small businesses in mitigating cyber threats while ensuring the protection of intellectual property and secure access. The initiative is crucial for safeguarding defense technologies and ensuring the rapid delivery of military capabilities, with submissions accepted until March 6, 2030. Interested parties can contact the Army NCODE Team at usarmy.apg.acc.mbx.dc3oe-ncode-cso@army.mil for further information.
    CATHOLIC ADMINISTRATIVE PASTORAL LIFE COORDINATOR
    Dept Of Defense
    The Department of Defense, specifically the Department of the Army, is soliciting proposals for a Catholic Administrative Pastoral Life Coordinator to support the Religious Support Office (RSO) at Fort Gordon, Georgia. This procurement aims to establish a firm-fixed-price, non-personal service contract, with a total award amount of $13 million, covering a base period and three option periods, each lasting 12 months. The services are vital for providing religious support and pastoral care within the military community, ensuring compliance with federal regulations and enhancing the spiritual well-being of personnel. Proposals are due by January 15, 2026, with inquiries directed to Tyasia Oaks at tyasia.a.oaks.civ@army.mil or Keosha Moss at keosha.j.moss.civ@army.mil.
    ACCAPG_Competitive_Opportunities_Division C
    Dept Of Defense
    The Department of Defense, specifically the Army Contracting Command at Aberdeen Proving Ground, is issuing a special notice regarding competitive acquisition opportunities for Fiscal Year 2026, with a focus on engineering services. This initiative aims to enhance communication between the Army, its mission partners, and industry stakeholders by providing quarterly updates on various projects, including those related to intelligence, electronic warfare, and command and control systems, with estimated contract values ranging from $6 million to $250 million. The information shared is for informational purposes only, and interested vendors are encouraged to submit questions via email to the primary contact, Ms. Yadira Colon, at yadira.i.colon.civ@army.mil, with a limit of ten questions per submission. All updates and information are subject to change, and no formal proposals should be submitted in response to this notice.
    Joint Cyber Command and Control - ANTICIPATED ACQUISITIONS - UPDATE SEPTEMBER 2025
    Dept Of Defense
    The Department of Defense, through the Air Force Life Cycle Management Center (AFLCMC), is anticipating acquisitions related to the Joint Cyber Command and Control (JCC2) program, with updates provided as of September 2025. The procurement encompasses three key areas: the JCC2 Cyber Operations (JCO) platform, which enhances mission orchestration and decision-making through advanced data synthesis; the Joint Cyber Command and Control Readiness (JCC2-R) initiative aimed at rapid capability development and operational readiness; and the Enterprise Service Center (ESC) for AWS cloud system administration and support. The JCO is already operational, while the JCC2-R is expected to have a solicitation release on June 4, 2025, with an estimated award in September 2025. Interested parties can direct inquiries to Kevin Grant at kevin.grant.10@us.af.mil.
    LSJ for 67th COG Services
    General Services Administration
    The General Services Administration (GSA) is executing a Limited Source Justification for the 67th Cyber Operations Group of the U.S. Air Force, necessitating urgent cyber operations training and support services. This procurement is aimed at maintaining continuity of critical national security services while a protest regarding a previously awarded contract is resolved. The incumbent contractor, Macaulay-Brown Inc., is uniquely qualified to fulfill this requirement due to their existing top-secret clearances and specialized expertise, with a contract value of up to $2,000,000 for a 30-day base period and an optional 30-day extension. For further inquiries, interested parties may contact David Kilbourne at david.kilbourne@gsa.gov.
    ACC APG DIVISION A CCDC C5ISR OPPORTUNITIES December 2023 and January 2024
    Dept Of Defense
    Special Notice DEPT OF DEFENSE DEPT OF THE ARMY is seeking ACC APG DIVISION A CCDC C5ISR OPPORTUNTIES for December 2023 and January 2024. This procurement is for services related to C5ISR (Command, Control, Communications, Computers, Cyber, Intelligence, Surveillance, and Reconnaissance) opportunities. These services are typically used for enhancing the Army's capabilities in areas such as communication, information technology, and intelligence gathering. For more information, please contact Tammy M. Woodard at tammy.m.woodard2.civ@army.mil or Roberta C. Baldwin at Roberta.C.Baldwin.civ@army.mil.
    Advanced Cyber Effects for Strategic Operations (ACESO)
    Dept Of Defense
    The Department of Defense, specifically the Department of the Air Force, is seeking white papers for the Advanced Cyber Effects for Strategic Operations (ACESO) program under the Advanced Research Announcement (ARA) FA8750-25-S-7005. This initiative aims to develop cyber operations prototypes that can be transitioned into operational DoD platforms to enhance superiority in the Cyber Domain, focusing on technologies such as assured and zero-trust infrastructure, Command, Control, Communications, Computers, and Intelligence (C4I), and Offensive Cyber Operations. With an estimated total funding of approximately $950 million, individual awards are expected to range from $10 million to $50 million, with the potential for awards up to $99.98 million, and the program is open for submissions until July 10, 2030. Interested parties should direct technical inquiries to Tanya Macrina at AFRL.RI.ACESO@us.af.mil and business inquiries to Amber Buckley at Amber.Buckley@us.af.mil.