ContractSolicitation

ACO-P Cyber School course

DEPT OF DEFENSE W9124926RA003
Response Deadline
Jan 15, 2026
Deadline passed
Days Remaining
0
Closed
Set-Aside
Full & Open
Notice Type
Solicitation

Contract Opportunity Analysis

The Department of Defense, specifically the Department of the Army, is soliciting proposals for the Advanced Cyber Operations-Procedures (ACO-P) Instructional Support Services at Fort Gordon, Georgia. This contract aims to provide specialized training and curriculum development for 17-series personnel in the Cyber career field, enhancing their capabilities against evolving cyber threats. The performance period spans from February 16, 2026, to February 15, 2029, with options for two additional years, and includes provisions for travel and surge support services. Interested parties, particularly Women-Owned Small Businesses (WOSB), 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.

Classification Codes

NAICS Code
611430
Professional and Management Development Training
PSC Code
U008
EDUCATION/TRAINING- TRAINING/CURRICULUM DEVELOPMENT

Solicitation Documents

16 Files
ATTACHMENT 4 - PRICING WORKSHEET.xlsx
Excel23 KBJan 13, 2026
AI Summary
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 6 - DD254.pdf
PDF168 KBJan 14, 2026
AI Summary
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.
Amendment 4 - W9124926RA0030004.pdf
PDF3933 KBJan 14, 2026
AI Summary
This amendment to solicitation W9124926RA003, dated December 5, 2025, from MICC-FT Eisenhower, modifies the original document by adding new Contract Line Items (CLINs) for 'Travel' and 'Surge' services, along with their respective Not-to-Exceed (NTE) plug-in amounts. The amendment introduces CLIN 0003 for Travel with an NTE of $7,829.25 and CLIN 0004 for Surge services with an NTE of $45,094.00 for the base period (February 16, 2026, to February 15, 2027). It also includes optional CLINs 1003 and 1004 for Travel and Surge in the first option year (February 16, 2027, to February 15, 2028) with NTEs of $7,985.84 and $45,995.88, respectively, and optional CLINs 2003 and 2004 for the second option year (February 16, 2028, to February 15, 2029) with NTEs of $8,145.55 and $46,915.80. The amendment specifies that Surge requirements are for unforeseen needs for additional support services for an AOC-P functional course training event and require 30 days' notice from the Government. Additionally, the North American Industry Classification System (NAICS) code for CLIN 0001 was changed to 611430, and several miscellaneous text sections for CLINs 0001, 0002, 1001, 1002, 2001, and 2002 were deleted.
Conformed Solicitation - W9124926RA003.pdf
PDF3364 KBJan 14, 2026
AI Summary
This government solicitation, W9124926RA0030004, is for Women-Owned Small Businesses (WOSB) and details the acquisition of Advanced Cyber Operations-Procedures (ACO-P) Instructional Support Services. The contract includes provisions for labor, service contract reporting, travel, and surge support, with pricing arranged as Firm Fixed Price. The performance period spans from February 16, 2026, to February 15, 2029, including option years. Key clauses cover small business utilization, subcontracting, and payment instructions via Wide Area WorkFlow (WAWF). The solicitation also incorporates various Federal Acquisition Regulation (FAR) and Defense Federal Acquisition Regulation Supplement (DFARS) clauses, emphasizing compliance with regulations concerning business ethics, whistleblower protections, and supply chain security. This document outlines the comprehensive terms and conditions for contractors providing specialized instructional services to the government.
Solicitation Amendment - W9124926RA0030003 Professional Appearance.pdf
PDF3354 KBJan 14, 2026
AI Summary
This government solicitation, W9124926RA0030003, is for Advanced Cyber Operations-Procedures (ACO-P) Instructional Support Services, issued by W6QM MICC-FT EISENHOWER. The solicitation outlines requirements for labor, management, and supervision, with an initial performance period from February 16, 2026, to February 15, 2027, and two optional one-year extensions. Key aspects include a Firm Fixed Price arrangement, Service Contract Reporting (SCR), and compliance with various Federal Acquisition Regulation (FAR) and Defense Federal Acquisition Regulation Supplement (DFARS) clauses. Notably, the solicitation incorporates clauses regarding HUBZone small business concerns, post-award small business program rerepresentation, and Wide Area WorkFlow (WAWF) payment instructions. It emphasizes whistleblower protections, utilization of small business concerns, and combating trafficking in persons, reflecting the government's commitment to ethical conduct and regulatory compliance.
ATTACHMENT 7 - PERFORMANCE WORK STATEMENT.pdf
PDF464 KBJan 14, 2026
AI Summary
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.
W9124926RA003 Consolidated QAs.pdf
PDF89 KBJan 14, 2026
AI Summary
This document addresses 94 questions and answers regarding a federal government Request for Proposal (RFP) for the U.S. Army Cyber Center of Excellence. Key areas clarified include instructor qualifications, course duration, Persistent Cyber Training Environment (PCTE) usage, and contractual requirements. The government emphasizes that instructors must meet specific T2COM/TRADOC certifications (IS-CTC and CFD-IC) upon contract start, with no grace period, and will not set aside the opportunity for veteran or SDVOSB businesses due to a lack of identified qualified entities. The PWS has been updated to provide alternative options for Bachelor's degree requirements for instructors and range developers. Travel for Mobile Training Teams (MTTs) will be supported by a Not-to-Exceed (NTE) CLIN, and proposals should follow a Least Price Technically Acceptable (LPTA) evaluation method. The document also clarifies administrative points such as attachment numbering, submission of subcontractor information, and the allowance for fractional/part-time FTEs.
Amendment 2 - W9124926RA0030002.pdf
PDF3788 KBJan 14, 2026
AI Summary
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.
Amendment 1 - W9124926RA0030001.pdf
PDF3212 KBJan 14, 2026
AI Summary
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.
W9124926RA003.pdf
PDF2678 KBJan 14, 2026
AI Summary
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.
Addendum 52.212-1 Instructions to Offerors.pdf
PDF251 KBJan 14, 2026
AI Summary
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.
Addendum 52.212-2 Evaluation-Commercial Products and Commercial Services..pdf
PDF537 KBJan 14, 2026
AI Summary
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.
ATTACHMENT 1 - CONSENT FORM FOR THE RELEASE OF PAST.docx
Word13 KBJan 14, 2026
AI Summary
The
ATTACHMENT 2 - SPECIFIC RELEVANT CONTRACT REFERENCE SHEETS.docx
Word16 KBJan 14, 2026
AI Summary
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.
ATTACHMENT 3 - PAST PERFORMANCE QUESTIONNAIRE.docx
Word22 KBJan 14, 2026
AI Summary
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.
ATTACHMENT 5 - EMPLOYEE TOTAL COMPENSATION PLAN SAMPLE.xlsx
Excel14 KBJan 14, 2026
AI Summary
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.

Related Contract Opportunities

Project Timeline

postedOriginal Solicitation PostedDec 5, 2025
amendedAmendment #1· Description UpdatedJan 6, 2026
amendedAmendment #2· Description UpdatedJan 13, 2026
amendedLatest Amendment· Description UpdatedJan 14, 2026
deadlineResponse DeadlineJan 15, 2026
expiryArchive DateJan 30, 2026

Agency Information

Department
DEPT OF DEFENSE
Sub-Tier
DEPT OF THE ARMY
Office
W6QM MICC-FT GORDON

Point of Contact

Name
Joseph Guss

Place of Performance

Fort Gordon, Georgia, UNITED STATES

Official Sources