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, 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.

    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.
    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
    Advanced Cyber Operations Prototypes (A-COP)
    Buyer not available
    The Department of the Air Force is seeking proposals for the Advanced Cyber Operations Prototypes (A-COP) program, aimed at developing next-generation cyber operation prototypes for Department of Defense (DoD) platforms. The initiative focuses on enhancing cyber superiority through assured infrastructure, continuous situational awareness, and effects-based defenses, integrating technologies such as Signals Intelligence (SIGINT) and Electronic Warfare (EW). With an estimated funding ceiling of $949.9 million, the program anticipates multiple awards ranging from $10 million to $50 million, with a potential for individual awards up to $99.98 million, and is open for white paper submissions until December 30, 2028. Interested parties should direct technical inquiries to Thomas Parisi at afrl.riga.firestarter@us.af.mil and contractual questions to Amber Buckley at Amber.Buckley@rl.af.mil.
    Protecting Army Modernization and Supply Chains- Commercial Solutions Opening (CSO)
    Buyer not available
    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.
    Cybersecurity Operations Facility
    Buyer not available
    The Department of Defense, specifically the Army Corps of Engineers, is soliciting proposals for the construction of a new Cybersecurity Operations Facility at Fort Meade, Maryland. This facility will serve the Navy and Marines, featuring secure open office spaces, operational areas, a large server area, and various mission support areas including training and collaborative spaces. The project is significant for enhancing cybersecurity operations and infrastructure, with a firm fixed-price contract structure. Interested contractors should note that the proposal due date has been extended to January 6, 2026, and can reach out to Aisha Boykin at aisha.r.boykin@usace.army.mil or Tamara Bonomolo at tamara.c.bonomolo@usace.army.mil for further information.
    Advanced Cyber Effects for Strategic Operations (ACESO)
    Buyer not available
    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 ARA FA8750-25-S-7005. This initiative aims to develop cyber operations prototypes that can be transitioned into operational DoD platforms to achieve superiority in the Cyber Domain. The program emphasizes the importance of enhancing Command, Control, Communications, Computers, and Intelligence (C4I) capabilities, focusing on assured and zero-trust infrastructure, situational awareness, 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 potential awards up to $99.98 million, and the submission period is open until July 10, 2030. Interested parties should direct inquiries to Tanya Macrina at AFRL.RI.ACESO@us.af.mil or Amber Buckley at Amber.Buckley@us.af.mil.
    AF CyberWorx Commercial Solutions Opening (CSO)
    Buyer not available
    The Department of Defense, through the Air Force CyberWorx, is soliciting innovative commercial technologies and services via its Commercial Solutions Opening (CSO) FA7000-23-S-C001, aimed at enhancing critical defense capabilities. The initiative specifically seeks solutions for the Software-Defined Wide Area Network (SD-WAN) Phase II, which will improve the NIPR and SIPR network infrastructure across the USAFE-AFAFRICA area from July 23 to August 13, 2025, by integrating advanced technologies such as SD-WAN, SRv6, IP Address Management (IPAM), and upgraded DHCP systems. This procurement is vital for establishing a robust and secure communication network, ensuring compatibility with existing systems, and maintaining operational excellence. Interested parties should submit their proposals, including a Rough Order of Magnitude for equipment costs, to Gary Monson or Tikiwa Durrell at 10CONS.PK.Cyberworx@us.af.mil, with the submission process involving multiple phases and evaluation based on technical merit and funding availability.
    ACC-APG Upcoming Opportunities: Huachuca Division FY25
    Buyer not available
    The Department of Defense, through the ACC-APG Huachuca Division, is announcing upcoming contract opportunities primarily focused on information technology and cybersecurity services for the U.S. Army. The procurement encompasses a range of requirements including network administration, cybersecurity support, engineering assistance, and logistical services, aimed at enhancing military infrastructure and operational readiness across various installations. These opportunities are critical for maintaining and improving the Army's technological capabilities, with many contracts categorized as new or recompeted, and are expected to be awarded in the upcoming fiscal year. Interested contractors should direct their inquiries to Jessica L. Fields at jessica.l.fields.civ@army.mil, as all questions must be submitted via email, and no formal proposals should be submitted at this stage.
    Army Contracting Command – Anniston Army Depot (ACC-HDA) Organic Industrial Base (OIB) Modernization Commercial Solutions Opening (CSO)
    Buyer not available
    The Department of Defense, through the Army Contracting Command at Anniston Army Depot, is soliciting proposals for the Organic Industrial Base (OIB) Modernization Commercial Solutions Opening (CSO). This initiative aims to procure innovative commercial technologies and services that enhance Army operations, focusing on areas such as agile manufacturing, advanced manufacturing, and cyber security, as mandated by the 2022 National Defense Authorization Act. The CSO is critical for integrating modern technologies into existing manufacturing processes to improve operational efficiency and military readiness. Proposals are accepted until September 30, 2030, and interested parties can contact Amber Burdett at amber.e.burdett.civ@army.mil or 571-588-0960 for further information.
    LSJ for 67th COG Services
    Buyer not available
    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.
    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.
    ARMY OPEN SOLICITATION (AOS)
    Buyer not available
    The Department of Defense, through the U.S. Army Contracting Command – Aberdeen Proving Ground, has issued the Army Open Solicitation (AOS) to acquire innovative commercial solutions and research and development capabilities across all Army mission areas. This solicitation aims to enhance the Army's lethality by leveraging advanced commercial technologies and addressing identified Active Capability Gaps (ACGs) through a structured three-phase competitive process that includes Solution Briefs, Live Pitches, and Solution Proposals. The AOS remains open indefinitely, allowing for continuous submissions, while specific Calls for Solutions will have defined response periods; interested vendors must ensure they are registered in SAM and possess a Unique Entity ID (UEI) to participate. For further inquiries, contact Kristin Height or Robin Delossantos at usarmy.apg.acc.mbx.army-open-solicitation@army.mil.