Request for Proposals (RFP) for TRADOC Deputy Chief of Staff for Intelligence (G-2) Operational Environment (OE) and Core Functions
ID: RFP-W911S025RA001Type: Solicitation
Overview

Buyer

DEPT OF DEFENSEDEPT OF THE ARMYW6QM MICC-FDO FT EUSTISFORT EUSTIS, VA, 23604-5538, USA

NAICS

All Other Professional, Scientific, and Technical Services (541990)

PSC

SUPPORT- PROFESSIONAL: OTHER (R499)

Set Aside

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

    The Department of Defense, specifically the U.S. Army Training and Doctrine Command (TRADOC), is soliciting proposals for operational environment and core functions support services under the Request for Proposals (RFP) W911S025RA001. The objective is to secure non-personal service support to enhance intelligence operations, which includes a 30-day phase-in period, a base year of services, and optional extensions through four additional years. This procurement is critical for maintaining military readiness and strategic response capabilities, with services to be performed primarily at Fort Eustis, Virginia. Interested contractors must submit their proposals by February 25, 2025, and can direct inquiries to Mackensy Beckwith at mackensy.a.beckwith.civ@army.mil or Hattie Brown at hattie.l.brown8.civ@army.mil.

    Point(s) of Contact
    Files
    Title
    Posted
    The Performance Work Statement (PWS) outlines the requirements for a contract regarding the Operational Environment (OE) and Core Functions at the U.S. Army Training and Doctrine Command (TRADOC) Deputy Chief of Staff for Intelligence (G-2). This contract, designated as non-personal services, includes both Firm-Fixed-Price and Time-and-Materials requirements, detailing execution processes for diverse tasks. The PWS establishes that TRADOC G-2's mission is to understand and assess the OE to support military training and operations. Responsibilities encompass maintaining an OE knowledge center, collaborating on Joint Operational Environments, and providing independent reviews of military plans and concepts. Key tasks include defining OE variables, supporting leader development, and maintaining quality control. Security clearances for personnel are mandated, with clarity on contractor responsibilities for safeguarding government property. The document also describes the training requirements for contractors, quality control measures, reporting obligations, and travel requirements. Overall, the PWS emphasizes the importance of continuous assessment and adaptation in operational environments to ensure military readiness and strategic response in evolving scenarios, reflecting the complexities encountered in defense contracting and operations management.
    The document is a DD Form 254, detailing the security classification specifications for a Department of Defense contract related to the Operational Environment (OE) CORE Mission. It outlines the required security clearance levels for the contractor and necessary safeguarding measures for classified information, designating a Top Secret Facility Security Clearance and Secret safeguarding at the contractor's facility. The form specifies the scope of work, locations for performance (including Fort Eustis, Fort Novosel, and Fort Leavenworth), and the types of classified information the contractor will access, including Communications Security (COMSEC) and Controlled Unclassified Information (CUI). It highlights the necessity for training on security protocols, particularly concerning NATO information and various classified communication systems. Additionally, it emphasizes the prohibition on public release of related information unless authorized and stipulates that contractors handling CUI must complete mandatory training and maintain records. Certification by security officials validates that the measures in place are adequate for protecting the classified information. This document exemplifies the rigorous security protocols associated with federal contracts, underscoring compliance with the National Industrial Security Program.
    The U.S. Army Mission and Installation Contracting Command (MICC) – Fort Eustis is soliciting past performance evaluations for Offerors competing under Request for Proposal (RFP) W9124G25R0001. The document requests that evaluators provide assessments of Offerors based on their past performance across relevant contracts, both governmental and commercial. The information collected will play a critical role in the selection process for awarding federal contracts. Respondents must fill out a detailed questionnaire that includes ratings on various performance criteria—such as staffing effectiveness, workforce stability, cost management, and customer satisfaction—each requiring a rationale. The questionnaire stresses the importance of accuracy and completeness in responses, as this information is pivotal in evaluating Offerors’ capabilities. The completed forms are due within three days of receipt, or by 10:00 AM EDT on February 25, 2025, and should be directed to designated contacts. The document emphasizes cooperation and offers guidance for any questions. This process highlights the rigorous evaluation and accountability mechanisms inherent in government contracting practices.
    The U.S. Department of Labor's Wage Determination No. 2015-4281 outlines the minimum wage rates and fringe benefits required under the Service Contract Act (SCA) for various occupations in the District of Columbia, Maryland, and Virginia. Effective from 2025, contractors must comply with mandates set by Executive Orders 14026 and 13658, stipulating minimum hourly wages of at least $17.75 or $13.30, depending on contract circumstances. The document lists detailed wage rates across numerous occupational categories, including administrative support, healthcare, and technical positions, alongside guidelines on required health benefits, paid vacation, and sick leave. The file further addresses contract applicability, specifying annual wage adjustments, conformance processes for unlisted occupations, and additional protections under recent Executive Orders concerning paid sick leave. Notably, it emphasizes the importance of fair compensation in government contracts, ensuring compliance with federal standards. This wage determination is integral to managing federal findings related to workforce compensation and worker protections in service contracts, reinforcing the government's commitment to equitable wage practices and labor rights.
    The U.S. Department of Labor's Wage Determination No. 2015-4341 outlines minimum wage requirements for federal service contracts under the Service Contract Act (SCA). Effective January 30, 2022, contracts must pay at least $17.75 per hour for covered workers or the higher rates specified for various occupations, as listed in the determination. The document details the applicable rates for numerous job classifications across sectors such as administrative support, automotive services, food preparation, health occupations, and technical positions, emphasizing that these rates will be updated annually. Furthermore, the document stipulates additional benefits including health and welfare provisions, paid vacation, and holiday pay, alongside requirements for paid sick leave under Executive Order 13706. It also outlines procedures for submitting requests for additional wage classifications not included in the determination. This structure aims to ensure fair wages and benefits for workers engaged in federal contracts, reinforcing compliance with federal labor regulations and promoting workforce rights across North Carolina and Virginia counties specified within the determination. Overall, the Wage Determination serves as a critical guideline for enforcing labor standards in federally funded contracts.
    The document outlines wage determinations under the Service Contract Act by the U.S. Department of Labor. It mandates that contractors must adhere to minimum wage regulations set forth in Executive Orders 14026 and 13658, with specific rates for various occupations applicable in certain Kansas and Missouri counties. For contracts active after January 30, 2022, workers must earn at least $17.75 per hour. If contracts were awarded between January 1, 2015, and January 29, 2022, the minimum wage is $13.30 per hour unless a higher rate is established in this determination. The document details job classifications, corresponding wage rates, and fringe benefits, including health and welfare payments, vacation, paid sick leave, and holiday entitlements. It establishes processes for conformance requests for unlisted occupations and outlines employer responsibilities regarding uniform allowances and hazardous pay differentials. The document serves as essential guidance for contractors and entities bidding on government contracts, ensuring adherence to labor standards and worker protections in compliance with federal and state regulations.
    This document is an amendment to a Request for Proposals (RFP) issued by the U.S. Army for non-personal services to support the TRADOC G-2 at Fort Eustis, Virginia. The amendment extends the submission deadline to February 25, 2025, provides updates to specific sections of the solicitation, including the Performance Work Statement (PWS), and addresses questions submitted by potential offerors. Key evaluation criteria include the Technical Approach to three specified functional areas, Past Performance, and Price. Offerors must submit a comprehensive proposal structured in four volumes: General, Technical Approach, Past Performance, and Price Proposal. Each volume requires specific information and follows strict formatting guidelines. The RFP emphasizes the importance of demonstrating a clear understanding of the contract requirements and provides detailed instructions on the proposal submission process. Furthermore, it outlines the basis for award, indicating that non-price factors will be prioritized. Proposed pricing must be detailed, with compliance to federal labor standards stipulated. The overall aim of the RFP is to identify the best value solution to meet the Army's operational needs while adhering to federal acquisition regulations.
    The document is a Request for Proposal (RFP) from the U.S. Army Training and Doctrine Command (TRADOC) for operational environment and core functions support services. It encompasses several key elements, including the solicitation process, evaluation factors, terms of contract usage, and details relevant to potential offerors. The RFP highlights the need for various services, including a 30-day phase-in period, non-personal service support, time and materials support, and multiple optional tasks regarding intelligence, surveillance, and reconnaissance activities. The contract includes a firm fixed price arrangement for specified services along with provisions for time and materials reimbursement. Each line item details requirements, quantities, and pricing arrangements under applicable Product Service Codes. The RFP emphasizes compliance with grant conditions and highlights the importance of providing accurate service contract reporting annually. Furthermore, it outlines inspection and acceptance criteria, delineating responsibilities and performance periods. In summary, this RFP exemplifies the structured approach of the government in seeking qualified contractors for specific service needs, aligning procedural compliance with mission objectives under TRADOC's jurisdiction.
    The document outlines the requirements and structure for proposals in response to a federal solicitation, specifically focusing on cost and pricing data submission as per FAR guidelines. Offerors must provide a comprehensive price proposal, including completed spreadsheets for both prime contractors and subcontractors. The pricing will be evaluated based on completeness, fairness, and reasonableness. Key worksheets detail fixed-price (FP), time-and-materials (T&M), and optional labor categories, emphasizing adherence to specified costs for items such as travel and other direct costs (ODCs). Furthermore, detailed descriptions of labor categories, contract line items (CLINs), and required security clearances highlight the project's complexity. The solicitation encompasses various support roles throughout the contract's performance period, particularly focusing on technical and intelligence-related services. The purpose of this document is to ensure compliance with federal procurement processes, facilitating a transparent and competitive bidding environment for contractors in the public sector. Overall, the solicitation aims to streamline proposal submissions while ensuring cost-effectiveness and quality in fulfilling government contracts.
    The document outlines the procedures related to the amendment of a solicitation for government contracts. It specifies the process for acknowledging receipt of the amendment, detailing methods such as completing designated items, acknowledging on offer copies, or through separate communication. It emphasizes that failure to acknowledge the amendment prior to the specified deadline may lead to the rejection of offers. The amendment affects Contract ID W911S025RA001 and introduces an updated pricing workbook as part of Amendment #2. Contact information for the contracting officer and further administrative details are provided to facilitate communication. Overall, this document serves to ensure that contractors are informed of changes to the solicitation and follow the correct steps to submit or amend offers accordingly, reflecting a common practice in the management of government requests for proposals (RFPs) and contracts.
    The document outlines a solicitation for a contract under the U.S. Army Training and Doctrine Command (TRADOC), specifically for Operational Environment (OE) and Core Functions Support Services, identified by Contract Number W911S025RA0010002. The RFP details the requirements, timeline, and evaluation criteria for potential contractors offering non-personal services to support intelligence functions. Key elements include a firm-fixed price for standard services, time-and-materials arrangements for additional contractor services, and multiple option line items addressing various support tasks over a base period and multiple subsequent option years. It emphasizes the need for compliance with government regulations and outlines the expectations for service delivery, reporting, and inspection criteria. The focus on managing costs and obtaining prior government approval for specific actions highlights the contract's scope and procedural guidelines necessary for all involved parties. The solicitation serves the purpose of sourcing qualified vendors to meet TRADOC's comprehensive support needs.
    The Performance Work Statement (PWS) outlines the requirements for a non-personal services contract to support the US Army Training and Doctrine Command (TRADOC) Deputy Chief of Staff for Intelligence (G-2) in managing the Operational Environment (OE) and Core Functions. The contract includes both Firm-Fixed-Price (FFP) and Time-and-Materials (T&M) tasks, requiring the contractor to follow a defined administration process for T&M requirements. The mission is to understand and analyze diverse operational variables that impact military engagements over the next decade. Key responsibilities involve developing an OE knowledge center, providing expert analysis, and ensuring consistent quality control through a Quality Control Plan (QCP). The contract will span an eight-month base period plus four one-year options, conducted primarily at Fort Eustis, VA, and Fort Leavenworth, KS. Key personnel include a Contract Program Manager and a Senior Systems Architect, both of whom must have appropriate security clearances. The PWS emphasizes adherence to security and operational protocols, including quality assurance, personnel training, and reporting mechanisms for performance monitoring. It aims to prepare the contractor to effectively represent TRADOC G-2, ensuring continuity and evolution in military training and intelligence operations.
    The document outlines the requirements for offerors responding to a government solicitation, focusing on cost proposal submissions per the Federal Acquisition Regulation (FAR). It emphasizes the necessity for detailed price proposals and narratives compatible with the offeror's accounting systems while maintaining a specified format for clarity and consistency. Key elements include providing complete cost/price data and information about each contract line item for evaluation. The proposal spans various performance periods, including a 30-day phase-in and several option years of base support. Each year includes detailed cost considerations such as labor categories, overhead, general and administrative costs, and profits. Specific instructions are given for detailing Time and Materials (T&M) rates and optional labor categories, with particular attention to security clearance requirements. The overall goal is to ensure a comprehensive evaluation of cost proposals based on completeness, acceptability, fairness, and reasonableness following the criteria set forth in FAR. This meticulous structure reflects the government’s commitment to transparency in procurement and budget fidelity in contract management.
    The document intended for analysis is currently inaccessible due to technical limitations in displaying its contents. The key purpose of such government files typically revolves around outlining requests for proposals (RFPs), detailing federal grants, or providing information on state and local RFPs. These documents usually serve to solicit bids and applications from organizations and businesses for funding or service provision that align with governmental objectives. Without specific content, it's not possible to derive key topics, ideas, or structural elements. Generally, federal RFPs articulate project goals, eligibility criteria, budget allowances, and submission guidelines, providing potential applicants with clear instructions for participation. They may also emphasize the importance of compliance with federal regulations and local guidelines. Overall, the document highlights essential funding opportunities or project partnerships critical for municipal, state, or federal initiatives, aimed at various sectors, including healthcare, education, infrastructure, and environmental services. Unfortunately, without the actual content, detailed analysis is not feasible.
    The U.S. Army's Mission and Installation Contracting Command at Fort Eustis is conducting a competitive evaluation of Offerors in relation to Request for Proposal (RFP) W9124G25R0001. To assess past performance, they request information from identified contacts regarding Offerors’ qualifications and past engagements with federal, state, and local contracts. The response includes a Past Performance Questionnaire that evaluates aspects such as staffing, management effectiveness, cost control, and overall customer satisfaction. Respondents are required to provide ratings that reflect the Offeror's performance, supported by rationale for each assessment. The completed questionnaire is to be submitted to designated contacts promptly. The document emphasizes the importance of accurate and complete responses to assist in the federal contracting award process, showcasing the Army's commitment to oversight and evaluation of contractor capabilities in meeting government requirements.
    The submitted document appears to exhibit corruption, likely due to a file formatting issue or it being encoded improperly, resulting in garbled text and unintelligible content. Given this, there is no discernible main topic or key ideas to summarize, as the information is rendered unreadable. In the context of government RFPs, federal and state grants, the intention might revolve around outlining funding opportunities or project proposals, but the lack of coherent text prevents any substantive analysis. Emerging from this, it is advisable to obtain a properly formatted version of the document to facilitate a meaningful review and summary of its contents, ensuring compliance with quality expectations for governance-related documents.
    The document discusses federal and state/local Requests for Proposals (RFPs) and grants, emphasizing their significant role in public sector resource allocation and project initiation. Federal RFPs are presented as formal solicitations for services or products necessary for federal projects, providing clear guidelines on proposal submission and evaluation criteria. State and local RFPs are depicted as avenues for regional projects aimed at community improvement and efficiency in government operations. Key topics include the eligibility requirements for bidders, proposal evaluation processes, and funding allocation mechanisms for proposed projects. Various sectors such as environmental management, infrastructure development, public safety, and healthcare are highlighted, showcasing the diverse range of projects funded through these RFPs and grants. The document also touches upon compliance with federal and state regulations essential for securing funding and executing projects, ensuring that selected proposals align with governmental priorities. The emphasis on transparency and accountability within this competitive bidding process reflects the public sector's commitment to utilizing taxpayer funds effectively. Overall, the document outlines the procedural framework and importance of RFPs and grants in driving both federal and local government initiatives.
    The document outlines a collection of federal government Request for Proposals (RFPs) and grant opportunities relevant to various sectors, including state and local governments. The main focus is on funding initiatives aimed at supporting community and economic development, enhancing infrastructure, and promoting environmental sustainability. Key proposals include projects focusing on public health, education, transportation, and technological advancements. The structure consists of detailed descriptions of the funding requirements, eligibility criteria, and the procedures for application submissions. These details are essential for entities seeking federal support to navigate the competitive grant landscape. Additionally, the document emphasizes the importance of responding to these RFPs with clear, concise, and relevant project proposals that align with the grant objectives. It highlights collaboration with community stakeholders as a vital component of proposal success, ensuring projects meet local needs and government priorities. Overall, this resource serves as a critical guide for organizations looking to access government funding to fulfill community and operational goals while adhering to established federal guidelines.
    The document is a Request for Proposal (RFP) from the U.S. Army Training and Doctrine Command, addressing questions and answers regarding their Operational Environment and Core Functions Support Services. It clarifies tentative timelines for proposal submissions, work hour expectations, and the necessary security clearances, specifically highlighting a Top Secret/SCI requirement for certain personnel. Key issues include the revision of the Performance Work Statement (PWS) regarding the submission timelines for contractors’ work plans and the evaluation criteria for past performance, which raised concerns over the magnitude required to qualify, especially for small businesses. The government confirmed updates to the evaluation criteria for contract pricing and clarified various administrative aspects, including modifications allowable for cost calculation spreadsheets. Important changes were made to ensure clarity on key personnel and response timings, as well as the terms of cooperation involving the submission of signed Non-Disclosure Agreements following contract award. The document illustrates the complexities and standards involved in federal contracting processes, reflecting the government's aim to streamline proposal evaluations while ensuring the integrity and qualifications necessary for contractor roles.
    The ISOO Joint Notice 2024-01 clarifies eligibility determinations for joint ventures (JVs) within the framework of the National Industrial Security Program (NISP). This guidance evolves from recent changes in the Small Business Administration's (SBA) regulations and a GAO decision that generated confusion about the interplay between SBA and NISP rules. JVs that access classified information must undergo eligibility determinations (EEDs), ensuring compliance with security requirements. The notice outlines how JVs, including those formed as separate legal entities or by contract, need to manage EEDs based on their operational structure. Importantly, the document reiterates that a JV cannot perform work that requires access to classified information unless its partners hold the necessary clearances. Furthermore, when a JV is formed by contract and lacks legal entity status, the individual partners must directly meet EED criteria. The overarching aim is to align the interpretation of regulations governing JVs with national security requirements, ensuring that all entities involved are duly assessed for their roles in handling classified information securely and responsibly. This notice is pivotal for government contracts involving classified materials, particularly in guiding how JVs must be structured under federal rules.
    The document is a series of questions and answers regarding a Request for Proposal (RFP) by the U.S. Army Training and Doctrine Command (TRADOC) for intelligence support services at Fort Eustis. Key issues include the need for transparency through an industry conference, the request for data to create competitive pricing, and clarifications on the proposal submission, staffing, and pricing requirements. The government declined several requests for modifications to deadlines and conditions, maintaining strict evaluation criteria focused on technical approach, past performance, and price. The responses also highlight mandatory security clearances for contractors, the requirement for active clearances at submission, and the absence of historical workload data, stressing that bidders must propose their staffing strategies. Key personnel requirements, including the clarification of roles and certifications, are discussed, alongside logistical details and expectations surrounding optional tasks and travel. This document succinctly articulates the complexities and requirements surrounding the proposal process, reiterating the government’s intent to promote fair competition while emphasizing stringent compliance and evaluation methods.
    The document outlines a federal Request for Proposal (RFP) for operational support services for the U.S. Army Training and Doctrine Command (TRADOC) Deputy Chief for Intelligence (G-2). The purpose is to solicit sealed offers for the provision of various non-personal service support, detailed in a performance work statement (PWS). Key deliverables include a 30-day phase-in period, base year services for intelligence-related functions, and optional line items for extended support through four option years. The pricing structure varies between firm fixed-price and time-and-materials arrangements, with specific caps on costs tied to labor and incidental materials. The document includes intricate requirements regarding service inspection, acceptance, documentation, and travel, reflecting the federal contracting standards. Completed proposals must be submitted before the set deadline, ensuring compliance with solicitation guidelines. This RFP represents a strategic effort by the U.S. government to enhance its intelligence operations, ensuring comprehensive support through a structured contractual engagement.
    Similar Opportunities
    S&RTS - Ports of Virginia
    Dept Of Defense
    The United States Transportation Command (USTRANSCOM) is soliciting proposals for Stevedoring and Related Terminal Services (S&RTS) at the Ports of Virginia, specifically targeting Women-Owned Small Businesses (WOSB). The contract will encompass the management of military cargo, including containers, vehicles, and aircraft, through various ports in Virginia, requiring comprehensive stevedoring, longshoring, and cargo management services. This Indefinite Delivery, Indefinite Quantity (IDIQ) contract is valued at approximately $47 million, with a five-year ordering period from February 21, 2026, to February 20, 2031, and proposals are due by December 18, 2025, at 10:00 AM Central Time. Interested parties should direct inquiries to Douglas Otten or Katherine Alexander via their provided email addresses.
    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.
    CNATRA COMS Notice of Tentative Acquisition Strategy under FTSS V MAC Lot I and DRAFT RFP
    Dept Of Defense
    The Department of Defense, through the Naval Air Warfare Center Training Systems Division (NAWCTSD), is seeking proposals for Contractor Operations and Maintenance Services (COMS) under the Field Training Systems Support (FTSS V) Multiple Award Contract (MAC) for various Naval Air Stations. The procurement aims to provide comprehensive operational and maintenance support for Chief of Naval Air Training (CNATRA) at five locations, including NAS Corpus Christi, TX, and NAS Pensacola, FL, with a performance period of 62 months, starting with a base year and four option years. This contract is crucial for ensuring the effective training and operational readiness of naval aviation personnel. Interested parties should note that the anticipated release date for the Request for Proposal (RFP) is January 5, 2026, with proposals due shortly thereafter, and can contact Janet Fondriest at janet.l.fondriest.civ@us.navy.mil for further information.
    DRAFT: OB BP IDIQ
    Dept Of Defense
    The Defense Threat Reduction Agency (DTRA) is seeking qualified contractors for the DRAFT: OB BP IDIQ opportunity, aimed at enhancing the capacity of partner nations to counter weapons of mass destruction (WMD) and chemical, biological, radiological, and nuclear (CBRN) threats. The contract will primarily support DTRA's Countering-WMD Security Cooperation Engagement Program (CSCEP) and the International Counterproliferation Program (ICP), focusing on establishing or enhancing partner nation capabilities to deter, detect, interdict, or respond to WMD proliferation. This initiative is critical for the Department of Defense and U.S. Government in their efforts to deter strategic attacks and prevail against WMD-armed adversaries. Interested parties can reach out to primary contact Jocelyn Fritz at jocelyn.m.fritz.civ@mail.mil or 571-616-5277, or secondary contact Eric Rode at eric.m.rode.civ@mail.mil or 571-616-6145 for further information. The final Request for Proposal (RFP) is expected to be issued before the end of the fiscal year, with updates available on the SAM.gov entry.
    Parraid Software for Flight Test Support
    Dept Of Defense
    The Department of Defense, specifically the Army Contract Command - Redstone Arsenal, is seeking to procure Parraid Software for Flight Test Support through a sole source contract with Enterprise Technology Solutions. The procurement involves a Firm Fixed Price delivery order for one Omega-NExT Professional Network Server Software License Bundle and one Omega Data Environment Single User Standalone Software Bundle, which are critical for aviation technology development. The anticipated award date is February 3, 2023, with a performance period of twelve months. Interested parties must demonstrate their technical capabilities by submitting their responses to Deanna Van Cleaf at deanna.c.vancleaf.civ@army.mil and Bethany Rosser at bethany.r.rosser.civ.army.mil by the specified deadline.
    Tradewinds Solutions Marketplace
    Dept Of Defense
    The Department of Defense, specifically the Army Contracting Command - Rock Island (ACC RI), is initiating the Tradewinds Solutions Marketplace, a long-term open call for innovative technology solutions in AI/ML, digital, and data domains. This initiative aims to source novel technologies that address capability gaps and enhance the DoD's research, development, and procurement processes, facilitating rapid acquisition pathways for awardable solutions. The Tradewinds Solutions Marketplace is crucial for accelerating technology transition within the DoD, allowing participants to submit unclassified video pitches of their solutions for assessment and potential procurement. Interested parties should direct inquiries to Sarah Weigandt or Adam Geneva via their provided emails, and submissions must adhere to the guidelines outlined in Revision 9.3, effective September 1, 2025.
    USSOUTHCOM J2 EDA IDIQ
    Dept Of Defense
    The Department of Defense, through the Department of the Army, is soliciting proposals for the USSOUTHCOM J2 Enhanced Domain Awareness (EDA) Indefinite Delivery, Indefinite Quantity (IDIQ) contract. This contract aims to provide strategic and technical support services to enhance domain awareness, requiring various IT and data management professionals, including roles such as Cloud Web Developer and Geospatial Solutions Architect. The contract includes a one-month phase-in period followed by a four-month base period, with three optional 12-month extensions, and emphasizes the reimbursement of other direct costs based on actual expenses incurred. Interested contractors must submit their proposals by January 5, 2026, at 11:00 AM, and can direct inquiries to Tonya Johnson at tonya.k.johnson11.civ@mail.mil or Sherwin Riley at sherwin.d.riley.civ@mail.mil.
    Roads & Grounds Services
    Dept Of Defense
    The Department of Defense, specifically the Department of the Army, is seeking contractors to provide Roads & Grounds Services at Fort McCoy, Wisconsin. The contractor will be responsible for delivering all necessary labor, transportation, equipment, materials, supervision, and other services as outlined in the Performance Work Statement and the terms of the solicitation. This contract is crucial for maintaining the operational readiness and aesthetic upkeep of the military installation, with a total estimated performance period that includes a 1-month phase-in, one base year of 11 months, four 12-month option years, and a 6-month option to extend. Proposals will be evaluated based on the Lowest Price Technically Acceptable (LPTA) criteria, focusing on technical capabilities, past performance, and price, with the solicitation expected to be released on December 18, 2025. Interested parties can contact Melissa Guthmiller at melissa.r.guthmiller.civ@army.mil or 520-706-0736 for further information.
    FY25-29 STRATEGIC TRENDS RESEARCH INITIATIVE BROAD AGENCY ANNOUNCEMENT
    Dept Of Defense
    The Department of Defense, through the Defense Threat Reduction Agency (DTRA), is soliciting proposals for the FY25-29 Strategic Trends Research Initiative Broad Agency Announcement (BAA), aimed at addressing challenges related to weapons of mass destruction (WMD) and emerging threats over the next 5-10 years. This initiative seeks white papers that will support DTRA's mission to deter strategic attacks and enhance national defense capabilities, focusing on analytical studies and international dialogues to inform U.S. defense strategies. With a total funding allocation of approximately $35.88 million, the BAA encourages participation from various eligible entities, including universities and research institutions, with a white paper submission deadline of September 18, 2024. Interested parties can contact Ohaji K. Yarborough at ohaji.k.yarborough.ctr@mail.mil or Christina Clark at christina.clark3.civ@mail.mil for further information.
    RFI - CYBERSPACE OPERATIONS FORCES AND SUPPORT (COF) II
    Dept Of Defense
    The United States Transportation Command (USTRANSCOM) is seeking information for the Cyberspace Operations Forces and Support (COF) II contract, aimed at enhancing cybersecurity defense for its enterprise. The procurement will focus on providing comprehensive cybersecurity services, including boundary defense, intrusion detection, incident management, and cyber threat analysis, with an emphasis on continuous improvement and compliance with Department of Defense standards. This contract is critical for national security, supporting operations across USTRANSCOM, Air Mobility Command, and Army Transportation Command, and will require 24/7 on-site support for various cybersecurity activities. Interested parties are encouraged to submit white papers detailing their capabilities and insights by December 22, 2025, as the current contract valued at approximately $35.5 million is set to expire in September 2026, with the new contract anticipated to run from October 2026 to September 2031. For further inquiries, contact Jonathan Severin at jonathan.a.severin.civ@mail.mil.