Training Services for the U.S. Army Communications
ID: 140D0425Q0417Type: Solicitation
Overview

Buyer

INTERIOR, DEPARTMENT OF THEDEPARTMENTAL OFFICESIBC ACQ SVCS DIRECTORATE (00004)HERNDON, VA, 20170, USA

NAICS

Professional and Management Development Training (611430)

PSC

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

    The Department of the Interior is seeking training services for the U.S. Army Communications through a sole source Request for Quotation (RFQ) aimed at awarding a Time and Materials (T&M) purchase order to LDSS, Inc. The procurement focuses on professional and management development training, which is critical for enhancing the operational capabilities of Army communications personnel. Interested suppliers are invited to submit written quotations by the deadline of June 9, 2025, and should direct inquiries to Rachael Davis at rldavis@ibc.doi.gov or by phone at 571-354-7984. This solicitation is classified as a non-small business set-aside and complies with federal procurement regulations.

    Point(s) of Contact
    Files
    Title
    Posted
    The U.S. Department of the Interior, on behalf of the Department of the Army at Aberdeen Proving Ground, intends to award a sole-source contract to LDSS, Inc. for leadership training services under the APG Senior Leadership Cohort (SLC) program. This program, designed for employees ranging from GS-5 to GS-15, aims to enhance leadership skills through a consistent training approach developed over the past six years by LDSS. The training will occur both virtually and onsite at Aberdeen Proving Ground, involving a facilitation team responsible for guiding 30 participants through various leadership competencies, including communication techniques, conflict management, and team dynamics. The Government is soliciting capabilities statements for potential performance of this one-year effort, with a submission deadline set for March 20, 2025. Interested parties are reminded that this is not a competitive request for quotes, and information on responses will remain confidential. The document emphasizes the importance of adhering to submission guidelines and the Government's discretion regarding competitive acquisition decisions.
    The document is a Request for Quotation (RFQ) issued by the Acquisition Services Directorate, specifically a sole source RFQ intended to award a Firm Fixed Price (FFP) purchase order to LDSS, Inc. It outlines the necessity for potential suppliers to provide written quotations for the specified supplies or services, with a submission deadline of June 9, 2025. The document emphasizes that this is a request for information, not a commitment by the government to enter into a contract. It includes typical details for RFQs such as issuing office information, delivery requirements, and instructions for quotation submission. Additionally, the RFQ is noted to be compliant with federal procurement regulations and is classified as a non-small business set-aside. Overall, it serves as a formal solicitation for goods or services aligned with federal procurement practices, ensuring transparency and adherence to regulations.
    The Statement of Work (SOW) outlines the U.S. Army's requirements for the Aberdeen Proving Ground (APG) Leadership Training Programs, specifically the facilitation and instructional support for the Senior Leadership Cohort (SLC) 17. Its aim is to develop future leaders by creating a sustainable learning community that enhances leadership skills through diverse experiences such as action learning, coaching, and collaborative projects. The contractor will manage the SLC program, conduct interactive sessions, and provide coaching to promote skillful communication, conflict management, and resiliency in leadership. Additionally, the contractor must ensure quality training delivery by employing experienced facilitators and managing logistical tasks, including materials and participant coordination. The government will supply necessary resources, such as classroom space and equipment. Overall, this initiative seeks to build a robust leadership pipeline for the Army, capable of adapting to future challenges and fostering organizational growth through effective leadership development strategies.
    Lifecycle
    Similar Opportunities
    Sole Source Justification and Approval Posting for W911RX23C0005
    Buyer not available
    The Department of Defense, specifically the Department of the Army, is seeking to finalize a sole source contract for the 360 Leaders Training program under the notice W911RX23C0005. This procurement aims to secure specialized training and curriculum development services that are critical for enhancing leadership capabilities within the military. The training services are intended to support the professional development of military personnel, ensuring they are equipped with the necessary skills for effective leadership. Interested parties can reach out to Christopher A. Richie at christopher.a.richie.civ@army.mil for further details regarding this opportunity.
    R--Conflict Management Services - Internal
    Buyer not available
    The Department of the Interior (DOI) is seeking proposals for a single-award, five-year Indefinite Delivery/Indefinite Quantity (IDIQ) contract for Conflict Management Services to support its Office of Collaborative Action and Dispute Resolution (CADR). The contract will encompass a range of services, including mediation, facilitation, assessment, process design, and training, with an estimated 35-50 task orders issued annually, approximately 25 of which will be related to Equal Employment Opportunity (EEO) matters. This procurement is a total small business set-aside under NAICS code 541612, with a maximum ceiling value of $8 million and a guaranteed minimum order value of $25,000. Interested contractors must register in the System for Award Management (SAM) and submit their proposals by the specified deadline, with the contract performance period running from January 17, 2026, to January 16, 2031. For further inquiries, interested parties can contact Michelle Harvey at michelleharvey@ibc.doi.gov or by phone at 571-842-1131.
    NOTICE OF INTENT TO SOLE SOURCE - ISPORTSMAN INTERFACE
    Buyer not available
    The Department of Defense, specifically the Army Contracting Command at Aberdeen Proving Ground, intends to issue a sole source Firm Fixed Price purchase order for the iSportsman interface, which serves as a website interface for the installation in Maryland. This procurement is aimed at acquiring a solution that meets the unique requirements of the United States Army Installation Management Command, with the iSportsman interface being the only option that complies with FEDRAMP requirements and the Sikes Act, ensuring standardized access for outdoor activities across military installations. Interested parties should note that responses to this notice must be submitted by December 12, 2025, at 9:00 AM EST, and the anticipated award date is set for January 1, 2026; for further inquiries, contact Margaret Keelty or Donna Poteat via their provided emails.
    U008-sole source for Acquisition Workforce Training-sole source for Acquisition Workforce Training and legacy training needed for certification, Period of Performance: 5/1/2023-9/30/2023
    Buyer not available
    The Department of Veterans Affairs is seeking a sole source contractor for the Acquisition Workforce Training and legacy training necessary for certification, with a performance period from May 1, 2023, to September 30, 2023. This procurement aims to ensure that the acquisition workforce is adequately trained and certified, which is critical for maintaining effective operations within the department. The opportunity is classified under the PSC code U008, focusing on education and training, specifically in training and curriculum development. Interested parties can reach out to Maribel Fratina at maribel.fratina@va.gov or by phone at (240) 215-1661 for further details regarding this opportunity.
    SOLE SOURCE – SANs TRAINING
    Buyer not available
    The Department of Defense, specifically the Department of the Navy through NSWC Crane, is seeking to procure specialized training services for SANs (Storage Area Networks) under a sole source justification. This procurement aims to enhance the technical capabilities of personnel involved in IT and telecom business applications, particularly focusing on perpetual license software. The training is critical for ensuring operational efficiency and security within the Navy's IT infrastructure. Interested parties can reach out to Morgan Helton at morgan.m.helton.civ@us.navy.mil for further details regarding this opportunity.
    Weaponeering Courses
    Buyer not available
    The Department of Defense, through the Naval Surface Warfare Center Dahlgren Division (NSWCDD), is soliciting proposals for Weaponeering Courses and related materials, specifically targeting Worldwide Counter Threat Solutions (WCTS) as the sole source provider. The procurement includes both Introductory and Advanced Weaponeering Courses, along with associated books, emphasizing the need for continuity in training methodology and quality. This opportunity is critical for maintaining instructional consistency and ensuring effective training for defense personnel. Interested vendors must submit their quotes by December 15, 2026, with an anticipated award date of January 15, 2026. For further inquiries, contact Heather Hostinsky at heather.g.hostinsky.civ@us.navy.mil or by phone at 540-742-8882.
    Facility Investment Services for 99th Readiness Division (RD), Region 5
    Buyer not available
    The Department of Defense, through the U.S. Army Corps of Engineers, Philadelphia District, is conducting a Sources Sought Notice (W912BU26RA0R5) to identify qualified small businesses capable of providing Facility Investment Services (FIS) for the 99th Readiness Division, Region 5. The procurement aims to gather market research for preventive and corrective maintenance services, including sustainment, restoration, and modernization of building exteriors, structures, and interior systems such as HVAC, plumbing, and fire protection across Delaware, Maryland, and Eastern Virginia. This initiative is crucial for maintaining operational readiness and ensuring the longevity of facilities, with an anticipated contract duration of five years. Interested offerors must submit their capability statements and relevant past performance information by December 16, 2025, to Tiffany Chisholm at tiffany.z.chisholm@usace.army.mil.
    Notice of Sole Source
    Buyer not available
    The Department of Commerce is announcing a sole source procurement for IT services, indicating that the contract will be awarded to a single vendor without a competitive bidding process. This decision is based on the authority granted under FAR 8.405-6(a)(1)(i)(B), which allows for such actions when only one source is deemed capable of fulfilling the requirements. The procurement is critical for supporting the department's management operations, and all inquiries regarding this opportunity should be directed to Lauren Gueye at lgueye@doc.gov, as telephone inquiries will not be accepted. The place of performance for this contract will be in Washington, DC, and further details can be found in the attached justification document.
    IM&T Program, Project, Data Management, Business Intelligence Support Services and Software Development & Sustainment Indefinite Delivery/Indefinite Quantity (IM&T IDIQ)
    Buyer not available
    The Department of Defense, through the Washington Headquarters Services (WHS), is seeking qualified vendors for an Indefinite Delivery/Indefinite Quantity (IDIQ) contract to provide Information Management and Technology (IM&T) support services. The contract will focus on three primary areas: Program and Project Management, Software Development and Sustainment, and Data Management and Business Intelligence, aimed at modernizing digital infrastructure and business systems to enhance global Security Cooperation efforts. This initiative is critical for managing IT initiatives, developing software, integrating systems, and providing advanced analytics to support mission-driven decision-making. Interested firms must submit capability statements by December 31, 2025, at 1:00 PM EDT, via email to the primary contact, Darrell Joy, at darrell.l.joy2.civ@mail.mil, or the secondary contact, Anaya Porter, at anaya.a.porter.civ@mail.mil.
    ProjNet Bidder Inquiry Service Subscription
    Buyer not available
    The Department of Defense, specifically the Department of the Army's Baltimore District, is seeking to procure a subscription to the ProjNet Bidder Inquiry Service to enhance the management of Requests for Information (RFIs) during the solicitation period for construction project acquisitions. This service, provided exclusively by the National Institute of Building Sciences (NIBS), is crucial for facilitating communication between interested parties and the contracting office. The procurement will be structured as a Brand Name only sole source Request for Quotation (RFQ), with a base period of one year and four optional years for continued service. Interested vendors can reach out to Ms. Erica Stiner at erica.j.stiner@usace.army.mil for further details.