BATTLEFIELD STAFF RIDES (BSR) RENEWAL CONTRACT
ID: W912PB25RA022Type: Solicitation
Overview

Buyer

DEPT OF DEFENSEDEPT OF THE ARMY0409 AQ HQ CONTRACTAPO, AE, 09114, USA

NAICS

Educational Support Services (611710)

PSC

EDUCATION/TRAINING- GENERAL (U009)
Timeline
    Description

    The Department of Defense, through the U.S. Army Regional Contracting Office Bavaria, is soliciting proposals for the Battlefield Staff Rides (BSR) Renewal Contract, aimed at providing educational services to U.S. Army Europe's subordinate commands. The contract, which will be a firm-fixed-price, Indefinite Delivery Indefinite Quantity (IDIQ) agreement, seeks to enhance leadership development through historical battlefield tours, including logistical support such as transportation, accommodations, and meals. With a maximum value of $15,294,484 and a guaranteed minimum of $5,000, the contract period spans from May 27, 2026, to May 26, 2031. Interested parties should contact Matthew Troyer at matthew.e.troyer.mil@army.mil or Andrea Lucas at andrea.r.lucas.ln@army.mil for further details and to ensure compliance with the proposal submission requirements.

    Point(s) of Contact
    Files
    Title
    Posted
    This Performance Work Statement (PWS) outlines a non-personal services contract for providing Battlefield Staff Rides (BSRs) to the 7th Army Training Command (7ATC), Combined Arms Training Center (CATC). The contractor will provide BSRs, including a Leadership Workshop, en-route instruction, battlefield terrain walks, and all necessary logistical support. The BSRs are designed as a leadership development tool, using historical battlefields to enhance understanding of military history, Army values, and combat performance. The contractor must develop a Quality Control Plan, adhere to specific holiday and operating hours, and comply with security and training requirements, including Anti-Terrorism Level I, OPSEC, and iWATCH training. Key personnel, such as the Contract Manager, Program Coordinator, and Instructors, must meet specific qualifications. The contractor is responsible for providing all instructional materials, bus transportation, 3-star hotel accommodations, and two meals per day. BSRs vary in length from one to five days, with class sizes ranging from 25 to 45 students. Additional services for senior leadership BSRs include a Senior Mentor, pre-BSR coordination, an Overall Coordinator on the bus, and two support teams for enhanced logistical and protocol support. The contractor must also comply with German laws for performing services in the Federal Republic of Germany and submit annual service contract reports.
    The document outlines an Item/Pricing Schedule for Battlefield Staff Rides to European Battlefields, an offering that includes leadership workshops, historical analysis, transportation, accommodation, and meals. The ordering period for these services is from May 27, 2026, to May 26, 2031. The schedule details various durations for the staff rides, ranging from 1-day to 5-days/4-overnights, with separate pricing items for additional students, additional meals, and additional single rooms. It also includes cancellation/re-schedule fees for different durations of staff rides. Furthermore, the schedule specifies items for special support tailored for senior-level staff rides, also broken down by duration. This document serves as a comprehensive pricing and service catalog for a federal government program focused on historical and leadership training through battlefield tours.
    Form W-14, issued by the Department of the Treasury (IRS), is a Certificate of Foreign Contracting Party Receiving Federal Procurement Payments. Its purpose is to allow foreign entities receiving payments from federal procurement contracts to claim exemptions from tax under Section 5000C. The form requires identification of the foreign contracting party and the acquiring agency, including details like name, country of incorporation, address, and U.S. taxpayer identification number (if any). It also asks for the contract/reference number and the acquiring agency's name and address. Foreign contractors can claim exemption based on international agreements (e.g., income tax treaties) or international procurement agreements, or because goods/services are produced/performed in the United States. The form includes sections for detailing exempt and nonexempt amounts of the contract and requires an explanation for the basis of any claimed exemption. Finally, it includes a certification section where the foreign person (or authorized representative) declares the information is true and complete under penalties of perjury, and agrees to pay any tax due if the acquiring agency does not withhold it.
    This government solicitation, W912PB25RA022, is a Request for Proposal (RFP) for Women-Owned Small Businesses (WOSB) to provide Battlefield Staff Ride services in the EUCOM Theater. The contract will be a firm-fixed-unit-priced, Indefinite Delivery-Indefinite Quantity (IDIQ) contract with a maximum value of $15,294,484.00 and a guaranteed minimum of $5,000.00. The period of performance is from May 27, 2026, to May 26, 2031. Offers will be evaluated based on technical capability (minimum three years of relevant experience with at least one contract worth $500,000 annually), Supplier Performance Risk (Acceptable SPRS rating), and price. Key clauses include those related to electronic invoicing via Wide Area WorkFlow (WAWF), prohibitions on certain foreign telecommunications equipment, preference for domestic commodities, and antiterrorism/force protection for contractors outside the US. The document also outlines procedures for issuing task orders and installation clearance requirements.
    Lifecycle
    Similar Opportunities
    FY26 HESSEN BAVARIA DB SATOC
    Buyer not available
    The Department of Defense, specifically the Department of the Army, is soliciting proposals for the FY26 HESSEN BAVARIA DB SATOC, a firm fixed price, indefinite delivery/indefinite quantity contract focused on design-build construction projects in the States of Bavaria and Hessen, Germany. This contract encompasses a range of services including facility repair, renovation, conversion, alteration, additions, and the procurement/installation of minor construction projects. The selected contractor will play a crucial role in maintaining and enhancing military facilities, ensuring they meet operational needs. Interested parties should reach out to Melodie Clare at melodie.e.clare@usace.army.mil or Ryan Fernandez at RyanDale.R.Fernandez@usace.army.mil for further details regarding the solicitation process.
    Repair Railroad Facilities, USAG Bavaria, Grafenwoehr Military Community (W912PB25BA001)
    Buyer not available
    The Department of Defense is seeking contractors to repair railroad facilities at the USAG Bavaria, Grafenwoehr Military Community in Germany. The project involves comprehensive repairs to tracks, bridges, culverts, ramps, switches, and signaling facilities, adhering to railroad signal regulations at Tower Barracks and Rose Barracks. This contract will be structured as an Indefinite Delivery/Indefinite Quantity (ID/IQ) contract with a guaranteed amount of €20,000 and an estimated maximum value of €5,000,000, spanning from April 1, 2026, to March 31, 2031. Interested parties should note that the solicitation is expected to be issued around January 15, 2026, with bids due approximately by February 17, 2026, and must comply with German law to be eligible for consideration.
    Grounds Maintenance USAG Ansbach
    Buyer not available
    The Department of Defense, specifically the U.S. Army, is seeking qualified contractors to provide grounds maintenance services for the U.S. Army Garrison (USAG) Ansbach in Bavaria, Germany. The procurement involves a Firm-Fixed Price (FFP) contract with a base period starting on April 1, 2026, and includes three optional one-year extensions, covering a total of approximately 2,216 acres across multiple kasernes. This contract is crucial for maintaining the aesthetic and functional quality of military grounds, ensuring compliance with both U.S. and German regulations. Interested parties should contact Kimberly Marra at kimberly.l.marra.civ@army.mil for further details, and note that a site visit is scheduled for December 10, 2025, with registration required by December 8, 2025.
    Repair, Install and Replace Ceilings, Walls and Doors within Buildings, USAG Bavaria, Grafenwoehr Military Community (W912PB26BA002)
    Buyer not available
    The Department of Defense, through the Department of the Army, is soliciting bids for the repair, installation, and replacement of ceilings, walls, and doors within buildings at the USAG Bavaria, Grafenwoehr Military Community, under solicitation number W912PB26BA002. This project encompasses a range of construction activities, including the installation of electronic locking systems, and requires compliance with both German and U.S. regulations, emphasizing safety, quality control, and environmental protection. The contract, valued at a maximum of €10,000,000.00, will be awarded to the lowest responsible bidder, with bids due by January 15, 2026, at 14:00 local time. Interested contractors should direct inquiries to Regina Rueckschloss at regina.rueckschloss.ln@army.mil or call 09641-70-526-8702 for further details.
    New Engineering Testing & Survey Services BPAs - Europe
    Buyer not available
    The Department of Defense, specifically the U.S. Army Corps of Engineers (USACE) Europe District, is seeking to establish Blanket Purchase Agreements (BPAs) for engineering testing and survey services across multiple European countries, including Germany, Poland, and Belgium. The procurement aims to gather capabilities from vendors to perform a variety of specialized tasks such as hazardous material testing, structural testing, geotechnical testing, and utility condition surveys, which will support the design and construction of USACE projects. The anticipated total value of the BPAs is $5 million, with a planned solicitation release in early February 2026 and BPA issuance expected by late April 2026. Interested vendors should submit their capabilities statements to Rosemarie Rollins and Ryan Fernandez by December 9, 2026, referencing the provided notice number in their correspondence.
    Maintenance and Repair of Fire Control Center Systems - USAG Ansbach
    Buyer not available
    The Department of Defense, through the Regional Contracting Office - Bavaria, is preparing to solicit bids for the maintenance and repair of Fire Control Center systems at USAG Ansbach, located in Bavaria, Germany. This procurement will involve a Requirements Type Contract that includes Firm Fixed Price (FFP), Time and Material (T&M), and Labor Hour (LH) Contract Line Item Numbers (CLINs), with the evaluation based on low price technically acceptable factors. The services are critical for ensuring the operational readiness and reliability of fire control systems, and the solicitation is expected to be posted on the sam.gov website in December 2024. Interested contractors must be registered in the System for Award Management (SAM) and are encouraged to monitor the website for updates, as all documentation will be available online and no paper copies will be distributed. For further inquiries, potential bidders can contact Kimberly Marra at kimberly.l.marra.civ@army.mil or by phone at 314-526-8706.
    DoDEA Daily Commute Student Transportation Services to the Hohenfels Military Community, Germany
    Buyer not available
    The Department of Defense Education Activity (DoDEA) is conducting market research to identify qualified companies capable of providing daily commute student transportation services for the Hohenfels Military Community in Germany, with services anticipated to commence on August 1, 2026. The procurement encompasses full transportation services, including personnel, supervision, supplies, and equipment, adhering to DoDEA and Host Nation requirements, with a strong emphasis on safety, efficiency, and rigorous contract management. Interested vendors must submit a statement of interest, a capability statement (maximum of three pages), and a non-binding Rough Order of Magnitude (ROM) cost estimate by 11:00 AM EST on November 17, 2025, to Esther.Yi@dodea.edu, including “HE125426REHOHENFELS” in the subject line. Respondents must also be registered in the System for Award Management (SAM) database to be eligible for any resultant contracts.
    Bridge to Evolution STE TESS (BEST) Multi Award Contract (MAC)
    Buyer not available
    The Department of Defense is seeking innovative approaches for its Bridge to Evolution STE TESS (BEST) Multi-Award Contract (MAC). The objective is to enhance and extend the functionality of the Army's tactical engagement simulation systems (TESS), aligning them with evolving training requirements. This procurement is divided into two lots. Lot 1 involves modifying existing TESS equipment to meet updated Army specifications, focusing on adaptability and future expansion. Lot 2 centers on developing and producing new TESS solutions, including dismounted, vehicle-mounted, and shoulder-launched munition systems. The government seeks to integrate emerging STE LTS TESS technology with the existing MILES TESS ecosystem, encouraging vendors to propose adaptable procedures and processes. The scope of work encompasses software and hardware modifications, production and delivery of TESS kits, and integration with the STE LTS TESS platform. The government aims to foster competition by avoiding solution-specific proposals and encouraging creativity in meeting the outlined objectives. Potential offerors are invited to provide feedback on the Draft Request for Proposal (DRFP), which outlines the requirements, Statement of Work (SOW), and evaluation criteria. The government seeks to revise and finalize the RFP based on industry responses, emphasizing efficiency and the removal of unnecessary requirements. Offerors should possess the capabilities and expertise to modify and produce TESS solutions, with a focus on past performance and technical merit. The contract is anticipated to be an Indefinite Delivery/Indefinite Quantity (ID/IQ) vehicle, attracting multiple awardees. The primary contact for this opportunity is Gloria Susie Hoybach, with additional inquiries directed to Roberto J. Gotay and Rafael A. Manzano. The deadline for feedback submission is 12:00 PM EST on 3rd June 2024, with the government aiming to release the final RFP shortly afterward. For this BEST MAC initiative, the Army seeks adaptable and cost-effective TESS solutions, leveraging industry feedback to shape the acquisition process.
    FY 26 RTI Catering
    Buyer not available
    The Department of Defense, specifically the Department of the Army, is soliciting proposals for catering services to provide prepared breakfast, lunch, and dinner meals for the 129th Regiment (Regional Training Institute) of the Illinois Army National Guard during training events from January 2 to September 25, 2026. The contract, valued at approximately $9 million, is a small business set-aside and will be awarded based on the Lowest Price Technically Acceptable (LPTA) evaluation method, requiring adherence to strict food safety, sanitation, and delivery protocols as outlined in the Statement of Work. This procurement is crucial for ensuring that military personnel receive nutritious and varied meals during their training, with specific meal plans detailed in the accompanying documents. Interested vendors must submit their quotes by December 19, 2025, and can direct inquiries to Stephanie Maley at stephanie.c.maley.civ@army.mil or Donald Piper at donald.g.piper6.mil@army.mil.
    Ft. Stewart Base Operation Support Services - Consolidation
    Buyer not available
    The Department of Defense, specifically the Department of the Army, is seeking qualified small businesses to provide consolidated Base Operations Support Services (BASOPS) at Fort Stewart, Georgia. This procurement aims to merge four existing contracts—covering BASOPS, scales inspection and maintenance, grease trap servicing, and elevator maintenance and repair services—into a single contract valued at approximately $286,566,010.20. This consolidation is part of the Army's initiative to enhance efficiency and standardize services while ensuring maximum participation from small businesses, particularly those eligible under the 8(a) and Small Business (SB) programs. Interested parties can reach out to Jonathon Hecker at jonathon.r.hecker.civ@army.mil or Sam Colton at samuel.j.colton.civ@army.mil for further information.