USA-IRL Education Systems Operator
ID: W9124C25RA009Type: Solicitation
Overview

Buyer

DEPT OF DEFENSEDEPT OF THE ARMYW6QM MICC-FT JACKSONCOLUMBIA, SC, 29207-5490, USA

NAICS

Professional and Management Development Training (611430)

PSC

EDUCATION/TRAINING- TRAINING/CURRICULUM DEVELOPMENT (U008)

Set Aside

8(a) Set-Aside (FAR 19.8) (8A)
Timeline
    Description

    The Department of Defense, specifically the U.S. Army, is seeking qualified contractors to provide Educational Support Services for the Institute for Religious Leadership-Religious Leadership Academy (IRL-RSA) at Fort Jackson, South Carolina. The contractor will be responsible for developing training materials, revising lesson plans, and advising staff on training methodologies to enhance the effectiveness of military and civilian training programs. This procurement is crucial for maintaining high-quality educational standards within the Army, with a contract period anticipated from September 29, 2025, to July 28, 2028, under a Firm Fixed-Price model. Interested parties must submit proposals by 1:00 PM on July 24, 2025, and can contact Jacqueline S. Jackson or Antoinette M. Daniels for further information.

    Files
    Title
    Posted
    The USA-IRL Education Systems Operator solicitation outlines specific insurance requirements for contractors in compliance with FAR clause 52.228-5 regarding "Insurance - Work on a Government Installation." Contractors must adhere to Federal and State workers' compensation laws and provide Employer's Liability Insurance with a minimum coverage of $100,000. Comprehensive General Liability Insurance is required at $500,000 per occurrence for bodily injury and $50,000 for property damage. Furthermore, Comprehensive Automobile Liability Insurance must cover $20,000 for property damage per occurrence, and $200,000 per person, along with $500,000 per occurrence for bodily injury. The insurance policies must include specific deductibles not exceeding stated limits. This documentation emphasizes the critical need for adequate insurance coverage to mitigate potential risks associated with contract obligations on government projects, ensuring legal compliance and financial protection for all parties involved.
    The Performance Work Statement (PWS) outlines a non-personal services contract for Educational Support Services to the US Army Institute for Religious Leadership-Religious Leadership Academy (IRL-RSA). The contractor is tasked with providing comprehensive education system support, including developing training materials such as lesson plans and administrative documents. Key responsibilities encompass routine training development, consulting with training analysts, and upgrading educational resources to align with Army regulations using the ADDIE process. The objectives focus on enhancing Chaplain and Religious Affairs Specialist curricula and implementing training development solutions through various technological platforms like Blackboard and SharePoint. Contractor performance is governed by rigorous quality control measures, with a Quality Control Program (QCP) in place to ensure compliance with PWS standards. Performance will be evaluated based on delivered materials, adherence to organizational guidelines, and effective communication with military training personnel. Required qualifications for the Educational Systems Operator involve educational credentials, experience in training development, and familiarity with Army training methodologies. The contract emphasizes maintaining a professional atmosphere, adhering to security requirements, and ensuring compliance with operational guidelines during execution at Fort Jackson, South Carolina. This initiative underscores the government's commitment to enhancing military educational training and development.
    The Fort Jackson Contractor Vetting Policy outlines procedures for ensuring the proper vetting of contractor employees who require access to Fort Jackson through a DoD Common Access Card (CAC). This policy is designed to maintain control over contractors and ensures compliance with the Department of Defense's Antiterrorism standards as well as federal immigration laws. All contractors must be registered under the Contractor Verification System (CVS) or obtain a temporary badge for short-term work. Responsibilities include submitting detailed contract data, verifying contractor identities, and obtaining necessary approvals from the Directorate of Emergency Services (DES). The policy emphasizes the importance of ensuring that only legally authorized workers are employed, promoting participation in the Immigration Customs Enforcement (ICE) IMAGE program for better workforce stability and security. Non-compliance with badge requirements can lead to adverse actions against contractors, further stressing the necessity for legal employment verification. This policy serves as a crucial framework for oversight of the contractor workforce at Fort Jackson, addressing security and legal employment standards in line with government RFPs and grant guidelines.
    The document outlines the responses to inquiries related to the W9124C25RA009 RFP for an Educational Systems Operator at Fort Jackson. It emphasizes the necessity for on-site collaboration, limiting remote work to 10-15% of the contractor’s schedule, due to the interactive nature of the training development processes. Regarding developer certification, the Army's Common Faculty Development - Developers' Course is acceptable, with considerations for on-site training for otherwise qualified candidates. The government is open to acknowledging equivalent experience with other instructional design frameworks, provided that candidates align with Army Training and Doctrine Command (TRADOC) instructional design standards like ADDIE and ALM. This RFP reflects the intent to ensure qualified personnel can effectively support the Army's specialized educational needs while maintaining collaborative training methodologies.
    The document outlines a solicitation for educational support services specifically aimed at women-owned small businesses (WOSB). It is a contract issued by the U.S. Army, detailing requisition and contract information, including effective dates, contact details, and itemized services. The main scope of work is providing educational support to the Army Institute for Religious Leadership, spanning a three-year period with specified contract terms. The contract is set to utilize a firm fixed price model for the services over base and option years. Essential clauses are incorporated into the contract, referencing federal regulations on issues like payment processing and compliance with cybersecurity measures. The document highlights a commitment to inclusivity by mentioning set-asides for economically disadvantaged women-owned businesses and service-disabled veteran-owned small businesses. Overall, this solicitation reinforces the government's efforts to engage diverse suppliers while ensuring adherence to legal requirements and quality standards in the procurement process.
    Lifecycle
    Title
    Type
    Solicitation
    Similar Opportunities
    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.
    Jackson Public School University Residential STEM (Health Career Fields) Camp for USACC
    Dept Of Defense
    The Department of Defense, through the Mission Installation Contracting Command-Ft Knox, is seeking a sole-source vendor for the Jackson Public School University Residential STEM Camp focused on health career fields for JROTC Cadets. The contract, valued at $85,532.00, aims to provide residential STEM training, including lodging, facilities, and meals for approximately 120 cadets over two cycles in June 2023, with William Carey University identified as the sole-source provider due to its unique capabilities in meeting specific training and safety requirements. This initiative is crucial for delivering essential STEM education to cadets, ensuring they receive quality training that has been successfully provided by WCU for over four years. Interested parties can reach out to Brittney Morrison at brittney.d.morrison.civ@army.mil for further information.
    Facilities Investment Services, Ft. Jackson, SC
    Dept Of Defense
    The Department of Defense, specifically the U.S. Army Corps of Engineers (USACE) Charleston District, is conducting a Sources Sought notice to identify qualified contractors for Facilities Investment Services at Ft. Jackson, SC. The procurement aims to establish an Indefinite Delivery Indefinite Quantity (IDIQ) Single Award Task Order Contract (SATOC) for preventative maintenance services, with an estimated contract value ranging from $25 million to $100 million. This initiative is crucial for maintaining operational readiness and efficiency of facilities, and responses will inform the acquisition strategy and potential solicitation advertisement. Interested parties, particularly Small Businesses, Certified 8(a) Small Businesses, HUBZone Small Businesses, Women-Owned Small Businesses, and Service-Disabled Veteran Owned Small Businesses, should direct inquiries to Holly Sopiak at holly.j.sopiak@USACE.army.mil or call 843-278-9401.
    BATTLEFIELD STAFF RIDES (BSR) RENEWAL CONTRACT
    Dept Of Defense
    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.
    RTI 13M Schoolhouse Meals
    Dept Of Defense
    The Department of Defense, specifically the Department of the Army, is soliciting proposals for the RTI 13M Schoolhouse Meals contract, which involves providing three daily meals for scheduled training at the Regional Training Institute in Sioux Falls, South Dakota. The contractor will be responsible for all personnel, equipment, tools, materials, supervision, and quality control necessary to deliver meal services from April 16th to November 20th, 2026. This service is crucial for supporting the training operations at the institute, and the contract will be awarded as a Firm Fixed Price under a Total Small Business Set-Aside. Interested vendors must submit their quotes via email by January 7th, 2026, and all inquiries should be directed to Andrew Kennedy by December 11th, 2025, with responses expected by December 17th, 2025.
    6BDE JCLC Manasota
    Dept Of Defense
    The Department of Defense, specifically the Department of the Army, is seeking qualified small businesses to provide comprehensive support services for the JROTC Cadet Leadership Challenge (JCLC) Manasota 2026, scheduled from June 1-5, 2026, in Bradenton, Florida. The contractor will be responsible for delivering all necessary personnel, equipment, supplies, and services, including lodging, nutritionally balanced meals, and training facilities for 250 cadets and 44 cadre, while ensuring a safe and compliant environment. This procurement is crucial for facilitating the leadership training of cadets and includes specific requirements such as medical support, various training facilities, and adherence to military regulations. Interested small businesses must respond to the Sources Sought Notice by December 17, 2025, with their qualifications and capabilities, and can contact Candice M. Hodges or Ranetta M. DeRamos for further information.
    Draft PWS for the MIOSS Program
    Dept Of Defense
    The Department of Defense, specifically the Department of the Army, is seeking qualified 8(a) contractors to provide Instructor Operator Support Services (MIOSS) for the Medical Simulation Training Center (MSTC). The contract aims to deliver instructor/operator support for medical training, including teacher-led and scenario-based training for both medical and non-medical personnel, with a focus on sustaining Combat Medic (68W MOS) skills and other tiered medical training. This opportunity is crucial for enhancing the training capabilities of U.S. military personnel and ensuring adherence to medical certification standards. Interested contractors are encouraged to submit questions and comments regarding the Draft Performance Work Statement (PWS) by January 6, 2026, and an Industry Day is planned for the week of January 11, 2026, at Fort Stewart, Georgia. For further inquiries, contact Carly Haning at carly.j.haning.civ@army.mil or Christina Minnon at christina.l.minnon.civ@army.mil.
    Professional Master's of Manufacturing Leadership Program, IAW PWS dated 07 August 2025.
    Dept Of Defense
    The Department of Defense, specifically the Department of the Air Force, is seeking contractors to provide a Professional Master's of Manufacturing Leadership Program in support of Robins Air Force Base in Georgia. The procurement encompasses all necessary personnel, equipment, supplies, and services required for training courses, certificate programs, and degree offerings, including graduation materials. This initiative is crucial for enhancing workforce development and management training within the Air Force, with a contract period spanning from January 1, 2026, to December 31, 2030. Interested parties should submit their quotes by December 19, 2025, and can contact Curtis Green at curtis.green.9@us.af.mil or 478-222-3733 for further information.
    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.
    Roman Catholic Services PA Army National Guard W912KC26QA002
    Dept Of Defense
    The Department of Defense, specifically the Pennsylvania Army National Guard, is seeking qualified contractors to provide Roman Catholic religious support services at Fort Indiantown Gap, Pennsylvania. The contract requires the contractor to conduct weekly Sunday Mass, Holy Day Mass on Ash Wednesday, and weekly confession opportunities, all to be performed at the Post Chapel (Building 08) from January 1, 2026, to December 31, 2030. This service is essential for the spiritual well-being of military personnel and their families, ensuring access to religious rites and sacraments. The total contract value is estimated at $13 million, and interested parties must submit their proposals, including proof of SAM registration and a history of providing similar services, by the specified deadlines. For further inquiries, contact John M O'Boyle at john.m.oboyle.civ@army.mil or Raymond C Folweiler at raymond.c.folweiler.civ@mail.mil.