The Performance Work Statement (PWS) outlines a non-personnel services contract aimed at providing support services for the Department of Defense (DoD) Voluntary Education Program. The contract seeks to implement a risk-based Institutional Compliance Program (ICP) to enhance evaluation practices and mitigate compliance risks associated with educational institutions participating in the Tuition Assistance (TA) program. Following a 2014 GAO audit that highlighted deficiencies in existing evaluations, this initiative prioritizes robust compliance frameworks to ensure that educational institutions meet DoD standards.
Key objectives include developing compliance methodologies, conducting risk assessments, analyzing compliance data, and creating a culture of accountability among stakeholders. The contractor will facilitate a structured evaluation process, incorporating data collection via self-assessments and web verification, while also providing training and guidance to educational institutions to ensure adherence to DoD MOU requirements.
The contract spans a base year with four optional extensions, requiring the contractor to maintain an effective quality control program and establish communication strategies for continuous improvement. Overall, the document emphasizes the importance of regulatory compliance within the educational realm for military service members, ensuring access to high-quality educational opportunities.
The Department of Defense's Washington Headquarters Services is issuing a Request for Information (RFI) to explore market capabilities for Voluntary Education (VolEd) Support Services, intended for planning future requirements. This initiative is not a solicitation but seeks responses from qualified firms, including small businesses, to assess their interest and expertise. The anticipated contract, valued at approximately $14.6 million, will cover a base period of 12 months with four additional option years. Interested vendors must demonstrate capabilities that comply with specified security clearances and submission requirements. The RFI outlines detailed criteria for responses, including prior experience, company identifiers, and recommendations for potential contract types and NAICS codes. Firms must submit responses by February 28, 2025, via email, adhering to formatting requirements. This RFI reflects the government's strategy to ensure it gathers comprehensive information about available resources while maintaining a transparent, competitive process for future contracting related to educational support services. Responses will contribute to informed planning without guaranteeing contract awards.