Facility Coordinator and Site Commander Course Training for the 63rd RD
ID: W911SA25Q3029Type: Combined Synopsis/Solicitation
Overview

Buyer

DEPT OF DEFENSEDEPT OF THE ARMYW6QM MICC FT MCCOY (RC)FORT MCCOY, WI, 54656-5142, USA

NAICS

Professional and Management Development Training (611430)

PSC

EDUCATION/TRAINING- TRAINING/CURRICULUM DEVELOPMENT (U008)

Set Aside

Service-Disabled Veteran-Owned Small Business (SDVOSB) Set-Aside (FAR 19.14) (SDVOSBC)
Timeline
    Description

    The Department of Defense, specifically the Department of the Army, is seeking proposals for a non-personal services contract to provide Facility Coordinator and Site Commander Course Training for the 63rd Readiness Division (RD) of the Army Reserve. The training aims to enhance facility management skills in compliance with Army regulations, focusing on preparedness in wartime environments, and will involve conducting seven courses per year with a maximum of 25 participants per class. This procurement is particularly significant as it is set aside for Service-Disabled Veteran-Owned Small Businesses (SDVOSB), promoting support for veteran enterprises while ensuring quality training for Army facilities management. Interested contractors must submit their quotes by January 14, 2025, at 2:00 PM CST, and can direct inquiries to Christopher Brown at christopher.m.brown67.civ@army.mil, with the total contract value estimated at $72,037.09 for the base period and four option years.

    Point(s) of Contact
    Files
    Title
    Posted
    The document is an amendment to solicitation W911SA25Q3029 from the MICC - Fort McCoy, extending the deadline for offers to 2:00 PM CST on January 14, 2025, and addressing vendor questions regarding a training program for Facility Coordinators (FCC) and Site Commanders (SCC). Key clarifications indicate that the training does not need to adhere to Army instructional development standards, and contractors are responsible for developing Learning Objectives. The document specifies that no historical training data or specific performance metrics will be provided to bidders, and the training materials must align with Army Reserve branding provided post-contract award. Questions regarding multimedia content, training location alternatives, and post-training resources are outlined, emphasizing the contractor's role in content development without prior benchmarks. Additionally, no public funding estimates or additional funding opportunities will be disclosed. Responses to inquiries are strictly limited to the initial submission deadline, reinforcing the formal structure of the solicitation process. Overall, the amendment ensures clear communication to potential contractors about the training's scope and expectations while maintaining compliance with government protocols.
    The document presents a Request for Proposal (RFP) for a non-personal services contract to provide Facility Coordinator and Site Commander training for the 63rd Readiness Division (RD) of the Army Reserve. The training aims to enhance facility management skills in compliance with relevant Army regulations across multiple states with a focus on preparedness in wartime environments. The contract spans from February 1, 2025, to January 31, 2026, with four optional yearly extensions. Key requirements include extensive experience in conducting training at similar levels, adherence to all applicable regulations, and submission of comprehensive quality control plans. Additional stipulations involve the submission of proposals that include a project management plan, a quality assurance plan, and a phase-in plan. Training consists of seven courses per year, with maximum class sizes of 25 participants and includes continuous updates to training materials as required. Contractors must also comply with insurance requirements, security regulations, and provide documentation for training sessions. The government emphasizes the importance of contractor performance evaluations and requires all quotes to be finalized 90 days post-submission. This procurement is specifically set aside for Service-Disabled Veteran-Owned Small Businesses, promoting support for veteran enterprises while ensuring quality training for army facilities management.
    The document outlines the financial details and specifications for a federal government contract related to training, site maintenance, and travel costs associated with FCC and SCC services. It includes multiple Contract Line Item Numbers (CLINs) for each year, detailing quantities, unit prices, and total costs for both the base year and four option years. The emphasis is on training and maintenance, with travel costs treated as plug values, capped at specified amounts, covering approved expenses under government regulations. The total value of the contract for the base period plus options is $72,037.09, with specific instructions for bidders on pricing methodologies and limitations on travel-related expenditures. The file is formulated in compliance with government contracting standards, following procurement policies that ensure clarity in bid proposals and budget allocations.
    The document outlines the Contract Requirements Package for the review of antiterrorism (AT) and operations security (OPSEC) measures applicable to federal contracts. It emphasizes ensuring the safety of installations and personnel through mandatory AT/OPSEC reviews prior to submitting requirements packages. Key organizations, such as the Organizational Antiterrorism Officer (ATO) and OPSEC officer, must sign off on the documentation. The cover sheet delineates specific contract language and clauses relevant to AT training, security protocols, and access procedures for contractor personnel, especially regarding access to Department of Defense (DoD) facilities and information systems. It mandates training for U.S.-based contractor employees, especially those traveling overseas, as well as compliance with specified regulations and the development of security plans for OPSEC and information assurance. This initiative is vital to protect sensitive information and maintain operational integrity in defense contracting while adhering to Army regulations and standards. Overall, the document establishes a structured approach for integrating security considerations into contract management processes.
    The document outlines the procedures and requirements for government employees undertaking travel for training or work-related purposes. It includes critical sections such as travel details, estimated costs, employee information, and necessary approvals. Key points include the specification of course information, lodging, transportation options, and reimbursement processes for expenses incurred during travel. The form requires details on course fees, hotel costs adhering to per diem rates, and various transportation expenses. Additionally, it stipulates important approvals from the Contracting Officer (KO), Project Manager, and the Contracting Officer's Representative (COR). The purpose of this document is to facilitate the proper planning and justification of travel-related expenses in alignment with governmental guidelines. Overall, it serves as a comprehensive travel authorization form essential for tracking travel, ensuring adherence to budgetary constraints, and maintaining accountability in government travel spending.
    Lifecycle
    Title
    Type
    Similar Opportunities
    HAZ 11 Course in USA
    Buyer not available
    The Department of Defense, through the 928th Contracting Battalion/Regional Contracting Office-Bavaria, is soliciting proposals for the Hazardous Materials Driver Training (HAZ 11 Course) to be conducted in the United States for the 7th Army Training Command. This contract, designated W912PB25RA003, aims to provide essential training services that certify drivers in compliance with the European Agreement concerning the International Carriage of Dangerous Goods by Road (ADR), ensuring safety in the transport of hazardous materials. The contract will be awarded based on a firm fixed price and will utilize a Lowest Priced Technically Acceptable (LPTA) source selection process, with a performance period starting March 1, 2025, and extending through February 28, 2026, with options for two additional years. Interested contractors must be registered in the System for Award Management (SAM) and can contact Madison Lim at madison.d.lim.mil@army.mil or 314-526-8716 for further details.
    81st RD Facilities Investment Services Region G
    Buyer not available
    The Department of Defense, through the U.S. Army Engineer District Charleston, is seeking proposals for the 81st Readiness Division Facilities Investment Services (FIS) in Region G, which encompasses Georgia, North Carolina, and South Carolina. The procurement aims to secure a contractor for Base Operation Support Services, including facility investment and preventative maintenance across multiple military sites, requiring comprehensive management, maintenance, and operational capabilities. This contract will be a 100% Total Small Business Set Aside, with a planned duration of one base year and four optional years, potentially extending up to 66 months. Interested parties should monitor SAM.gov for the formal solicitation expected to be released approximately 15 days after this pre-solicitation notice, and they may contact Andrea Skean or Melissa Rada for further information.
    Custodial Services at IN075 multi-site in Indiana
    Buyer not available
    The Department of Defense, specifically the Army, is seeking proposals for custodial services at multiple sites in Indiana, designated as IN075. The contract requires the contractor to provide all necessary labor, materials, equipment, and supervision to maintain a clean and sanitary environment at the facilities, with a performance period starting from March 1, 2025, to February 28, 2026, and options for four additional one-year extensions. This procurement is particularly significant as it is set aside for Service-Disabled Veteran-Owned Small Businesses (SDVOSB), emphasizing the government's commitment to supporting veteran entrepreneurship. Interested vendors must submit their quotes by the specified deadline, ensuring all required documentation is included, and can direct inquiries to Leslie A. Koenig at leslie.a.koenig2.civ@army.mil.
    Grounds Maintenance Services for WA104, Marysville, WA
    Buyer not available
    The Department of Defense, specifically the Department of the Army, is seeking proposals for Grounds Maintenance Services at the Army Reserve facility WA104 in Marysville, Washington. The contract will cover a performance period from March 1, 2025, to February 28, 2026, with the possibility of four additional option years and a six-month extension, focusing on routine maintenance tasks such as mowing, fertilization, weed control, and seasonal clean-ups. This procurement is particularly significant as it aims to promote opportunities for Service-Disabled Veteran-Owned Small Businesses (SDVOSB) and is valued at approximately $9.5 million. Interested contractors must submit their quotes, including all required documentation, to Kayla Christian at kayla.j.christian.civ@army.mil by the specified deadline, with written questions due by 10:00 AM CST on January 31, 2025.
    Army Continuing Education Services (ACES) Solicitation
    Buyer not available
    The Department of Defense, through the Mission and Installation Contracting Command (MICC) Fort Liberty, is soliciting proposals for Army Continuing Education Support (ACES) Services to be provided to the United States Army Reserve Command (USARC). The contract requires the contractor to deliver non-personal education support services at 14 education centers across the United States, focusing on programs such as Tuition Assistance and Credentialing Assistance, which are vital for the professional development and transition of military personnel and their families. The total contract value is approximately $24 million, with a base period of performance from March 2025 to March 2026, and options for four additional years. Interested parties must submit questions to the primary contact, Michael Birney, at michael.i.birney.civ@army.mil, by October 30, 2024, with the finalized solicitation expected to be posted following the amendment on January 27, 2025.
    Portable Latrines: Fort Johnson and Joint Readiness Training Center
    Buyer not available
    The Department of Defense, specifically the Department of the Army, is soliciting proposals for the provision of portable latrine services at Fort Johnson and the Joint Readiness Training Center (JRTC) in Louisiana. The contractor will be responsible for the delivery, setup, cleaning, and removal of portable chemical latrines, particularly during military training exercises and social events, with a focus on maintaining service quality and compliance with federal regulations. This contract is crucial for supporting military operations, especially during the ten annual JRTC rotational training exercises, where service demands may fluctuate significantly. The estimated total award amount is $9,000,000, with a performance period from March 16, 2025, to March 15, 2026, and four optional 12-month extensions. Interested parties should direct inquiries to Kelsey Anderson at kelsey.m.anderson12.civ@army.mil or Sheila Banks at sheila.a.banks.civ@army.mil, with questions due by 1 PM CST on February 19, 2025.
    Solicitation NAFBA1-24-R-0024/Campus Style Dining Venue Concession IDIQ
    Buyer not available
    The Department of Defense, through the U.S. Army Installation Management Command, is seeking a qualified concessionaire contractor to establish a Campus Style Dining Venue (CSDV) at five U.S. Army Garrisons. The contractor will be responsible for financing, designing, building, renovating, and operating the dining facility, which aims to enhance dining options for Soldiers and their families while promoting health and welfare initiatives. This procurement is crucial for modernizing dining services within military installations, ensuring compliance with the Department of Defense's nutritional standards. Interested contractors should contact Leslie M. Perez at leslie.m.perez9.naf@army.mil or (520) 674-2370, with proposals due by April 4, 2025, at 4:00 PM CDT.
    VTARNG RTI Full Food Service JAN - JUN 2025
    Buyer not available
    The Department of Defense, specifically the U.S. Army, is seeking qualified small businesses to provide full food service support for training courses at the Vermont Regional Training Institute from January to June 2025. The procurement includes delivering hot meals and light cleaning services across multiple periods, with specific quantities outlined for breakfast, lunch, and dinner throughout the contract duration. This opportunity is crucial for ensuring that service members receive adequate nutrition during their training, reflecting the government's commitment to supporting small businesses in federal contracting. Interested parties must submit their quotes by December 19, 2024, and can direct inquiries to Kathleen O'Neill at kathleen.b.oneill.civ@army.mil or Donald Luby at donald.j.luby.civ@army.mil.
    OUSDC Distributed Learning
    Buyer not available
    The Department of Defense, through the Washington Headquarters Services, is soliciting proposals for the OUSDC Distributed Learning initiative, specifically targeting Service-Disabled Veteran-Owned Small Businesses (SDVOSB). The objective of this procurement is to enhance professional and management development training, focusing on curriculum development and educational training services. This opportunity is crucial for advancing the capabilities of the workforce within the Department of Defense, ensuring that personnel receive high-quality training and development. Interested parties can reach out to Rashida Webb at rashida.d.webb.civ@mail.mil or 703-545-3351, or Maria Baquerizo-Poole at maria.i.baquerizo-poole.civ@mail.mil or 202-748-0735 for further details regarding the solicitation.
    Live Training, Ranges, and Combat Training Centers (LTRaC) Multiple Award Contract (MAC) 1
    Buyer not available
    The Department of Defense, specifically the U.S. Army, is seeking proposals for the Live Training Ranges and Combat Training Centers Multiple Award Contract 1 (LTRaC MAC 1), which is a Total Small Business Set-Aside initiative. This contract aims to procure target lifters, initial targets, and ancillary range control computers to enhance military training capabilities at various installations. The estimated funding for this contract is approximately $45 million annually, with a total ceiling of around $359.83 million over an eight-year period, structured as an Indefinite Delivery Indefinite Quantity (IDIQ) contract. Proposals are due by 4:00 PM EST on February 12, 2025, and industry questions must be submitted by January 27, 2025. Interested parties can contact Helen G. Simpson at helen.g.simpson2.civ@army.mil or Amanda J. Harris at amanda.j.harris42.civ@army.mil for further information.