JTF-GTMO Detainee Support Services Updated
ID: W912CL-25-R-0001Type: Solicitation
Overview

Buyer

DEPT OF DEFENSEDEPT OF THE ARMY0410 AQ HQ CONTRACTFORT SAM HOUSTON, TX, 78234-5046, USA

NAICS

Professional and Management Development Training (611430)

PSC

EDUCATION/TRAINING- TRAINING/CURRICULUM DEVELOPMENT (U008)

Set Aside

Total Small Business Set-Aside (FAR 19.5) (SBA)
Timeline
    Description

    The Department of Defense, specifically the Department of the Army, is soliciting proposals for Detainee Support Services at the Joint Task Force Guantanamo Bay (JTF-GTMO). The contract requires the provision of personnel and resources for educational and library management support, including seminar instruction and Defense Base Act (DBA) insurance, with an initial performance period from June 16, 2025, to June 15, 2026, and options for extensions through 2030. This procurement is critical for enhancing educational opportunities for detainees while ensuring compliance with security and operational protocols. Interested contractors must submit their proposals by March 12, 2025, at 1:00 PM CST, and can direct inquiries to Joseph Schwener, Jr. at joseph.g.schwener.civ@army.mil or Robert Sheridan at robert.l.sheridan10.civ@army.mil.

    Point(s) of Contact
    Joseph Schwener, Jr.
    (210) 295-6679
    (210) 808-9474
    joseph.g.schwener.civ@army.mil
    Files
    Title
    Posted
    This government document reviews responses to inquiries regarding a program that accommodates up to 15 detainees, primarily focusing on contractor requirements for staffing and resource provision. The document states that contractors will have access to GTMO housing and dining facilities, and necessary schedules for operations will be communicated. The government clarifies staffing requirements, specifically the need for personnel fluent in Arabic, English, and Pashto for specific roles. It also elaborates on the qualifications for a Contract Manager, indicating preference for candidates with relevant degrees and management experience. Additionally, it highlights an interest in implementing streaming services within the detention context but lacks existing guidelines. Input on these services is encouraged, fostering vendor engagement. Overall, this document is essential for understanding the operational expectations and qualifications for contractors participating in this federal RFP process.
    The Performance Work Statement (PWS) details a contract for services concerning Detainee Programs under the Joint Task Force - Guantanamo Bay (JTF-GTMO). The contractor is responsible for providing personnel, educational materials, and library services to detainees, aligned with Geneva Conventions principles. The contract includes a 30-day phase-in period and a 12-month base period with four potential 12-month option years. Key requirements include a Quality Control Plan (QCP) to maintain service standards, continuous seminar instruction, and compliance with security and operational protocols. The contractor must ensure all employees possess necessary medical fitness and security clearances, including TOP SECRET and SECRET credentials. The document emphasizes the significance of anti-terrorism and operational security training for personnel, along with adherence to government regulations regarding contractor conduct and responsibilities. The contract is structured to ensure effective oversight with a Contracting Officer Representative monitoring compliance and addressing any deficiencies in service performance.
    The Joint Task Force - Guantanamo Bay (JTF-GTMO) seeks a contractor to provide non-personal services, including personnel management, curriculum development, instruction, and support for Detainee Library Services and Seminars. This initiative aligns with the Geneva Conventions, aiming to offer detainees educational opportunities and intellectual engagement, thereby promoting compliance and discipline within the camps. The contract comprises a 30-day phase-in period, followed by a 12-month base period with four 12-month options and an additional six-month option. Key components include a robust Quality Control Plan (QCP) for service inspection, deficiency identification, and correction procedures. The contractor's personnel must be U.S. citizens with appropriate security clearances and must adhere to stringent medical, security, and operational guidelines. Responsibilities include providing seminar instruction in various subjects and maintaining library materials. The scope delineates purchasing processes for library supplies, while data rights and non-disclosure protocols ensure government ownership and confidentiality. This contract exemplifies the government's commitment to maintaining comprehensive educational services for detainees, fostering a structured environment within the Guantanamo facilities.
    The document outlines a contract for the Joint Task Force - Guantanamo Bay (JTF-GTMO) Detainee Programs, specifically providing library services and educational seminars to detainees. The contractor is responsible for staffing, management, curriculum development, and essential supplies. Objectives include enhancing detainees' educational opportunities, adhering to Geneva Conventions, and fostering compliant behavior. The contract spans a 30-day phase-in followed by a 12-month base period, with four optional extensions. Quality control measures are critical; contractors must implement a Quality Control Plan (QCP) detailing inspection protocols, deficiency identification, and corrective actions. They must adhere to strict security clearance requirements, with all personnel requiring a TOP SECRET clearance. The government provides facilities, utilities, and oversight through designated officers. Additionally, the contractor is responsible for purchasing materials for seminars and library resources, all subject to government approval and reimbursement. The document's structure includes general contract information, service descriptions, objectives, performance timeframes, and detailed security protocols. This contract illustrates the government's commitment to maintaining educational opportunities and security within the detainee population at Guantanamo Bay.
    The document presents a comprehensive framework for a federal procurement request involving various labor categories and services, specifically designed to assist government personnel in evaluating cost proposals submitted by potential contractors. It outlines several Contract Line Item Numbers (CLINs) representing different services, including Library Management Support, Seminar Instructors, DBA Insurance, Miscellaneous Items, and Phase-In activities. The offerors are instructed to provide detailed pricing for each CLIN along with supporting cost data to justify their proposed pricing. The document emphasizes the importance of submitting well-prepared cost proposals to establish cost reasonableness and supports the offerors in understanding the evaluation criteria outlined in FAR 15.403-4. Additionally, it details the reimbursement structure for cost items while highlighting a Not-To-Exceed amount for specific expenditures, ensuring compliance with contract provisions. Overall, the document serves as a guideline for contractors to prepare their proposals effectively while ensuring adherence to government standards and budgetary constraints.
    The document outlines a federal request for proposals (RFP) focused on various services including library management support, seminar instruction, and DBA insurance. It categorizes tasks into Contract Line Item Numbers (CLINs), detailing specific labor categories, rates, and hours necessary for each service. Offerors are responsible for submitting comprehensive cost proposals to justify price reasonableness, adhering to federal regulations (FAR 15.403-4) for cost or pricing data. The CLINs outlined include: X001, Librarian Management Support Staff; X002, Seminar Instructor; X003, DBA Insurance; X004, Miscellaneous Items and Equipment; and X005, Phase In. Each CLIN specifies fixed firm prices (FFP) or cost-reimbursement structures, with total evaluated prices listed. The document emphasizes the importance of providing thorough justifications for proposed costs and allows for adjustments to capture additional pricing details. It also stipulates requirements for reimbursement of miscellaneous items during contract performance, ensuring appropriate approvals from contracting officers. Overall, the document establishes a framework for contractors to follow in responding to the RFP while ensuring compliance with government procurement standards.
    The document appears to lack substantive content, providing only instructions for using Adobe Reader. Given the actual absence of specific information regarding federal government RFPs, grants, or state/local RFPs, there's no main topic, key ideas, or relevant supporting details to summarize. The purpose of the original document seems to be directed at ensuring the viewer's ability to access and interact with PDF files, lacking any direct relation to government contract opportunities or financial aids. As a result, no essential information can be extracted that would contribute to a meaningful summary. Overall, this document does not serve the intended function of conveying insights about federal or local government funding processes.
    This document outlines a government solicitation (W912CL25R0001) for various services, specifically targeting educational and library management support for the Joint Task Force Guantanamo Bay (JTF-GTMO). It details requirements for several roles, including Library Management Support Staff and Seminar Instructors, with a performance timeline extending from June 2025 through June 2030. The proposal stipulates that interested contractors provide comprehensive staffing, training, and materials necessary for educational initiatives while adhering to guidelines outlined in a Performance Work Statement (PWS). Furthermore, the solicitation emphasizes the importance of submitting technical proposals, management and quality control plans, and past performance records to demonstrate the offeror's capability to meet the contract's demands. Pricing structures are also a critical element of evaluation, focusing on a Lowest Price Technically Acceptable (LPTA) approach. The contract spans a phased-in and multi-year structure, indicating a strong commitment to fulfilling educational needs at JTF-GTMO. This solicitation exemplifies the government's focus on enhancing services for its personnel while promoting compliance with federal acquisition regulations.
    The government file outlines key responses to contractor inquiries about a detention program involving up to 15 detainees. It confirms that contractors will receive a weekly schedule detailing prayer, meal times, and lockdowns. The quantity of supplies and students will be shared post-award, and contractors will have access to GTMO housing and dining facilities. While the current contract's staffing status is referenced, the government encourages innovative staffing solutions. Language requirements for key personnel, including fluency in Arabic, English, and Pashto for Seminar Instructors and High Security Technicians, are clarified. Also, the qualifications for a Contract Manager role highlight a preference for management experience and specific educational backgrounds. Notably, guidelines for authorized streaming services are undefined, and the government seeks contractor feedback on potential options. Overall, this file serves as a guide for prospective contractors seeking to understand the contract's requirements and expectations, reinforcing the government's intention to implement new services and ensure effective program operation.
    The document is a Request for Proposals (RFP) W912CL25R0001 issued by the U.S. Army, seeking contractors to provide library management and education support services for the Joint Task Force Guantanamo Bay (JTF-GTMO). The procurement includes multiple contract line item numbers (CLINs) for varied services such as library management support staff, seminar instructors, and associated materials. The period of performance for the initial contract spans from June 16, 2025, to June 15, 2026, with options for additional years. Offerors are required to submit proposals by January 27, 2025, including a phase-in plan, management approach, and quality control plan, alongside a detailed pricing model. Technical proposals will be evaluated based on criteria such as completeness, past performance, and pricing reasonableness. The solicitation emphasizes adherence to small business set-aside categories and mandates compliance with various federal regulations and performance work statements. Overall, this RFP aims to fulfill JTF-GTMO's educational and library service requirements, ensuring that submissions meet strict evaluation criteria to enhance contractor capabilities and mission support.
    The document outlines a federal Request for Proposal (RFP) for education and library management services provided to Joint Task Force Guantanamo Bay. The solicitation (W912CL25R0001) specifies the types of services required, including library management support, seminar instruction, and acquisition of Defense Base Act (DBA) insurance, all aimed at enhancing educational support for detainees. Key components include a 30-day phase-in plan, ongoing management, and quality control strategies, with the contract running from June 16, 2025, to June 15, 2026, and options for additional years. Offerors must provide a comprehensive technical proposal that details their approach, past performance, and pricing, while adhering to specific requirements and deadlines. The selection process follows a Lowest Price Technically Acceptable (LPTA) model, ensuring that the chosen proposal not only meets the requirements but offers the best overall value. Overall, the RFP demonstrates the government's effort to ensure high-quality education services in a secure environment, with strict compliance to federal procurement standards and guidelines.
    The document outlines a Request for Proposal (RFP) for the Joint Task Force Guantanamo Bay (JTF-GTMO) Detainee Support Services, with a solicitation number W912CL-25-R-0001, due by 1:00 PM on March 7, 2025. The contract requires the provision of personnel and resources for education and library management support, including seminar instruction in various subjects, as well as Defense Base Act (DBA) insurance and miscellaneous materials for library and entertainment purposes. The contractor will manage a range of services over an initial period from June 16, 2025, to June 15, 2026, with options for extensions through to 2030. Proposals will be evaluated on technical capabilities, past performance, and pricing, following a Lowest Price Technically Acceptable (LPTA) method. Specific evaluation factors include the quality of the phase-in plan, management strategy, and quality control methodologies, with a focus on ensuring a robust and compliant approach to service delivery. Respondents must demonstrate relevant experience and the capacity to fulfill contract requirements efficiently, emphasizing quality control and effective personnel management. This solicitation highlights the federal government's emphasis on accountability, performance standards, and adherence to regulations within the contracting process.
    The document is an amendment to a solicitation related to a government contract identified as W912CL25R0001, signed on March 7, 2025. The primary focus of this amendment is to notify vendors of additional information related to the solicitation, specifically a Vendor Request for Information posted on SAM.GOV. All terms and conditions from the original solicitation remain unchanged, albeit paused until further notice. The document provides guidance on how vendors must acknowledge receipt of the amendment, including methods for such acknowledgment, which is critical to ensure that offers are not rejected. It also indicates that a specific contract term, 52.212-5, concerning the implementation of statutes or executive orders for commercial products and services, has been deleted from the terms. The amendment is issued by the 410th Contracting Support Brigade and outlines the administrative changes and instructions for offers related to a project designated as contract modification number 0001. This amendment is a typical procedural update within the framework of government contracting, ensuring compliance and clarity in ongoing contract negotiations.
    The document is an amendment to a government solicitation, specifically extending the deadline for proposals related to the project identified by contract ID W912CL25R0001. The new closing date for submission is set for February 17, 2025, at 1:00 PM CST. All previous terms and conditions outlined in the original solicitation remain unchanged and in effect. Contractors are required to acknowledge this amendment through various methods before the indicated deadline, or their offers may be rejected. Changes outlined in the document are aimed at ensuring clarity and compliance in submissions related to federal contracting processes. The document serves as a formal notification regarding the deadline extension and confirms the logistical details critical for contractors preparing their offers.
    The U.S. Government has formally amended the Request for Proposal (RFP) for Detainee Support Services, specifically altering the Performance Work Statement (PWS) and Performance Requirements Summary (PRS). The new closing date for proposal submissions has been extended to February 28, 2025, at 1:00 PM CST. This amendment maintains all previous terms and conditions intact. Proposals must acknowledge receipt of this amendment before the specified deadline. The document underscores procedural requirements for submitting offers or modifications, ensuring compliance with federal solicitation protocols. This amendment focuses on ensuring clarity in the requirements and timelines for potential contractors, enhancing the solicitation process for the stated services.
    The document amends the Request for Proposals (RFP) for Detainee Support Services, specifically addressing modifications in the Performance Work Statement (PWS) and Performance Requirements Summary (PRS). The solicitation deadline has been extended to March 12, 2025, allowing contractors adequate time to revise proposals. The contract focuses on providing library services and educational seminars to detainees at the Joint Task Force - Guantanamo Bay (JTF-GTMO). It outlines a non-personal services contract where contractor personnel must meet specified health conditions. Services include management, curriculum development, and instruction, with a performance period consisting of a 30-day phase-in followed by a base period and several optional years. Quality control, inspection, and compliance with regulations are imperative, alongside requirements for contractor security clearances. The document reinforces strict security, operational, and training protocols for contractors, emphasizing adherence to government policies. Overall, this amendment seeks to optimize detainee education while ensuring security and quality service delivery.
    The document serves as an amendment to the Request for Proposals (RFP) for Detainee Support Services issued by the US Government. It outlines several key changes: the Performance Work Statement (PWS) and Performance Requirements Summary (PRS) have been modified; initially, a directive from the Secretary of the Army called for a pause on all contracting actions, which was later rescinded; and the solicitation closing date is extended to March 7, 2025, with proposals due by 1:00 PM CST. The amendment emphasizes that all other terms and conditions of the existing solicitation remain unchanged. Contractors must acknowledge receipt of this amendment to ensure their offers are considered valid. The document is structured with specified sections for amendment details, contractor information, and instructions for changes or acknowledgments related to the solicitation. This amendment reflects the government’s ongoing management of contract solicitations to adapt to evolving directives and timelines in the contracting process.
    Lifecycle
    Title
    Type
    Similar Opportunities
    Naval Station Guantanamo Bay Cuba Liquefied Natural Gas
    Dept Of Defense
    The Department of Defense, through the Naval Facilities Engineering Systems Command Southeast (NAVFAC SE), is soliciting proposals for the delivery of Liquefied Natural Gas (LNG) to Naval Station Guantanamo Bay (NSGB), Cuba. This procurement involves a firm-fixed price, indefinite delivery indefinite quantity (IDIQ) contract for an estimated total of 4,053,860 MMBtu of LNG over a five-year period, from April 2026 to April 2031, with deliveries scheduled every 14-21 days to maintain a 14-day reserve for the natural gas-powered combined cycle power plant. The contract includes specific requirements for LNG composition, vessel specifications, and compliance with federal regulations, emphasizing the use of U.S.-flagged vessels for transportation. Proposals are due by December 30, 2025, and interested parties can contact Antonio Borges Rosario at antonio.l.borgesrosario.civ@us.navy.mil or Ryan Bell at ryan.d.bell16.civ@us.navy.mil for further information.
    DLA Distribution Djibouti, Africa Warehouse and Distribution Services
    Dept Of Defense
    The Department of Defense, through the Defense Logistics Agency (DLA Distribution), is seeking contractors to provide warehouse and distribution services at the DLA Distribution Center in Djibouti, Africa. The contractor will be responsible for managing and executing a range of operations including receiving, storage, inventory management, packaging, and distribution of sustainment cargo to support regional customers. This contract is critical for ensuring efficient logistics operations in a strategic location, facilitating the timely delivery of contingency materials. Interested parties should note that the proposal submission deadline has been extended to January 21, 2026, with questions due by October 26, 2025. For further inquiries, contact David Gilson Jr. at david.gilson@dla.mil or Benjamin Bailey at benjamin.bailey@dla.mil.
    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.
    Master Breacher Course Support
    Dept Of Defense
    The Department of Defense, specifically the Department of the Army, is soliciting proposals for the Master Breacher Course Support at Fort Benning, Georgia. This procurement involves providing materials and labor for training site support, including the construction and maintenance of targets and training aids for the 75th Ranger Regiment's Regimental Master Breacher Course, which is conducted three times a year. The contractor will be responsible for adhering to specific construction standards, ensuring quality control, and complying with safety and environmental regulations, while the government will provide range access and coordination. Proposals are due by December 18, 2025, at 2:00 PM EST, and interested parties should submit their quotes electronically to the designated contacts, Rafael Alamedapabon and Jack Konrat, with no paper submissions accepted.
    This requirement is to provide the JS, J7 Joint Education and Doctrine Division (JEDD) with planning and operations support to execute up to four (4) Disruptive Technical Courses (DTCs) per Fiscal Year.
    Dept Of Defense
    The Department of Defense, through the NAVSUP Fleet Logistics Center Norfolk, is seeking sources to provide planning and operations support for the Joint Staff (JS), J7 Joint Education and Doctrine Division (JEDD) to execute up to four Disruptive Technical Courses (DTCs) annually. The contractor will be responsible for program management, curriculum development, and coordination of speakers, including six Senior Fellows and up to twenty-four Subject Matter Experts (SMEs) per course, emphasizing high performance standards and compliance with security requirements. This initiative is crucial for enhancing the educational framework within the Department of Defense, with services expected to commence on July 1, 2026, following an anticipated award in the fourth quarter of FY26. Interested parties should submit a tailored executive summary by January 5, 2026, to Jaime Verdi at jaime.verdi@navy.mil, and the applicable NAICS code for this opportunity is 611430, with a size standard of $15 million.
    USNS GUADALUPE FY26 Mid-Term Availability
    Dept Of Defense
    The Department of Defense, specifically the Department of the Navy, is soliciting proposals for the USNS GUADALUPE FY26 Mid-Term Availability contract. This procurement involves shipbuilding and repairing services, with a focus on non-nuclear ship repair, as indicated by the NAICS code 336611 and PSC code J999. The contract is crucial for maintaining the operational readiness of the USNS GUADALUPE, ensuring it meets the necessary standards for future missions. Interested parties should note that the request for comments (RFC) period has been extended to December 24, 2025, at 2:00 PM EST, with the solicitation closing date now set for January 8, 2026, at 3:00 PM EST. For further inquiries, potential bidders can contact Thomas White at thomas.l.white222.civ@us.navy.mil or call 757-341-5739.
    W9127826SSN2511-MRDC O&M with Repair and Minor Construction
    Dept Of Defense
    The Department of Defense, through the U.S. Army Corps of Engineers (USACE) Mobile District, is seeking information from potential contractors for a Firm-Fixed-Price contract to provide operation and maintenance (O&M) services, along with repair and minor construction, in support of the Defense Health Agency (DHA) Medical Research and Development Command (MRDC) at multiple locations. The contract will require 24/7 support for various medical, dental, pharmacy, and laboratory facilities, necessitating extensive knowledge of medical facility operations and compliance with Joint Commission standards. Interested contractors should note that this is a Sources Sought Notice for market research purposes only, with no solicitation currently available; responses are due by December 8, 2025, and inquiries can be directed to Tiffany Williams at Tiffany.N.Williams@usace.army.mil or the CT-M Inbox at ct-cproposals-medcom@usace.army.mil.
    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.
    Justification and Approval: Support Base Services Ft. Bliss 6 Month Extension
    Dept Of Defense
    The Department of Defense, through the U.S. Army Mission and Installation Contracting Command at Fort Sam Houston, is seeking a six-month extension for the existing bridge contract W9124J-22-C-0018 with Tatitlek Training Services, valued at $10,521,957, to ensure the continuity of Support Base Services at Fort Bliss, Texas. This extension is critical to maintain mobilization and deployment activities while the agency addresses delays caused by a Government Accountability Office (GAO) protest regarding a competitive task order under the Support Base Services Multiple Award Indefinite Delivery Indefinite Quantity (MA-IDIQ) contract. The incumbent contractor, Tatitlek Training Services, is deemed the only source capable of preventing a disruption in services that could adversely affect national security and troop readiness. Interested parties can reach out to Kevin Vijayan at kevin.vijayan.civ@army.mil or 210-466-2193 for further information.
    DoD BUS CARRIER APPROVAL By DTMO
    Dept Of Defense
    The Department of Defense, through the Defense Travel Management Office (DTMO), is announcing a special notice regarding the upcoming solicitation for bus and van services at Joint Base San Antonio (JBSA), anticipated to be released around January 2026. The 502d Contracting Squadron is seeking contractors to provide non-personal transportation services that support the operational needs of JBSA Lackland and Fort Sam Houston, including contingency transportation, while ensuring compliance with government scheduling and cleanliness standards. To be eligible for this contract, potential offerors must be Approved DoD Bus Carriers by the DTMO at the time of proposal submission and must hold the necessary Texas licenses and Class B commercial driver's licenses with passenger endorsements. Interested parties should reach out to Barbara A. Jewett at barbara.jewett.1@us.af.mil or 210-652-5454, or Ericka L. McGlone at ericka.mcglone@us.af.mil or 210-652-8586 for further inquiries, noting that this notice is not a solicitation for proposals at this time.