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 the JTF-GTMO Detainee Support Services, aimed at providing educational and library management services for detainees at Naval Station Guantanamo Bay, Cuba. The contract encompasses a range of non-personal services, including personnel management, curriculum development, seminar instruction, and library services, all designed to enhance the educational opportunities available to detainees in compliance with the Geneva Conventions. This initiative is crucial for maintaining a structured environment within the detention facilities and promoting compliance and discipline among detainees. Interested contractors must adhere to specific staffing requirements, including language proficiency in Arabic, English, and Pashto, and are encouraged to submit their proposals by the deadline, with the contract expected to commence on June 16, 2025, and run through June 15, 2026, with options for additional years. For further inquiries, potential offerors can contact 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 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.
    Lifecycle
    Title
    Type
    Similar Opportunities
    Y--IDIQ MACC for NS Guantanamo Bay, Cuba
    Buyer not available
    Presolicitation DEPT OF DEFENSE is seeking an indefinite delivery indefinite quantity (IDIQ) multiple award construction contract (MACC) for general construction work at Naval Station Guantanamo Bay, Cuba. The contract will include new construction, renovation, alteration, demolition, and repair work for various types of buildings and facilities. The total value of all contracts to be awarded is $240,000,000 maximum over the base year and all four option periods combined. Task orders will range from $150,000 to $15,000,000 per order. The source selection method is a best value continuum process in a negotiated two-phase acquisition. Interested firms with specialized experience and qualifications are invited to participate. The solicitation will be available for download from Federal Business Opportunities (FedBizOpps) website. Offerors must be registered with the System for Award Management (SAM) to be eligible for contract award.
    Internet for DLA Doc Services in Guantanamo, Cuba
    Buyer not available
    The Department of Defense, through the Defense Logistics Agency (DLA), is seeking sources for providing internet services for DLA Document Services in Guantanamo, Cuba. The objective of this procurement is to ensure reliable and efficient internet connectivity to support the operational needs of the DLA in the region. Such services are critical for maintaining communication and data management capabilities in a remote location. Interested parties are encouraged to reach out to Tina Grujic at tina.grujic@dla.mil or David Purvis at david.1.purvis@DLA.mil for further information regarding this sources sought notice.
    Amendment 0004 - Global Protective Services (GPS)
    Buyer not available
    The Department of Defense, through the Army Contracting Command-Rock Island, is soliciting proposals for the Global Protective Services (GPS) contract, which encompasses security guard and patrol services under an Indefinite Delivery Indefinite Quantity (IDIQ) framework. This procurement aims to enhance U.S. Government peace and stability initiatives by providing armed and unarmed security services in areas affected by conflict, requiring contractors to maintain compliance with international regulations and host nation laws. Interested offerors must submit their proposals electronically by March 3, 2025, with questions due by February 18, 2025; the total ceiling for this contract is approximately $10.33 billion over ten years. For further inquiries, contact Anthony Patera at anthony.m.patera.mil@army.mil or Eric Jackson at eric.m.jackson56.civ@army.mil.
    JROTC JCLC Moore Muscogee County School District Columbus, Georgia
    Buyer not available
    The Department of Defense, specifically the Department of the Army, is soliciting proposals for a contract to provide lodging, meals, facilities, and STEM instruction for the Junior Reserve Officers' Training Corps (JROTC) Cadet Leadership Challenge (JCLC) at Fort Moore, Georgia, scheduled from May 29 to June 7, 2025. The contract aims to accommodate 481 cadets and 123 cadre members, ensuring high-quality service without government supervision, while fostering leadership skills and teamwork through various activities, including STEM education focused on robotics and drones. This initiative underscores the importance of supporting educational programs and small businesses, particularly Women-Owned Small Businesses (WOSB), in delivering essential services for youth development. Interested parties can reach out to Brittney Harraway at brittney.k.harraway.civ@army.mil or Richard Torres at richard.j.torres.civ@army.mil for further details, with proposals due by the specified deadlines.
    CENTAM GUARDIAN 25 LINE HAUL and MHE Services
    Buyer not available
    The Department of Defense, specifically the Department of the Army, is soliciting proposals for the CENTAM Guardian 25 Line Haul and Material Handling Equipment (MHE) Services, aimed at supporting military logistical operations in Guatemala. The contractor will be responsible for providing all necessary personnel, equipment, and services to facilitate the transport of supplies, materials, and equipment, ensuring compliance with customs and security regulations during the contract period from March 12 to June 3, 2024. This initiative is critical for maintaining operational readiness and supporting regional exercises within the U.S. Southern Command's area of responsibility. Interested parties must submit their proposals by noon on February 27, 2025, and can contact CPT Christopher Lucero at christopher.j.lucero7.mil@army.mil or Yesica M. Valladares at yesica.m.valladares.fn@mail.mil for further information.
    Garbage Collection and Removal Services - ISO Tradewinds 2025
    Buyer not available
    The Department of Defense, specifically the Department of the Army, is preparing to issue a Request for Quote (RFQ) for garbage collection and removal services at Teteron Barracks and TTDF Reserves Center located in Port of Spain, Trinidad and Tobago. The contractor will be responsible for providing all necessary personnel, equipment, and supplies to deliver trash dumpsters, collect garbage, and manage spills or hazardous materials during the service period. This contract is crucial for maintaining cleanliness and safety at military facilities and is expected to run from April 20, 2025, to May 11, 2025. Interested vendors should note that the solicitation will be available on SAM.gov, with an anticipated issue date of February 25, 2025, and a response deadline of March 11, 2025. For inquiries, potential offerors can contact Ms. Gina Williams at gina.v.williams.civ@army.mil or SSG Paul Adamo at paul.m.adamo.mil@army.mil.
    Kitchen General Labor - ISO Tradewinds 2025
    Buyer not available
    The Department of Defense, specifically the Department of the Army, is preparing to release a Request for Quote (RFQ) for Kitchen General Labor services at Teteron Barracks and TTDF Reserves Center in Port of Spain, Trinidad and Tobago. The contractor will be responsible for various tasks, including cleaning, bussing tables, and ensuring quality control from April 25 to May 9, 2025. This procurement is crucial for maintaining operational efficiency and hygiene standards in military dining facilities. Interested contractors must register with SAM.gov to access solicitation documents, and they should note that funding is contingent upon appropriated funds, with no reimbursement for proposal preparation costs. For further inquiries, potential bidders can contact Ms. Gina Williams at gina.v.williams.civ@army.mil or SSG Paul Adamo at paul.m.adamo.mil@army.mil.
    Amendment 0005 - Global Protective Services (GPS)
    Buyer not available
    The Department of Defense, specifically the Army Contracting Command - Rock Island, is soliciting proposals for the Global Protective Services (GPS) contract, as outlined in Solicitation W519TC-24-R-0011, with the latest amendment (0005) issued to update the Cross Reference Matrix. This procurement focuses on securing Full Time Equivalents (FTE) engaged in security functions overseas, particularly in Kuwait, and requires offerors to provide detailed documentation and references to support their proposals, including effective dates and relevant work samples. The GPS contract is categorized as a Firm Fixed Price (FFP) service contract, emphasizing the importance of transparency and accountability in the federal procurement process. Interested parties should direct inquiries to Anthony Patera at anthony.m.patera.mil@army.mil or Eric Jackson at eric.m.jackson56.civ@army.mil, and must comply with the submission requirements outlined in the amendment to ensure their proposals are considered.
    CENTAM GUARDIAN 25 Non Tactical Vehicles & Drivers
    Buyer not available
    The Department of Defense, specifically the Department of the Army, is soliciting proposals for the provision of non-tactical vehicles and drivers as part of the Centam Guardian 2025 military exercise in Guatemala. This contract requires the delivery of various commercial rental vehicles, including SUVs, pick-up trucks, vans, and shuttle buses, fully fueled and accompanied by well-trained drivers fluent in English, from April 30 to June 2, 2025. The procurement is critical for ensuring effective transportation support during multinational military operations, emphasizing compliance with federal acquisition regulations, local labor laws, and safety standards. Interested contractors must submit their proposals by March 12, 2025, and can contact CPT Christopher Lucero at christopher.j.lucero7.mil@army.mil or Yesica M. Valladares at yesica.m.valladares.ln@mail.mil for further information.
    Janitorial Services for TradeWinds 25
    Buyer not available
    The Department of Defense, specifically the Department of the Army, is preparing to issue a Request for Quote (RFQ) for janitorial services at Teteron Barracks and TTDF Reserve Center located in Port of Spain, Trinidad and Tobago. The contractor will be responsible for providing all necessary personnel, equipment, and services to maintain cleanliness and hygiene at these facilities. This procurement is crucial for supporting the operational readiness of U.S. Army South, with the solicitation documents expected to be available on SAM.gov starting February 25, 2025, and submissions due by March 11, 2025. Interested contractors must register in the System for Award Management (SAM) and direct any inquiries to the designated contracting specialists, SSG Paul Adamo at paul.m.adamo.mil@army.mil or SSG Yanto Dokosansima at yanto.d.dokosansima.mil@army.mil.