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, designated as W912CL-25-R-0001, requires contractors to provide personnel and resources for educational and library management support, including seminar instruction, with a focus on compliance with the Geneva Conventions. This initiative is crucial for maintaining order and providing educational opportunities for detainees, emphasizing the importance of quality control and security protocols throughout the contract period. Proposals are due by 1:00 PM on March 7, 2025, and interested parties can contact Joseph Schwener, Jr. at joseph.g.schwener.civ@army.mil or Robert Sheridan at robert.l.sheridan10.civ@army.mil for further information.

    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 Joint Task Force - Guantanamo Bay (JTF-GTMO) is soliciting a non-personal services contract for Detainee Library Services and Seminars aimed at providing detainees with educational opportunities that align with Geneva Conventions. The contractor is responsible for personnel, curriculum development, instruction, transportation, office supplies, supervision, and more, necessary for implementing library services and seminars within a defined performance period, comprising a 30-day phase-in and an initial 12-month base period with four optional extensions. The document outlines requirements for quality control and assurance, specifying the need for a Quality Control Plan to monitor service delivery, along with necessary personnel security clearances. The contractor is mandated to maintain compliance with operational security principles, manage customer complaints promptly, and ensure uninterrupted seminar instruction throughout the contract term. Additionally, the document details contractor obligations regarding medical and psychological fitness, training requirements, and adherence to governmental policies related to security and safety while operating in a confined environment. The contract anticipates a firm fixed-price arrangement, and contractors are instructed to procure all educational materials, which will be subject to government approval and reimbursement. This solicitation emphasizes the role of educational programs in maintaining order among detainees and underscores the importance of robust security and quality management protocols throughout the process.
    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.
    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.
    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, and facilities 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 support 481 cadets and 123 cadre members, requiring the contractor to deliver 9,823 meals, separate lodging accommodations, and access to recreational facilities, alongside STEM instruction focused on robotics and drones. This initiative is crucial for fostering leadership skills and teamwork among participants while promoting exposure to STEM careers. Interested parties should contact Brittney Harraway at brittney.k.harraway.civ@army.mil or Richard Torres at richard.j.torres.civ@army.mil for further details, and proposals must adhere to the submission guidelines outlined in the solicitation documents.
    DLPT5 Full Range Test Item Development
    Buyer not available
    The Department of Defense, specifically the Army's Mission and Installation Contracting Command at Fort Eustis, is soliciting proposals for the development of test items for the Defense Language Proficiency Test 5 (DLPT5), focusing on reading and listening comprehension. The contract aims to procure a minimum of 35,000 test items over a five-year period, from April 25, 2025, to April 24, 2030, with a minimum guarantee of $7,500. This initiative is crucial for assessing the language proficiency of military and government personnel, ensuring that evaluations are based on authentic materials and aligned with established proficiency standards. Interested contractors must submit their proposals by March 19, 2025, and can direct inquiries to Edward Wojtan III at edward.w.wojtan2.Civ@army.mil or Jayson Dillard at jayson.l.dillard.civ@army.mil.
    AFGSC Electronic Technical Order Client Device and Technical Library Sustainment
    Buyer not available
    The Department of Defense, specifically the Department of the Air Force, is seeking proposals for the sustainment of the AFGSC Electronic Technical Order Client Device and Technical Library. This procurement aims to provide support for ruggedized laptops and tablets used across multiple Air Force bases, ensuring access to technical orders and maintenance data from March 28, 2025, to March 27, 2030. The services required include functional system administration, technical library custodianship, maintenance, troubleshooting, and compliance with established protocols, which are critical for maintaining operational readiness within the Air Force Global Strike Command. Interested small businesses must submit their proposals, including technical capabilities and past performance information, by the specified deadline, and can contact Capt Natalie Norlock at natalie.norlock@us.af.mil or 937-443-1575 for further details.
    5BDE JCLC Pharr San Juan Alamo
    Buyer not available
    The Department of Defense, specifically the Department of the Army, is soliciting proposals for the provision of meals, lodging, and related services for the Junior Leadership Challenge (JCLC) Camp at Pharr San Juan Alamo Memorial High School in Texas, scheduled for March 25-29, 2025. The contractor will be responsible for accommodating 195 cadets and 25 cadre members, ensuring quality service delivery that includes climate-controlled lodging, dietary-specific meals, medical services, and recreational facilities. This initiative aims to enhance leadership skills and citizenship training among JROTC participants in a structured military-like environment. Interested vendors, particularly women-owned small businesses, should contact Bryce L. Medley at bryce.l.medley.civ@army.mil or 502-624-3713 for further details regarding the solicitation process.
    Armed and Unarmed Guards Camp Bondsteel Kosovo
    Buyer not available
    The Department of Defense, specifically the Department of the Army, is soliciting proposals for armed and unarmed security guard services at Camp Bondsteel in Kosovo. The contract will span an initial ten-month period with an option for a six-month extension, requiring contractors to provide comprehensive security services, including staffing, management, and compliance with performance standards. This procurement is critical for maintaining the safety and security of U.S. military operations in the region. Interested bidders must submit their proposals by March 10, 2025, and can direct inquiries to primary contact Jenifer Kelso at jenifer.e.kelso.civ@army.mil or secondary contact Carlos Mayorga at carlos.a.mayorga.civ@army.mil.
    Fort Riley Custodial Services
    Buyer not available
    The Department of Defense, specifically the Department of the Army, is soliciting proposals for custodial services at Fort Riley, Kansas, under a contract that spans from 2025 to 2030. The procurement aims to maintain cleanliness and hygiene across approximately 130 facilities, covering over one million square feet, with a focus on high-traffic areas and sensitive environments such as Child Development Centers. This contract is crucial for ensuring a safe and sanitary environment for military personnel and visitors, adhering to federal standards and regulations. Interested contractors must submit their proposals by March 10, 2025, and can direct inquiries to Selvena Carter at selvena.b.carter.civ@army.mil or Richard Brown at richard.d.brown144.civ@army.mil.
    Solicitation NAFBA1-24-R-0024/Campus Style Dining Venue Concession IDIQ
    Buyer not available
    The Department of Defense, specifically the Department of the Army, is soliciting proposals for the Campus Style Dining Venue Concession IDIQ under solicitation number NAFBA1-24-R-0024. This initiative aims to modernize dining options for Soldiers and their families, enhancing health, welfare, and morale while aligning with the U.S. Army's Holistic Health and Fitness initiatives. The selected vendor will be responsible for financing, designing, constructing, operating, and maintaining the dining venue, with a focus on providing nutritious food options and advanced technologies such as online ordering. Interested parties should contact Leslie M. Perez at leslie.m.perez9.naf@army.mil or (520) 674-2370 for further details, and must submit their proposals by April 4, 2025, at 4:00 PM CDT.
    DANTES Military Training Evaluation Program
    Buyer not available
    The Department of Defense, through the Defense Human Resources Activity, is soliciting proposals for the DANTES Military Training Evaluation Program (MTEP), aimed at evaluating and validating college credit for military training to facilitate service members' transition to civilian careers. The contract will focus on enhancing MTEP’s capacity to document military learning, improve validation methods, and ensure data interoperability among stakeholders, with services required from June 1, 2025, to March 31, 2026, and options for renewal through 2030. This initiative underscores the importance of recognizing military educational achievements and supporting the professional growth of service members, while also emphasizing compliance with federal regulations, including accessibility standards under Section 508. Interested contractors, particularly Women-Owned Small Businesses, should direct inquiries to Jada Weaver at jada.a.weaver.civ@mail.mil or Mike Carnley at charles.m.carnley.civ@mail.mil, with proposals due by the specified deadlines.
    W912PP25QA003 Trash Collection, Refuse Hauling and Disposal Services for Cochiti Lake, NM
    Buyer not available
    The Department of Defense, through the U.S. Army Corps of Engineers, is soliciting bids for trash collection, refuse hauling, and disposal services at Cochiti Lake, New Mexico, under the contract number W912PP25QA003. The contract requires the contractor to provide all necessary personnel, equipment, and services to maintain cleanliness in public recreation and administrative areas, with a focus on animal-proof receptacles and compliance with environmental regulations. This service is crucial for maintaining public health and safety in recreational areas, with the contract valued at approximately $47 million and a performance period extending from the date of award through December 31, 2029, including four optional extensions. Interested parties must submit their offers by March 13, 2025, at 2:00 PM, and can contact Diana Keeran at diana.m.keeran@usace.army.mil or by phone at 505-342-3263 for further information.