DRAFT DRAFT DRAFT JTF-GTMO Detainee Support Services
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
  1. 1
    Posted Nov 21, 2024, 12:00 AM UTC
  2. 2
    Updated Mar 7, 2025, 12:00 AM UTC
  3. 3
    Due Mar 12, 2025, 6:00 PM UTC
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.
Nov 21, 2024, 1:39 PM UTC
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.
Mar 8, 2025, 1:06 AM UTC
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
Solicitation
Similar Opportunities
Request for Proposals: On-Premises Intellectual Property (IP) and Technology Transfer (T2) Database and Related Services
Buyer not available
The Department of Defense, through the Army Medical Research Acquisition Activity, is soliciting proposals for an On-Premises Intellectual Property (IP) and Technology Transfer (T2) Database and related services under solicitation number HT9425-25-R-0051. The procurement aims to acquire a Commercial Patent Docketing and Database Software System that will be hosted on local servers at Fort Detrick, Maryland, providing essential tools for data capture, reporting, document generation, and workflow establishment, along with customer support and training services. This initiative is critical for enhancing the capabilities of the United States Army Medical Research and Development Command in managing patenting and licensing of medical inventions, ensuring compliance with federal regulations. Proposals are due by May 12, 2025, at 9:00 AM Eastern Time, and interested parties can contact Lisa Kuhns at lisa.z.kuhns.civ@health.mil or 301-619-2336 for further information.
DLI-W Test Scheduling and Administrative Services FY26-FY31
Buyer not available
The Department of Defense, specifically the Department of the Army, is seeking qualified contractors to provide Test Scheduling and Administrative Services for the Defense Language Institute Foreign Language Center (DLIFLC) from fiscal years 2026 to 2031. The primary objective of this procurement is to support the administration of testing programs for students and Department of Defense linguists, emphasizing that the contractor will operate as a non-personal service provider without government supervision. This initiative is crucial for enhancing language capabilities within the military through structured testing programs, ensuring accountability and adherence to quality control measures. Interested parties must submit a capabilities statement by May 9, 2025, and can direct inquiries to Edward WojtanIII at edward.w.wojtan2.Civ@army.mil or Reginald Wynn at reginald.j.wynn.civ@army.mil.
Gulfport Job Corps Center W/ OA CTS
Buyer not available
The Department of Labor is seeking proposals for the operation of the Gulfport Job Corps Center, which includes Outreach & Admissions and Career Transition Services. The selected contractor will provide comprehensive services aimed at supporting disadvantaged youth, with a planned student capacity of up to 273, starting from an initial enrollment of 191, and will be responsible for meeting specific performance metrics from October 2025 to September 2030. This opportunity is critical for fostering long-term employment for participants, and interested parties should note that the proposal submission deadline has been extended to May 5, 2025, at 2:00 PM ET. For further inquiries, potential bidders can contact Hameena L. Heard at heard.hameena.l@dol.gov or Richard I Thomas at thomas.richard.i@dol.gov.
Administrative and Logistical Support Services
Buyer not available
The Department of Defense, specifically the Naval Supply Systems Command (NAVSUP) Fleet Logistics Center Jacksonville, is soliciting proposals for Administrative and Logistical Support Services at the Naval Construction Training Center (NCTC) in Gulfport, Mississippi, along with additional locations in Fort Leonard Wood, Missouri, and Sheppard Air Force Base, Texas. The contract seeks to provide a range of services including student liaison support, mailroom operations, safety and occupational health support, information technology assistance, and general administrative services to enhance the training capabilities of the Seabees. This procurement is crucial for maintaining operational efficiency and supporting year-round training activities at NCTC, which is the primary training facility for the Seabees. Interested contractors must submit their proposals by May 9, 2025, to the designated government officer, Vincent B. Jones, and are encouraged to demonstrate relevant experience and familiarity with Navy procedures. For further inquiries, potential bidders can contact Robert S. Edwards or Ken Parker via the provided email addresses.
GSL Support Services Contract
Buyer not available
The Department of Defense, specifically the U.S. Army Engineer Research and Development Center (ERDC), is seeking proposals for the GSL Support Services Contract, aimed at providing technical and administrative support for various research and development activities in civil and military engineering. The contract will be structured as an Indefinite Delivery Indefinite Quantity (IDIQ) with a five-year ordering period and a total capacity of $20 million, focusing on tasks such as conducting technical reviews, laboratory experiments, and logistical support across multiple fields including structural dynamics and materials science. Interested contractors must maintain a DOD SECRET Facility Clearance and demonstrate relevant experience and qualifications, with proposals evaluated based on Technical Capability, Past Performance, and Price. For further information, potential offerors can contact Janalyn Dement at Janalyn.H.Dement@usace.army.mil or Christy Love at Christy.J.Love@usace.army.mil, with proposals due as specified in the solicitation documents.
Educational Services at Dover AFB
Buyer not available
The Department of Defense Education Activity (DoDEA) is seeking contractors to provide comprehensive K-12 educational services, including special education, at Dover Air Force Base (AFB) in Delaware. The contract will encompass a range of services such as food service, grounds maintenance, building maintenance, and student transportation for approximately 430 eligible dependent children of DoD personnel, with a performance period starting July 1, 2025, and extending through June 30, 2030, including multiple option periods. This initiative is crucial for ensuring quality educational opportunities for military families and aligns with federal regulations governing educational services. Interested parties should contact Laura Manuel at laura.manuel@dodea.edu or Alim Koroma at Alim.Koroma@dodea.edu for further details, and proposals must be submitted by the specified deadlines outlined in the solicitation documents.
Laredo ISD JCLC
Buyer not available
The Department of Defense, specifically the Department of the Army, is seeking contractors to provide comprehensive support services for the Laredo Independent School District's Junior Cadet Leadership Camp (JCLC) scheduled from May 5 to May 10, 2025. The contractor will be responsible for furnishing lodging accommodations, meals, transportation, medical support, and necessary facilities for approximately 120 cadets, 20 cadre members, and 4 chaperones from various schools. This initiative is part of a broader effort to enhance leadership skills and citizenship training among youth participants, while also promoting opportunities for women-owned small businesses in federal contracting. Interested parties must submit their bids in response to the Request for Quote (RFQ) format, ensuring compliance with all regulatory requirements, including registration in the System for Award Management (SAM), by the specified deadlines. For further inquiries, potential bidders can contact Eric V. Tollefson at eric.v.tollefson.civ@army.mil or Samuel M. Henderson at Samuel.M.Henderson1.civ@mail.mil.
Library Subscription Services
Buyer not available
The Department of Defense, specifically the Department of the Air Force, is seeking vendors to provide Library Subscription Services at MacDill Air Force Base in Tampa, Florida. The procurement involves leasing print and audio books, with a contract structured for one base year and four option years, plus a potential six-month extension. This initiative aims to enhance library offerings for the Air Force community, ensuring access to a diverse selection of titles, including best sellers and educational materials. Proposals are due by April 30, 2025, and must meet specific technical requirements as outlined in the Statement of Work; interested parties can contact Jon Soucy at jon.soucy@us.af.mil or Melissa Biggar at melissa.biggar@us.af.mil for further information.
2BDE JROTC Cadet Leadership Challenge (JCLC) BUFFALO
Buyer not available
The Department of Defense, specifically the Department of the Army, is soliciting proposals for a non-personal service contract to support the Junior Cadet Leadership Challenge (JCLC) in Buffalo, New York, scheduled for June 25-28, 2025, with options for three additional years. The contractor will be responsible for providing meals, lodging, and training facilities for approximately 110 cadets and 14 cadre, ensuring the execution of various training activities focused on leadership development and team-building exercises. This contract is crucial for meeting the comprehensive training needs of cadets while adhering to safety and quality standards, with performance evaluations conducted by the government. Interested parties can contact Renete Barnett-Morgan at renete.l.barnett-morgan.civ@army.mil or 502-624-6878 for further details.
DFAC Attendant
Buyer not available
The Department of Defense, specifically the Department of the Army, is soliciting proposals for Dining Facility Attendant (DFAC) services at the 162nd Wing Arizona Air National Guard Base in Tucson, Arizona. The contract encompasses a base year with four option years, requiring the contractor to provide personnel for food preparation, serving line maintenance, and adherence to sanitation standards in accordance with military regulations. This procurement is vital for ensuring high-quality meal services for Department of Defense personnel during Unit Training Assembly weekends. Interested vendors must submit their proposals by the specified deadline, including a completed Solicitation 1449 and a technical capability statement, to the primary contacts Gregorie Vinueza-Daly and Jordan Vasquez via email. The solicitation reference number is W50S6S25RA002, and a site visit is scheduled for May 13, 2025.