U--Training and Technical Assistance (TTA) Network
ID: 140D0425R0019Type: Combined Synopsis/Solicitation
6 AwardsAug 29, 2025
$25M$25,026,350
AwardeeSTG INTERNATIONAL, INC. 2900 S QUINCY ST STE 888 Arlington VA 22206 USA
Award #:140D0425C0021
Overview

Buyer

INTERIOR, DEPARTMENT OF THEDEPARTMENTAL OFFICESIBC ACQ SVCS DIRECTORATE (00004)HERNDON, VA, 20170, USA

NAICS

Administrative Management and General Management Consulting Services (541611)

PSC

EDUCATION/TRAINING- OTHER (U099)
Timeline
    Description

    The Department of the Interior, through the Interior Business Center's Acquisition Services Directorate, is seeking proposals for the Training and Technical Assistance (TTA) Network under the Head Start program. This procurement aims to award 12 Time and Materials (T&M) contracts to enhance service delivery capabilities for approximately 1,700 grantees across the U.S., focusing on areas such as school readiness, compliance oversight, and professional development. The initiative is critical for improving early childhood education services for economically disadvantaged children and families, aligning with federal mandates for the Head Start program. Interested parties must submit their proposals by April 23, 2025, at 11:30 AM ET, and can direct inquiries to Gabriella Jones at gabriella_jones@ibc.doi.gov or call 703-964-8831.

    Point(s) of Contact
    Files
    Title
    Posted
    The document outlines an amendment for solicitation number 140D0425R0019 related to Training and Technical Assistance (TTA) services for the Head Start program. This procurement, managed by the Department of the Interior on behalf of the Department of Health and Human Services, aims to award 12 contracts across distinct U.S. geographical regions to enhance local agencies' capabilities to deliver services effectively. The services will support Head Start initiatives, focusing on areas like compliance, school readiness, and staff development. Key objectives include providing high-quality and intensive support to approximately 1,700 Head Start recipients, facilitated by specialized personnel including Early Childhood Specialists, Family Engagement Specialists, and Health Specialists, among others. The contractor is responsible for ensuring quality assurance, developing TTA plans, managing data, and coordinating efforts with regional offices. The contracts will be structured as Time and Materials (T&M), with a five-year performance period, ensuring continuity and adaptation to evolving needs. The document confirms that all submitted amendments must be acknowledged, and maintains that core terms remain unchanged. The amendment primarily updates the RFP and integrates feedback questions, further illustrating the government's commitment to improving early childhood education services across the nation.
    The document outlines Amendment 0005 to the solicitation 140D0425R0019 for acquiring Training and Technical Assistance (TTA) services under the Head Start program. The amendment primarily updates attachments, extends the proposal deadline to April 23, 2025, and emphasizes the importance of complying with submission procedures to avoid rejection. The TTA services will enhance capabilities of Head Start programs nationwide, serving diverse areas through 12 contracts, with a focus on professional development, program management, and compliance oversight. The initiative aims to strengthen the quality of services for economically disadvantaged children and families, aligning with mandates from the Head Start Act. The document also details roles, qualifications, and expectations for TTA personnel, underscoring data-driven decision-making and ongoing communication with recipients to incrementally support program improvements.
    The document pertains to the procurement of Training and Technical Assistance (TTA) Network services for the Head Start program, which serves economically disadvantaged families with children from birth to five. The Department of the Interior is soliciting 12 contracts to deliver these TTA services across various U.S. regions, aiming to enhance local agencies' capacity in crucial areas such as school readiness and program management. Each contract will accommodate designated geographical areas and utilize a Time and Materials contract type over a performance period of 59 months. The TTA system comprises National Centers for standard messaging, a Regional TTA Network for localized support, and direct funding for grant recipients. Key roles include the Regional Training and Technical Assistance Coordinator, Early Childhood Specialists, and Family Engagement Specialists, who will collectively address recipients' training needs through onsite, group, and virtual technical assistance. The document details extensive qualifications for staff across twelve regions, emphasizing diverse expertise to meet specific community requirements. Overall, the intent is to ensure recipients provide high-quality services while continually improving through structured, research-informed assistance, thereby aiding in the overall mission of the Head Start program.
    The document outlines a Consultant Approval Template for the OHS Regional Training and Technical Assistance Network facilitated by the U.S. Department of Health and Human Services, specifically the Administration for Children and Families, Office of Head Start. It serves to request consultant services for early childhood education (ECE) training, detailing the purpose and deliverables expected from the consultant. Key sections include the exact services to be provided, the location of task performance, and a breakdown of the anticipated timeline and total hours required for preparation, delivery, and follow-up activities. A crucial aspect of the template involves a comprehensive expense breakdown for the consultant’s services, including lodging, travel, materials, and meals, culminating in a grand total cost. Additionally, it requires the consultant's contact information and authorization signatures from Contracting Officer Representatives (COR) and Contracting Officers (CO). The template is essential for ensuring that federal funding is allocated smoothly and transparently in support of early childhood programs, adhering to grant and RFP requirements. Overall, this document facilitates the structured engagement of consultants to enhance ECE services across designated regions.
    The Problem Notification Report (PNR) serves as a formal communication tool for contractors to notify the contracting officer’s representative (COR) about issues affecting scheduled deliveries of goods or services. The report requires detailed documentation of the problem’s nature and source, indicating whether government action is necessary and how it might impact the delivery schedule. Additionally, it addresses whether the delay can be rectified and outlines the corrective actions required, including a new completion timeline. The PNR also assesses potential increases in costs due to the identified problems and specifies the responsibilities of both the contractor and the government regarding these costs. This structured format is crucial for transparency and accountability in government contracting processes, particularly within federal RFPs and grants.
    The U.S. Department of Health and Human Services' Administration for Children and Families (ACF) has issued a policy regarding email signatures for its employees and contractors. Effective immediately, all emails sent in an official capacity must contain a standardized signature block, which should include the individual's name, title, organization, and contact information. Personal expressions, tag lines, or editorial statements are strictly prohibited to avoid any perception of misrepresentation of the agency. The directive aims to maintain professionalism in communication while ensuring official correspondence adheres to governmental standards. This policy reinforces the importance of effective communication within ACF while safeguarding the integrity of the agency's image in all interactions.
    The Non-Disclosure Agreement (NDA) between the Department of Health & Human Services (HHS) and contractor employees facilitates conditional access to sensitive but unclassified information related to the Procurement Management Review process. The document outlines obligations concerning the protection of this information, including prohibiting unauthorized use, disclosure, or access beyond assigned duties. Contractors must comply with various federal laws protecting confidential information and must report any breaches. Upon completion of their role, contractors must return all sensitive materials, submit written works for security review, and assign any related royalties to the government. Violations of the NDA can lead to serious legal consequences. This document underscores the importance of confidentiality and the secure management of sensitive information within federal contracting processes, aligning with government standards for RFPs and grants.
    The document serves as a placeholder for the Department of Labor (DOL) wage determinations that will be relevant to federal solicitations. It indicates that the most current versions of wage determinations will be included with the solicitation documentation. This is essential for contractor compliance with labor standards and fair wage practices when responding to federal Request for Proposals (RFPs) and grants. The wage determinations are critical components that inform contractors of the minimum wage rates for laborers and mechanics employed under federal contracts, thus ensuring adherence to legislative standards and promoting equitable compensation in government-funded projects. The forthcoming inclusion of updated wage determinations ensures that all parties are aligned with current labor laws and wage guidelines as they prepare their proposals.
    The document details wage determinations under the Service Contract Act (SCA) from the U.S. Department of Labor. It specifies minimum wage requirements based on contracts entered into or renewed after January 30, 2022, with rates adjusting annually under Executive Orders 14026 and 13658. The document includes wage rates for various occupations within specific Massachusetts and New York counties, alongside fringe benefits for employees, such as health and welfare, vacation, and holiday pay. For Massachusetts, rates start from $17.75 per hour, increasing for various roles including clerical, automotive, health, and technical occupations. Similar provisions apply to New York, which notes specific areas where different rates apply. Additionally, it outlines requirements for additional classifications and wage rate processes, including adhering to the "Service Contract Act Directory of Occupations." The document underscores compliance measures and worker protections, reinforcing the federal government’s commitment to fair wages in contract work, critical for federal procurement processes and labor law adherence.
    The document serves as a guide for vendors to complete the Section 508 Evaluation Template for the U.S. Department of Health and Human Services (HHS), which ensures compliance with accessibility standards for information technology. Section 508 stems from a 2001 collaborative effort, resulting in a web-based checklist that facilitates market research requirements. The evaluation template is organized into summary and detail tables, summarizing a product’s conformity with Section 508 standards. Vendors must engage technical specialists to assess applicable standards and document how their product meets or fails to meet each criterion. These evaluations cover various software, hardware, and functional performance criteria, with guidance on documenting support features and remarks for each standard. The document stresses the vendor's responsibility for accurate reporting and acknowledges HHS's authority to reject proposals lacking detailed compliance information. It emphasizes the importance of accessibility in technology procurement and the obligation of vendors to provide support and documentation in accessible formats. Overall, the guide aims to streamline the evaluation process while fostering inclusivity in government services through accessible technology.
    The Department of Health and Human Services' Past Performance Questionnaire is associated with RFP No. 140D0425R0019 for the OHS Regional Training and Technical Assistance Network. Its primary purpose is to evaluate contractor performance through two parts: a subjective effort description and a rating system across multiple performance areas. Evaluators assess critical aspects such as the quality of products/services, adherence to schedules, cost control, business relations, and management of key personnel, applying a defined rating scale that ranges from "Exceptional" to "Unsatisfactory." The questionnaire emphasizes the systematic documentation of contractor performance for federal requirements via the Contractor Performance Assessment Reporting System (CPARS) and the Past Performance Information Retrieval System (PPIRS). Overall, it serves to ensure that contractors meet expectations in delivering federal services, particularly highlighting the importance of small business utilization and effective management of subcontractors. The structured approach fosters accountability and quality assurance in government contracting.
    The Department of Health and Human Services has issued a Past Performance Questionnaire as part of RFP No. 140D0425R0019, aimed at assessing potential contractors for the OHS Regional Training and Technical Assistance Network. The questionnaire consists of two main parts: Specific Performance and General Performance. The Specific Performance section solicits detailed descriptions of previous contracts, while the General Performance section requires evaluators to rate various performance areas such as product quality, schedule adherence, cost control, and business relations using a standardized scale. The document includes definitions for each rating and performance area, contributing to a structured evaluation of the contractor's past performance. Additionally, the evaluation will inform decisions made through the Contractor Performance Assessment Reporting System (CPARS), impacting future contract awards by federal agencies. The emphasis is on ensuring contractor accountability and performance reliability, aligning with federal regulations and program standards for effective service delivery.
    The document outlines the procedure for disclosing lobbying activities in accordance with 31 U.S.C. 1352, required for entities involved in federal actions such as contracts, grants, cooperative agreements, loans, or loan guarantees. Key information collected includes the type and status of federal action, the reporting entity’s details, the federal department or agency involved, and any lobbying registrant engaged to influence the federal action. The form requires specific data like award amounts, congressional districts, and any material changes in previous disclosures. It serves to ensure transparency about efforts to influence government outcomes, reinforcing accountability within federal funding processes. Failure to submit this disclosure may result in penalties. Participants are instructed to complete all relevant sections accurately to comply with federal regulations, emphasizing the importance of accurate reporting for all covered federal actions.
    The document outlines a Request for Proposals (RFP) for the Head Start Training and Technical Assistance Network, detailing instructions for offerors to complete a pricing spreadsheet specific to their proposed regions. Offerors are required to present fully burdened labor rates and can propose different levels of effort or personnel counts as long as they adhere to maximum limits specified in the pricing sheet. The document includes a comprehensive pricing model across regions 1 through 12, providing estimated costs for labor and Other Direct Costs (ODCs) such as travel, consultants, and training. For each region, the pricing summary includes labor categories like T/TA Coordinators, EC Managers, Administrative Assistants, and various specialists, along with corresponding levels of effort (LOE), personnel numbers (KP), and total pricing per period. It emphasizes the importance of documenting any changes to ODC values in the proposal's assumptions section. The estimated total contract values range from approximately $1.3 million to over $5.7 million depending on the region, indicating significant investment in workforce training and assistance aimed at enhancing the Head Start program's effectiveness across multiple locales.
    The document outlines a Request for Proposals (RFP) for the Head Start Training and Technical Assistance Network, focusing on regional training services. Offerors are instructed to complete a pricing spreadsheet tailored to their proposed region, adjusting full-time equivalent (FTE) hours as necessary and documenting any deviations or changes to provided numbers in the proposal's Price Assumptions section. Each region has a specific staffing structure, including T/TA coordinators, EC managers, specialists, and administrative support, with details on labor and other direct costs (ODCs) such as travel, consultants, and training costs. The total estimated contract value varies by region, with Region 1 totaling $1,925,000, and other regions ranging from approximately $1.3 million to over $5 million. This RFP highlights the government's commitment to improving educational support through structured proposals, ensuring transparency, and establishing clear expectations for budgetary and operational planning across various regions.
    The document outlines the Request for Proposals (RFP) for the Head Start Training and Technical Assistance Network, detailing instructions for offerors regarding pricing submissions. It requires completion of a pricing spreadsheet with fully burdened labor rates and fixed staffing numbers across multiple regions. Offerors can adjust Full-Time Equivalent (FTE) hours according to their internal policies but must justify any deviations. The RFP includes various roles, such as T/TA Coordinators and EC Specialists, with prescribed labor hours and associated costs categorized for base and option periods. Each region has defined maximum FTEs and total contract values, covering operational costs such as travel, consultants, and training. The document emphasizes that all pricing components must be documented clearly, reflecting the prepopulated formulas while ensuring compliance with the overall RFP structure. This process facilitates federal funding allocation and implementation of Head Start services across designated regions, ensuring effective management of grants and resources while adhering to government standards and requirements.
    The document outlines a Request for Proposals (RFP) for the Head Start Training and Technical Assistance (TTA) Network, which includes specific pricing spreadsheet instructions for offerors proposing across various regions. Offerors are required to complete a pricing spreadsheet with labor rates intended to be fully burdened. The document specifies fixed staffing numbers and allows alterations to Full-Time Equivalent (FTE) hours, provided justifications for deviations from the standard 1920-hour work year are included. The RFP includes a detailed pricing summary for various contract line items across multiple project regions, showcasing total prices across base and option periods while documenting labor and other direct costs (ODCs) such as travel, consultants, and training costs. Each region has a maximum number of FTEs and includes labor and ODCs in the subtotal and total price sections. The total estimated value for each region highlights significant financial commitments associated with the Head Start TTA Network projects. The purpose of this RFP is to solicit proposals from qualified offerors to provide essential training and technical assistance as mandated by federal regulations for early childhood education programs.
    The document titled "Attachment J – Solicitation Question Form" serves as a structured format for submitting inquiries related to government Requests for Proposals (RFPs) and grants. It outlines a series of questions, each categorized by its reference number, document page, and relevant section. The Government Response section is provided to address these inquiries, facilitating transparency and communication between the government and potential applicants. This form is essential for ensuring that interested parties have a clear understanding of the solicitation requirements and any ambiguities can be clarified. The organization of the document emphasizes clarity, making it easier for respondents to engage with the RFP process effectively. Overall, this solicitation question form enhances the efficiency of the federal and state/local procurement systems by promoting an interactive dialogue concerning funding opportunities and project proposals.
    The HHS Subcontracting Plan Template outlines essential requirements for submitting a subcontracting plan for federal contracts exceeding $750,000. It is designed to ensure compliance with the Small Business Act and FAR regulations, stipulating involvement of small businesses in procurement. Contractors must specify project details, proposed subcontracting goals for various business categories such as Small Business (SB), Small Disadvantaged Business (SDB), Women-Owned Small Business (WOSB), Service-Disabled Veteran-Owned Small Business (SDVOSB), and others, along with a clear methodology for these goals. HHS sets a 33.25% target for small businesses and other specific goals for different business types. The template requires detailed reporting of subcontracting opportunities, encouragement of equitable participation from small businesses, and assurance of timely payments. Contractors are also expected to maintain records demonstrating compliance and undertake good faith efforts to procure from these businesses. The template emphasizes the importance of outreach and internal support mechanisms for enhancing small business participation in federal contracting, a crucial aspect of fostering economic inclusivity in government procurement processes.
    The HHS Subcontracting Plan Template outlines requirements for contractors engaging in federal contracts exceeding $750,000, emphasizing the inclusion of small businesses in subcontracting opportunities. The template details necessary project information, subcontracting goals, and the structure needed for individual plans. Specifically, it sets forth defined goals for various business categories, including Small, Women-owned, and Veteran-owned businesses, for Fiscal Year 2025. Contractors must submit comprehensive plans that reflect their commitments to these business types, incorporate methodologies for goal development, and describe subcontracts planned. The document requires contractors to detail their outreach efforts towards small business sources and sets forth obligations regarding timely payment to subcontractors. A monitoring mechanism for compliance, as well as record-keeping requirements, is also addressed. The overall purpose of this template is to facilitate equitable participation of small and disadvantaged businesses in government contracting, adhering to the Small Business Act and Federal Acquisition Regulations. By establishing clear guidelines and mandatory reporting, HHS aims to promote diversity in procurement processes while fostering economic growth for smaller entities within the federal market.
    The Administration for Children and Families (ACF) provides a comprehensive overview of various software and technological tools available for its workforce. This document outlines the categories of resources offered, including AI tools, web browsers, collaboration tools, community engagement tools, and data analysis applications. It details the purpose, licensing requirements, security status, notable limitations, and access points for each software. Key highlights include the use of Adobe Firefly for image generation, collaboration platforms such as Microsoft Teams and Zoom, and data management tools like Microsoft Excel and Qualtrics for surveys. The document emphasizes the importance of adhering to security protocols, with most tools approved by the Health and Human Services (HHS) operating standards. ACF Tech is actively enhancing this resource page, indicating a commitment to improving technology accessibility for agency staff. The purpose of the document aligns with federal efforts to leverage technology for improving agency operations, ensuring efficiency, transparency, and collaboration among ACF teams and external stakeholders, thereby facilitating effective service delivery.
    The document serves as an official government response to a Request for Proposals (RFP) for the Technical Assistance (TTA) services related to head start programs. Key topics addressed include staffing requirements, proposal submission guidelines, performance expectations, and the evaluation criteria used for contractor selection. The RFP emphasizes the need for clear job descriptions for labor categories, submission procedures, and constraints concerning file sizes for email submissions. It details the importance of staffing plans, key personnel qualifications, and requirements for past performance references. Additionally, the document clarifies the roles of project management, contract compliance, and the necessity for contractors to adhere to security protocols. The government aims to ensure all proposals meet specific standards for evaluation, including technical approaches and pricing strategies. The comprehensive guidelines aim to facilitate a transparent and competitive procurement process while ensuring compliance with federal regulations and efficiency in delivering TTA services across all regions. This RFP, particularly with aspects concerning labor categories and evaluation criteria, reflects the government's priorities in fostering effective support for early childhood development initiatives.
    The document outlines the Request for Proposals (RFP) for Training and Technical Assistance (TTA) services under RFP 140D0425R0019, along with amendments and questions from potential bidders. The RFP addresses various topics, including proposal requirements, staffing constraints, performance metrics, and the expectations for deliverables across multiple regions. It discusses the structure of proposals, including limits on page counts, the necessary components, and file size restrictions for submissions. Key highlights include requirements for staffing qualifications, the significance of adherence to deadlines, and specifics about financial proposals. Bidders must understand constraints related to subcontractor roles and required documentation such as Past Performance Questionnaires and wage determinations. The document confirms that job descriptions are not needed in proposals, and the formatting rules apply only to the main technical response, excluding appendices. The government emphasizes compliance with federal regulations and aims for proposals that enhance the quality of TTA services, building local program capabilities. Overall, this RFP serves to solicit competitive proposals for enhancing TTA services, ensuring the delivery of high-quality assistance aligned with federal standards.
    The Department of Health and Human Services (HHS) seeks proposals for 12 Training and Technical Assistance (TTA) Network contracts under the Head Start program. This initiative aims to enhance service delivery capabilities for approximately 1,700 grantees across specified U.S. regions, ensuring compliance with federal standards. The contracts, structured as Time and Materials (T&M), emphasize the need for quality training focused on areas such as school readiness, corrective action for compliance issues, and staff professional development. The contracts support both direct assistance and capacity-building through a multidimensional TTA system involving specialists in early childhood education, health, family engagement, and systems management. Each region will have dedicated teams, ensuring localized support reflective of community needs. The document outlines requirements for contractor personnel, qualifications, and performance expectations, including regular quality assurance and reporting. Overall, this RFP underscores HHS's commitment to improving early childhood education and support services, aligning with legislative mandates for technical assistance funding and reflecting a significant investment in child development initiatives nationwide.
    The document outlines the amendment (No. 0002) to solicitation 140D0425R0019, primarily focused on the procurement of Training and Technical Assistance (TTA) Network services for the Head Start program. The amendment extends the response deadline to April 11, 2025, and includes updates to the Request for Proposal (RFP) and relevant Q&A for industry stakeholders. The aim is to award 12 separate contracts to provide TTA services across various U.S. regions, focusing on enhancing service quality for economically disadvantaged children and families under the Head Start program. The scope of services includes delivering high-quality training, supporting compliance with federal guidelines, and addressing findings from federal monitoring. This initiative falls under the auspices of the Department of Health and Human Services (HHS) and is administered by the Department of the Interior’s Acquisition Services Directorate. Key aspects include establishing a Regional TTA network, developing a systematic approach for monitoring and evaluating training effectiveness, and ensuring diverse staffing with relevant experience in early childhood education and program management. Overall, the document reflects a structured response to enhancing education quality for young children through targeted federal support and collaboration with regional agencies.
    The document outlines Amendment 0001 to solicitation number 140D0425R0019, which pertains to a contract modification within the federal acquisition process. The amendment is centered on updating specific sections of the Statement of Work, Deliveries and Performance, and Special Contract Requirements, ensuring they reflect the latest versions. It emphasizes the importance of acknowledging receipt of the amendment to avoid rejection of offers and specifies that changes to previously submitted offers can be made via letter or electronic communication if received by the deadline. The document reiterates that all other aspects of the original solicitation remain unchanged, maintaining the integrity of the proposal process. This amendment demonstrates the government's ongoing efforts to ensure clarity and compliance in its contracting procedures, ultimately supporting transparency and proper execution of federal contracts.
    This document serves as Amendment No. 0002 to solicitation No. 140D0425R0019, aimed at updating the Request for Proposals (RFP) and providing answers to industry questions. The amendment specifies that offers must acknowledge receipt of the amendment by various methods before the deadline to avoid rejection. The response deadline is extended to April 11, 2025, at 11:30 AM ET. All changes made to the RFP are highlighted in blue for clarity. It reaffirms that all other terms and conditions of the original solicitation remain unchanged. In summary, this amendment updates critical information for potential contractors, ensuring they are aware of the changes while maintaining the integrity of the original procurement process.
    The document is an amendment to the solicitation 140D0425R0019, issued by the Acquisition Services Directorate. Its main purpose is to update the Request for Proposals (RFP) by incorporating new attachments and responding to industry questions. All modifications are highlighted in green for clarity, while the original terms and conditions of the solicitation remain unchanged. The amendment outlines procedures for contractors to acknowledge receipt and make changes to their offers, emphasizing that failure to comply could lead to rejection. This amendment emphasizes maintaining transparency and communication between the contracting authority and potential offerors, thereby facilitating an organized procurement process within the federal contracting framework. It is dated March 10, 2025, and underscores the importance of compliance with all outlined protocols to ensure a fair evaluation of proposals.
    This document serves as Amendment 004 to a government solicitation, specifically modifying contract/order details. The primary purpose of this amendment is to extend the response deadline, allowing additional time for the government to adjust the Request for Proposal (RFP) in line with recent operational changes at the Office of Human Services (OHS). The amendment outlines that offers must be acknowledged to be considered valid, and it specifies acceptable methods for doing so, including letter or electronic communication referencing both the solicitation and amendment numbers. Furthermore, it clarifies that all other terms of the solicitation remain unchanged despite this extension. The modification ensures clarity in communication and compliance with necessary government procurement protocols.
    The document serves as Amendment 0005 to solicitation 140D0425R0019, which updates the Request for Proposals (RFP) by modifying the pricing worksheet and extending the deadline for proposal submissions to April 23, 2025, at 11:30 AM ET. It outlines the requirements for acknowledging receipt of the amendment, emphasizing that failure to do so may lead to proposal rejection. The amendment process is clarified, indicating that changes can be submitted via letters or electronic means, with specific references to the solicitation and amendment numbers. All other aspects of the original RFP remain unchanged, and the changes made in the document are highlighted in pink for easy identification. This amendment is part of the federal contracting process aimed at ensuring proper communication and procedure adherence among potential contractors, ultimately facilitating the solicitation's objective of selecting qualified offers for government contracts.
    The document is an amendment (No. 0006) to a federal solicitation (140D0425R0019) specifically concerning a correction in the Pricing Worksheet related to the "OHS TTA - Formerly Region 5." The purpose of this amendment is to rectify an error within this attachment, with changes highlighted in orange for clarity. It is mandated that contractors acknowledge receipt of this amendment through specified methods to avoid rejection of their offers. The amendment affirms that aside from the highlighted corrections, all other terms and conditions of the solicitation remain unchanged. This action falls under the authority of FAR 43.103(b) for administrative changes, ensuring compliance with regulatory frameworks governing contract modifications. Overall, this document underscores the necessity for precise communication and documentation in federal contracting processes.
    The document outlines a Request for Proposal (RFP) issued by the Department of Health and Human Services (HHS) for Training and Technical Assistance (TTA) Network services under the Administration for Children and Families (ACF), specifically for the Office of Head Start (OHS). The U.S. government intends to award 12 individual Time and Materials (T&M) contracts, corresponding to each of the 12 ACF Regions. It indicates that the services are severable, meaning funding is allocated specifically for distinct line items. The document includes standard identification codes, contact information, submission details, and statutory references that govern the contractual process, such as the Federal Acquisition Regulation (FAR). This RFP aims to engage vendors for support services critical to the ACF’s operations, reflecting the federal government’s commitment to fostering effective programs in early childhood education and care.
    Similar Opportunities
    Limited Source Justification, Authority: FAR 8.405-6 and 40 U.S.C 501
    Interior, Department Of The
    The Department of the Interior (DOI) is issuing a six-month sole-source contract to T&T Consulting Services, Inc. for critical computer/information technology (C4IT) support services on behalf of the Department of Defense Medical Education and Training Campus (METC). This procurement is necessary to provide Tier 0/I/II support, system administration, and management of IT and audio-visual equipment, ensuring uninterrupted service for over 8,000 hardware units and 9,500 daily users during the transition to a new follow-on contract. The total estimated value of the contract is $1,988,537.60, and the incumbent contractor, T&T Consulting Services, Inc., was selected due to their existing DOD clearances and experience, which are vital for maintaining mission-critical support. For further inquiries, interested parties can contact Lydia Schickler at lydiaschickler@ibc.doi.gov or by phone at 703-964-4872.
    F--Technical Assistance Contract(s) (TACs) for EM Field Sites.
    Energy, Department Of
    The Department of Energy is seeking qualified contractors to provide Technical Assistance Contracts (TACs) for Environmental Management (EM) Field Sites. The objective of this procurement is to obtain specialized technical support and services that will aid in the management and remediation of environmental issues at various EM sites. These services are crucial for ensuring compliance with environmental regulations and for the effective cleanup of contaminated sites, thereby promoting public health and safety. Interested parties can reach out to William A. Brown at William.Brown@emcbc.doe.gov or call 513-246-0023 for further information regarding this opportunity, which is set aside for 8(a) competitors under NAICS code 562910.
    Highway Infrastructure Engineering and Research Data Services (HIERD)
    Transportation, Department Of
    The Department of Transportation, specifically the Federal Highway Administration (FHWA), is seeking proposals for the Highway Infrastructure Engineering and Research Data Services (HIERD) contract. This procurement aims to secure non-personal services that require multidisciplinary expertise in pavement, bridge, and highway infrastructure engineering, alongside data management, analytics, and web application development. The contract, structured as an Indefinite Delivery/Indefinite Quantity (ID/IQ) agreement, is crucial for enhancing the quality and accessibility of highway infrastructure research data through various FHWA InfoHighway portals. Interested small businesses must submit their proposals by the specified deadlines, with a guaranteed minimum contract value of $50,000 and a maximum ceiling of $8,000,000 over a performance period of 60 months. For further inquiries, potential bidders can contact Tamiko Aikens at tamiko.aikens@dot.gov or Bob Brown at Bob.P.Brown@dot.gov.
    Tactical Firearms Training 4-Day
    Dept Of Defense
    The Department of Defense, specifically the Naval Surface Warfare Center Indian Head Division (NSWC IHD), is seeking proposals for a Tactical Firearms Training course lasting four days, aimed at training up to 16 students. The procurement requires the contractor to provide comprehensive course curriculum and instruction, covering essential shooting fundamentals, combat mindset, and practical exercises, with all necessary equipment and materials supplied by the contractor. This training is critical for enhancing the tactical skills of personnel and will take place in January 2026 at a location within an 80-mile radius of Indian Head, Maryland. Interested small businesses must submit their quotes by December 19, 2025, with inquiries directed to Barbara Grinder at barbara.j.grinder.civ@us.navy.mil.
    R--Conflict Management Services - Internal
    Interior, Department Of The
    The Department of the Interior (DOI) is seeking proposals for a single-award, five-year Indefinite Delivery/Indefinite Quantity (IDIQ) contract for Conflict Management Services to support its Office of Collaborative Action and Dispute Resolution (CADR). The contract will encompass a range of services, including mediation, facilitation, assessment, process design, and training, with an estimated 35-50 task orders issued annually, approximately 25 of which will be related to Equal Employment Opportunity (EEO) matters. This procurement is a total small business set-aside under NAICS code 541612, with a maximum ceiling value of $8 million and a guaranteed minimum order value of $25,000. Interested contractors must register in the System for Award Management (SAM) and submit their proposals by the specified deadline, with the contract performance period running from January 17, 2026, to January 16, 2031. For further inquiries, interested parties can contact Michelle Harvey at michelleharvey@ibc.doi.gov or by phone at 571-842-1131.
    R--Geospatial Support Services for OTS - DRIS
    Interior, Department Of The
    The Department of the Interior, specifically the Bureau of Indian Affairs (BIA), is seeking qualified contractors to provide Geospatial Support Services for the Office of Trust Services - Division of Resource Integration and Services (DRIS). The objective of this procurement is to enhance IT system modernization and data integration through Geographic Information Systems (GIS), which will support natural resource management on Indian lands and facilitate economic analyses. This opportunity is a 100% Indian Small Business Economic Enterprise (ISBEE) set-aside, with a contract period starting from January 15, 2026, to January 14, 2027, and includes four option years extending through January 14, 2031. Interested parties must submit their quotes by December 31, 2025, and direct any questions to Nancy Shah at Nancy.Shah@bia.gov by December 9, 2025.
    Medical Equipment and Furnishings, Fixtures, and Equipment (FF&E) Planning Software as a Services (SaaS)
    Health And Human Services, Department Of
    The Department of Health and Human Services, specifically the Indian Health Service, is seeking proposals for a Medical Equipment and Furnishings, Fixtures, and Equipment (FF&E) Planning Software as a Service (SaaS) to support the construction of new healthcare facilities. The objective is to acquire a software license that replaces current spreadsheet-based methods, which have resulted in cost overruns and project delays, by providing a web-based solution with features such as real-time updates, API connectivity, and compliance with federal regulations. Proposals are due by December 26, 2025, at 3:00 PM EST, with the contract covering a base year and one option year, and inquiries should be directed to Contracting Officer Jong Kim at jong.kim@ihs.gov or 206-619-0638.
    Geographic Information System Support Specialist
    Interior, Department Of The
    The Department of the Interior, Bureau of Indian Affairs (BIA), is seeking proposals for Geographic Information System (GIS) support services under Solicitation No. 140A1126Q0005, specifically set aside for Indian Small Business Economic Enterprises. The contract aims to enhance the efficiency and management of the San Carlos Irrigation Project's electrical utility operations, requiring an on-site GIS project manager to maintain the GIS system, collect field data, and provide comprehensive data analysis and reporting. This firm-fixed-price contract spans 2160 hours annually over a base year and four option years, with quotes due by December 31, 2025, at 5:00 PM PST, and inquiries accepted until December 26, 2025. Interested vendors should submit their proposals electronically to Melanie Schiaveto at melanie.schiaveto@bia.gov.
    TITLE IV PELL GRANT SPECIALIZED SERVICES
    Interior, Department Of The
    The Department of the Interior, specifically the Bureau of Indian Affairs through the Indian Education Acquisition Office, is seeking a contractor to provide specialized services for Title IV Pell Grant processing at Haskell Indian Nations University (HINU). The primary objective is to enhance the efficiency of awarding Pell Grants to eligible students by utilizing the university's financial aid systems, including CAMS, COD, and EDConnect, while developing Standard Operating Procedures to streamline operations. This contract, set aside exclusively for Indian Small Business Economic Enterprises (ISBEEs), will be awarded as a Firm Fixed Price purchase order for a base year with an option for an additional year, with quotes due by December 19, 2025, at 2:00 PM CST. Interested parties can contact Jeff Morris at jeff.morris@bie.edu or by phone at 505-364-2130 for further details.
    R--Technical Support Services
    Energy, Department Of
    The Department of Energy, specifically the NNSA Non-Mo Contracting Operations Division, is seeking proposals for Technical Support Services under a total small business set-aside. The objective of this procurement is to obtain engineering services that will support various technical operations within the department. These services are crucial for ensuring the effective functioning of energy-related projects and initiatives. Interested vendors can reach out to Tracy J. CDeBaca at Tracy.CDeBaca@nnsa.doe.gov or call 505-845-4711 for further information regarding the solicitation process.