Assessment Data Use and Implementation
ID: HE125425QE075Type: Combined Synopsis/Solicitation
Overview

Buyer

DEPT OF DEFENSEDEPT OF DEFENSE EDUCATION ACTIVITY (DODEA)DOD EDUCATION ACTIVITYALEXANDRIA, VA, 22350-1400, USA

NAICS

Educational Support Services (611710)

PSC

EDUCATION/TRAINING- GENERAL (U009)
Timeline
    Description

    The Department of Defense Education Activity (DoDEA) is seeking proposals for a customizable commercial off-the-shelf (COTS) professional learning series aimed at enhancing K-12 educators' skills in data-driven instruction and continuous improvement. The primary objective is to provide a professional learning series that includes a teaching and learning cycle focused on data analysis, leadership development, and facilitating professional learning communities. This initiative is crucial for improving instructional practices across DoDEA's 161 schools, which serve over 67,000 students globally. Interested vendors must submit their quotes electronically by adhering to specific formatting and content requirements outlined in the solicitation documents, with the anticipated contract type being a Firm-Fixed Price Purchase Order for a base year and four option years. For further inquiries, vendors can contact Andrew Johnston at andrew.johnston@dodea.edu or Jamie K. Formosa at jamie.formosa@dodea.edu.

    Point(s) of Contact
    Files
    Title
    Posted
    This government file is an amendment to a solicitation (RFQ HE125425QE075) issued by the Department of Defense Education Activity (DoDEA) for a commercial, off-the-shelf (COTS) professional learning series. The amendment's primary purpose is to provide responses to vendor questions, detailed in Attachment 10 – Q&A. The solicitation requires a customizable professional learning series for K-12 educators, focusing on data-driven instruction and continuous improvement. DoDEA intends to award a Firm-Fixed-Price (FFP) Purchase Order contract for a base year and four option years. The document outlines comprehensive instructions for offerors, including quote structure (Administrative, Technical Approach, Past Performance, and Price), content requirements, and submission guidelines. Key attachments include pricing sheets, terms of service, accessibility conformance reports, and privacy checklists. Vendors must submit electronic quotes adhering to specific formatting, page limits, and contact procedures by the specified due date. The amendment also lists applicable FAR and DFARS provisions that vendors must complete and submit.
    The document details a federal Request for Proposal (RFP) for assessment data use and implementation, spanning a base year and four option years from September 2025 to September 2030. It outlines Contract Line Item Numbers (CLINs) with various types of support services, such as system-level support, technical support, and travel-related reimbursements organized by specific years. Each contractual year includes several session-based and travel-related components with specified quantities. The options also highlight webinar sessions, lab school trainings, and meeting schedules aimed at fostering Communities of Practice (CoP). Each period's pricing is noted to include the unit of issue, unit price, and extended total, although the actual costs are not provided. This RFP aims to source vendors capable of completing essential support services as defined in the Performance Work Statement (PWS), important for governmental project compliance and educational program implementation.
    This document, part of a federal RFP (Solicitation HE125425QE075 - Assessment Data Use and Implementation), clarifies various aspects of the solicitation through a series of questions and answers. Key points include the requirement for a customizable, commercial off-the-shelf (COTS) professional learning series, where COTS is defined as a readily available product not requiring significant customization. All training and materials must be posted in Schoology for future reference. The pilot project, completed between September 2024 and September 2025, focused on assessing the data literacy knowledge base of headquarters personnel and determining school and district needs, with lessons learned to be shared with the awardee. References from state and local education agency staff are acceptable for past performance. The expected budget range is procurement sensitive and cannot be disclosed. Finally, the document clarifies that Attachment 8 (Past Performance Questionnaire) is part of Volume 3, Attachment 1 (Pricing Sheet) is part of Volume 4, and Attachments 1-8 should be submitted as separate files. Proposed staff resumes, if included, belong in Volume 2 and count towards its 15-page limit.
    The document outlines the Terms of Service Addendum, which serves as an addition to License Agreements in government contract proposals. It establishes that the addendum supersedes conflicting terms in the License Agreement and will become binding if the proposal is accepted. Key points include the government’s refusal to indemnify contractors, accept automatic renewals, or allow contractor-audited access to government software licenses due to security concerns. Also noted are prohibitions on contractor clauses related to attorney's fees, unilateral modifications, or the assertion of confidentiality regarding contract terms. Disputes must be resolved according to federal law, and the government will not agree to specific jurisdiction clauses. Instead, all legal proceedings must adhere to established statutes like the Contract Disputes Act. The addendum emphasizes that all terms must adhere to federal laws and regulations, ensuring that the government’s needs and legal restrictions take precedence. This document is vital in clarifying acceptable terms for contractors bidding on governmental projects, ensuring compliance with federal standards and safeguarding against legal vulnerabilities.
    The document appears to be a compilation of various federal and state/local requests for proposals (RFPs) and grants. Its primary focus is likely to facilitate government contracting and funding opportunities across multiple sectors. Key themes include the identification of eligible projects, guidelines for submission, eligibility requirements, and specified deadlines. Supporting details illustrate the structure of each RFP, highlighting essential criteria such as project descriptions, financial limits, and evaluation processes. The document emphasizes transparency in the bid evaluation process to ensure fairness and compliance with federal regulations. Additionally, the RFPs cover diverse areas, possibly ranging from infrastructure improvements to social services, showcasing the government's commitment to addressing community needs and engaging in public/private partnerships. Overall, the document serves as a critical resource for organizations seeking to apply for government-funded projects, providing them with the necessary framework and information to navigate the proposal submission process effectively.
    The DoDEA Cloud Questionnaire is designed for vendors providing cloud-based solutions to the Department of Defense Education Activity (DoDEA). The purpose of the questionnaire is to assess each vendor's compliance with Department of Defense (DoD) and Defense Information Systems Agency (DISA) guidelines. It consists of multiple sections with specific inquiries regarding cloud resources, client configurations, privacy data handling, system management, and security protocols. Key areas of focus include whether personally identifiable information (PII) is collected, the management of third-party data, and compliance with critical privacy laws such as COPPA and FERPA. The document also addresses data storage practices, encryption, background checks for personnel accessing data, and disaster recovery processes. Vendors must provide detailed answers, including procedures for data breaches and audits. The questionnaire aims to ensure that the vendors’ cloud services meet the necessary security and operational standards required to responsibly handle sensitive educational data. This structured assessment helps DoDEA to efficiently review and select appropriate cloud solutions while ensuring compliance with federal regulations.
    This document outlines essential clauses related to telecommunications and video surveillance services within government contracting, particularly under regulations derived from the John S. McCain National Defense Authorization Act for Fiscal Year 2019. It mandates that vendors disclose if they provide or use covered telecommunications equipment, which could compromise national security. Vendors must complete specific representations regarding their use of such services and their business structure, including certifications about disadvantaged business status, tax obligations, and compliance with child labor laws. The document also addresses the procurement of domestic versus foreign products, ensuring adherence to the Buy American Act and Trade Agreements Act, alongside certifications related to contractor responsibility and prior tax liabilities. Ultimately, it is designed to ensure that federal contracts are awarded to responsible entities while maintaining strict compliance with regulations meant to protect national interests and promote fair competition among varying types of small businesses.
    This document appears to contain standard information related to technical assistance in accessing federal grants and funding opportunities, specifically focusing on Requests for Proposals (RFPs) at federal, state, and local levels. It likely outlines the importance of grant administration, eligibility criteria, and application procedures essential for organizations looking to pursue governmental funding. Furthermore, the content may cover strategies for identifying suitable RFPs, tailoring proposals to meet specific requirements, and understanding the evaluation process employed by grantors. Attention is likely given to compliance with federal and state regulations, as well as necessary financial oversight and reporting obligations post-award. The main objective of this document is to equip potential applicants with necessary tools and insights on how to navigate the complexities of applying for government-sponsored funding opportunities, thereby ensuring successful project proposals and enhancing community objectives through these funded initiatives. Precise guidance on alignment with government priorities and the enhancement of services at local levels may also be emphasized, promoting effective use of awarded funds.
    The provided document is a placeholder indicating an issue with displaying the intended content, specifically meant for federal government RFPs, federal grants, and state and local RFPs. It suggests upgrading the PDF viewer, such as Adobe Reader, to access the document properly. The mention of trademarks also implies a focus on compatibility with various operating systems. However, it does not contain any substantive information regarding specific projects, proposals, or grants. Therefore, the critical analysis reveals that the main topic revolves around accessibility to government documentation and the importance of having the proper tools to view such files, emphasizing a technical rather than substantive discussion on government RFPs and grants. As a result, no key ideas or supporting details can be extracted due to the absence of content.
    The document is a Past Performance Questionnaire associated with Solicitation Number HE125425QE075 for the Department of Defense Education Activity. Its primary purpose is to gather feedback about a vendor's performance on past contracts. The questionnaire is structured to collect reference information about previous contracts, including vendor compliance with deliverables, business practices, adherence to quality standards, and overall performance ratings using a predefined scale (Poor/Unsatisfactory to Excellent). Respondents are asked to assess various aspects of the vendor's service delivery and relationship management, including issues encountered during contract execution. Furthermore, the questionnaire seeks a final recommendation on whether the respondent would engage the vendor again, supplemented by additional comments regarding the vendor's past performance. This assessment is crucial to ensure that the Department can make informed decisions while selecting vendors and maintaining standards in contract fulfillment, reflecting best practices in government procurement processes.
    The Performance Work Statement (PWS) outlines the Department of Defense Education Activity's (DoDEA) requirements for a project focused on the use and implementation of assessment data for school year 2024-25. DoDEA operates 161 schools serving over 67,000 students in various international locations. The project aims to improve instructional practices through a customizable commercial off-the-shelf (COTS) professional learning series, addressing crucial aspects such as leadership, curriculum planning, and data-driven instruction. The contractor will facilitate professional learning communities, provide coaching, webinars, and face-to-face meetings to enhance data analysis and instructional decision-making among educators. Key objectives include using best practices in instruction, establishing a framework for data analysis, and ensuring technical support for digital resources. The contract is set for a 12-month base year with options for four additional years. The document emphasizes the importance of privacy, compliance, and quality assurance throughout the project’s implementation, outlining specific tasks and performance evaluation methods to ensure objectives are met effectively and efficiently, reflecting DoDEA’s commitment to high educational standards for military dependents.
    The document outlines a solicitation for a contract focused on providing professional learning services to educators under the Department of Defense Education Activity (DoDEA). The primary purpose is to acquire customizable training resources designed to enhance K-12 educational standards, particularly in areas such as leadership development and data-driven instruction. The solicitation requires offers for various supplies and services, including system-level support, meetings, webinars, and technical support, structured as firm fixed-price arrangements. The contract specifies performance periods extending from September 2025 through September 2030, with multiple option line items available for additional services. Key terms include delivery requirements, payment processes, and compliance with Federal Acquisition Regulation (FAR) clauses. Moreover, the document emphasizes the need for adherence to regulations pertaining to small business participation, with particular focus on women-owned small businesses and economically disadvantaged women-owned small businesses. Overall, this solicitation reflects the federal government’s commitment to investing in educational resources that meet strategic objectives, aligning with national educational improvement goals, and fostering partnerships with small businesses through structured grant opportunities and contracts.
    Lifecycle
    Title
    Type
    Combined Synopsis/Solicitation
    Similar Opportunities
    DoDEA - Substitute Caller Automation Software
    Buyer not available
    The Department of Defense Education Activity (DoDEA) is soliciting proposals for a Substitute Caller Automation Software solution aimed at enhancing the efficiency of assigning substitute personnel across its schools in the Southeast and Mid-Atlantic districts. This initiative seeks to streamline operations, reduce administrative burdens, and ensure timely communication with substitutes, with a total estimated contract value of $34 million over a base year and three option years. The software will feature dynamic matching capabilities, multi-channel communication, and robust analytics, with performance metrics including substitute fill rates and user adoption. Proposals must be submitted via email by 12:00 p.m. EDT on December 15, 2025, with inquiries directed to Kevin Gomez at kevin.gomez@dodea.edu or John Myers at john.o.myers@dodea.edu.
    Membership in an English Language Proficiency Comprehensive Assessment Consortium
    Buyer not available
    The Department of Defense Education Activity (DoDEA) intends to award a sole source Firm-Fixed Price (FFP) contract for membership in an English Language Proficiency Comprehensive Assessment Consortium. This contract, valued at approximately $1,990,320, will cover a one-year base period with four additional one-year options, aimed at enhancing the assessment of English language proficiency among students. The Government's decision to pursue a sole source contract is based on the unique capabilities required, and interested vendors must provide clear evidence of their ability to meet these needs. Questions regarding this opportunity should be directed to Contract Specialist Krista Chamberlain at krista.chamberlain@dodea.edu, with responses due by the specified deadlines.
    Student Transportation Services to the Ft. Stewart Military Community in Georgia.
    Buyer not available
    The Department of Defense Education Activity (DoDEA) is seeking proposals for student transportation services at the Ft. Stewart Military Community in Georgia, under solicitation HE125426RE007. This procurement is a 100% Small Business set-aside, requiring contractors to provide comprehensive transportation services, including daily commutes, special education transportation, and extended school year services, with a focus on safety and efficiency. The contract encompasses a base year and four option years, with a minimum guaranteed value of $2,500. Proposals must be submitted via email by 12:00 p.m. EST on January 30, 2026, following the submission of a Non-Disclosure Agreement by January 23, 2026, to receive critical route information. Interested parties should direct inquiries to Contracting Officer Esther Yi at esther.yi@dodea.edu or Contract Specialist Batsaikhan Usukh at batsaikhan.usukh@dodea.edu.
    Student Transportation Services to the Fort Knox, Kentucky Military Community.
    Buyer not available
    The Department of Defense Education Activity (DoDEA) is soliciting proposals for student transportation services for the Fort Knox, Kentucky Military Community under Request for Proposal (RFP) HE125426RE006. The procurement aims to provide safe and efficient transportation for over 67,000 children of military and DoD civilian families, encompassing daily commutes, special needs transportation, and curricular/co-curricular activities. This contract is a 100% Small Business set-aside, with a minimum guaranteed contract value of $2,500.00, and proposals are due by 12:00 PM EST on January 23, 2026. Interested offerors must submit a completed Non-Disclosure Agreement by January 16, 2026, to receive the Route List and direct any questions by December 12, 2025, to the designated contacts, Esther Yi and Batsaikhan Usukh, via email.
    DoDEA - Europe Football Helmet and Shoulder Pad Reconditioning
    Buyer not available
    The Department of Defense Education Activity (DoDEA) is soliciting proposals for the reconditioning of football helmets and shoulder pads, aimed at ensuring the safety of student athletes in Europe. The contract will cover comprehensive services including inspection, cleaning, sanitizing, and replacement of parts, adhering to National Operating Committee Standards for Athletic Equipment (NOCSAE) certification. This indefinite-quantity contract is set aside for Women-Owned Small Businesses (WOSB) and includes options for up to five additional years, with proposals due by 12:00 p.m. EDT on December 15, 2025. Interested vendors should contact Ms. Adwoa Essel-Akoli or Mr. John Myers for further details and clarification on the solicitation requirements.
    Practitioner e-Learning
    Buyer not available
    The Department of Defense, specifically the Department of the Air Force, is seeking proposals for a Practitioner e-Learning platform aimed at providing continuous process improvement training, including Lean Six Sigma and project management methodologies, to Airmen and Guardians. The platform must support at least 750 simultaneous users and offer a range of courses from foundational to advanced levels, integrating AI/ML for enhanced interactivity and feedback. This initiative is crucial for enhancing the skills and competencies of military personnel, ensuring they are equipped with current industry methodologies. Proposals are due by December 22, 2025, at 1300 Eastern Time, with questions accepted until December 1, 2025. Interested parties should contact Destinee Narak at destinee.narak@us.af.mil for further information.
    DoDEA Daily Commute Student Transportation Services to the Hohenfels Military Community, Germany
    Buyer not available
    The Department of Defense Education Activity (DoDEA) is conducting market research to identify qualified companies capable of providing daily commute student transportation services for the Hohenfels Military Community in Germany, with services anticipated to commence on August 1, 2026. The procurement encompasses full transportation services, including personnel, supervision, supplies, and equipment, adhering to DoDEA and Host Nation requirements, with a strong emphasis on safety, efficiency, and rigorous contract management. Interested vendors must submit a statement of interest, a capability statement (maximum of three pages), and a non-binding Rough Order of Magnitude (ROM) cost estimate by 11:00 AM EST on November 17, 2025, to Esther.Yi@dodea.edu, including “HE125426REHOHENFELS” in the subject line. Respondents must also be registered in the System for Award Management (SAM) database to be eligible for any resultant contracts.
    Student Transportation Services to Ft. Campbell Military Community, KY
    Buyer not available
    The Department of Defense Education Activity (DoDEA) is soliciting proposals for student transportation services at Fort Campbell, Kentucky, under solicitation number HE125426RE005. The procurement aims to provide comprehensive transportation solutions for daily commutes, special education needs, curricular and co-curricular activities, and JROTC programs, with a focus on safety and compliance with federal and state regulations. This opportunity is a 100% Small Business set-aside, with a NAICS code of 485410 and a size standard of $30 million, emphasizing the importance of reliable transportation for the military community's educational needs. Interested offerors must submit a completed Non-Disclosure Agreement by January 5, 2026, and proposals are due by January 12, 2026, with inquiries accepted until November 24, 2025. For further details, contact Esther Yi at esther.yi@dodea.edu or Batsaikhan Usukh at batsaikhan.usukh@dodea.edu.
    Facilities Asset Management - Pacific Region
    Buyer not available
    The Department of Defense Education Activity (DoDEA) is seeking qualified 8(a) firms to provide comprehensive Facilities Asset Management (FAM) services for its Pacific Region. The procurement aims to manage facility condition assessments, AHERA asbestos inspections, facility utilization surveys, and real property inventory tracking, among other responsibilities, to ensure safe and well-managed school environments. This initiative is critical for supporting DoDEA's strategic planning for facility sustainment and modernization across approximately 700 buildings covering 20 million gross square feet over a 12-month period. Interested firms must submit capability statements and feedback by January 14, 2026, and can contact Emani Gray at emani.gray@dodea.edu or Duke Santos at duke.santos@dodea.edu for further information.
    Weaponeering Courses
    Buyer not available
    The Department of Defense, through the Naval Surface Warfare Center Dahlgren Division (NSWCDD), is soliciting proposals for Weaponeering Courses and related materials, specifically targeting Worldwide Counter Threat Solutions (WCTS) as the sole source provider. The procurement includes both Introductory and Advanced Weaponeering Courses, along with associated books, emphasizing the need for continuity in training methodology and quality. This opportunity is critical for maintaining instructional consistency and ensuring effective training for defense personnel. Interested vendors must submit their quotes by December 15, 2026, with an anticipated award date of January 15, 2026. For further inquiries, contact Heather Hostinsky at heather.g.hostinsky.civ@us.navy.mil or by phone at 540-742-8882.