Advanced Quantitative Reasoning Instructional Resources
ID: HE125425QE050Type: Solicitation
Overview

Buyer

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

NAICS

Book Publishers (513130)

PSC

EDUCATION/TRAINING- GENERAL (U009)
Timeline
    Description

    The Department of Defense Education Activity (DoDEA) is seeking proposals from Women-Owned Small Businesses (WOSB) for the procurement of Advanced Quantitative Reasoning (AQR) instructional resources, aimed at enhancing educational services across its 161 schools worldwide. The solicitation outlines the need for research-based curricular materials, including both print and digital resources, as well as comprehensive professional learning for educators, all aligned with College and Career Ready Standards (CCRS) in mathematics. This initiative is crucial for fostering student engagement and the application of mathematical concepts to real-world problems, ensuring that the materials support diverse learners and comply with federal cybersecurity and educational policies. Interested vendors should contact Krista Chamberlain at krista.chamberlain@dodea.edu or Laura Manuel at laura.manuel@dodea.edu for further details, with the contract delivery period set between July 16, 2025, and July 15, 2030.

    Point(s) of Contact
    Files
    Title
    Posted
    The Department of Defense Education Activity (DoDEA) is seeking a contractor to provide advanced quantitative reasoning instructional resources for the 2024-25 school year. This initiative involves supplying print and/or digital educational materials aligned with College and Career Ready Standards (CCRS) and supporting professional development for approximately 12,600 projected high school students enrolled in its 40 brick-and-mortar schools worldwide. The contractor must provide a five-year license for instructional resources, ensuring they reflect current best practices in mathematics, support differentiated instruction, and facilitate real-world application. Key tasks include delivering resources that cater to diverse learning needs, integrating technology, and offering assessments. Additionally, the contractor will support teachers through virtual facilitated learning sessions and technical assistance. DoDEA emphasizes the importance of compliance with privacy regulations, accessibility standards, and cybersecurity protocols. The emphasis on continuous improvement aligns with strategic goals for school excellence, ensuring that all materials are updated and equitable for all learners. The successful proposal will enhance educational outcomes by providing comprehensive resources tailored to the needs of military-connected students.
    The Department of Defense Education Activity (DoDEA) is seeking to procure advanced quantitative reasoning (AQR) instructional resources for the 2024-25 school year. This Request for Proposal (RFP) addresses the need for research-based, core curricular materials, including both print and digital resources, along with comprehensive professional learning for educators. The intended outcomes are aligned with College and Career Ready Standards (CCRS) in mathematics, emphasizing student engagement and the application of mathematical concepts to real-world problems. The RFP outlines requirements for instructional resources that support diverse learners, integrate technology, and provide formative and summative assessment tools. Additionally, contractors are expected to deliver ongoing training and technical support tailored to DoDEA's needs across its 161 schools worldwide. The proposal includes a detailed scope of work, performance standards, and expectations for data security and compliance with privacy regulations. Emphasis is placed on ensuring the accessibility of resources, alongside maintaining high-quality educational materials that advance student learning and achievement. Compliance with federal cybersecurity and educational policies is vital throughout the course of the contract.
    The document is a pricing sheet related to a government Request for Proposal (RFP) titled "Advanced Quantitative Reasoning," created by a vendor and dated March 14, 2025. It includes a total cost indicated as $0.00 under the specified category for the Base Year 1. The sheet serves as part of the budgeting and financial planning process for the project, likely aiming to establish pricing models for quantitative reasoning services within educational or training programs. While the document provides basic financial details, further context regarding the project's goals and implications for federal grants or state/local RFPs is not included. Overall, it outlines the financial aspect of a proposal in the context of government contracting processes, likely aiming to evaluate vendor pricing and service offerings.
    This document is an Addendum to the License Agreement for the Advanced Quantitative Reasoning Instructional Resources contract (HE125425QE0050), outlining terms unacceptable to the Government that conflict with Federal law or do not meet its needs. Key points include the Government's non-agreement to indemnify parties, automatic renewal clauses, contractor audit rights, attorney fees, tax liability, unilateral modifications, and confidentiality assertions. The document emphasizes that the Government will not accept terms that allow the contractor to unilaterally revise agreements or claim exclusive control over patent litigation. Provisions related to dispute resolution and jurisdiction are strictly governed by federal law, highlighting the Government's framework for engagement. The Addendum clarifies participation, costs, and liability, asserting the necessity of Government approval for critical contract changes. Through this framework, it’s structured to ensure compliance and protect governmental interests in any resulting contracts.
    The "Accessibility Requirements Tool" outlines compliance requirements for Information and Communication Technology (ICT) under Section 508 of the Rehabilitation Act. It mandates that all federally procured or developed ICT must adhere to the Revised 508 Standards, ensuring accessibility for people with disabilities. Key sections detail the conformance criteria for electronic content, hardware, and software, which must align with WCAG 2.0 Success Criteria. Specific provisions address factors such as visual and auditory accessibility, requirements for user interaction, and support documentation. Offerors are required to submit an Accessibility Conformance Report (ACR), demonstrating compliance and detailing methods used to evaluate claims. Additionally, the document emphasizes the necessity of including user scenarios that account for individuals with disabilities in testing processes. The government retains the right to validate conformance claims and may require remediation if discrepancies are found. Ultimately, this tool reinforces the commitment to creating universally designed ICT products that are accessible to all users, particularly those with disabilities, aligning with federal procurement standards and fostering inclusive practices in technology development.
    The DoDEA Cloud Questionnaire is a critical document for evaluating cloud-based solutions proposed to the Department of Defense Education Activity (DoDEA). It aims to assess vendor compliance with Department of Defense (DoD) and Defense Information Systems Agency (DISA) guidelines. The questionnaire consists of multiple sections, including inquiries about cloud resource access, software requirements, privacy information handling, system management, data security, and incident response mechanisms. Vendors must provide detailed responses to questions regarding the collection and protection of personally identifiable information (PII), encryption standards, and data storage practices. Importantly, the questionnaire emphasizes the necessity for data protection regulations compliance, such as COPPA, FERPA, and CIPA. It ensures that DoDEA's sensitive data remains secure, particularly regarding background checks for personnel accessing these data and the protocols in place for data breaches or security incidents. By systematically addressing these aspects, DoDEA seeks to ensure that any cloud service it engages with aligns with regulatory standards and adequately protects the integrity and security of educational information. This well-structured approach helps streamline vendor evaluation, facilitating informed decision-making within the context of federal grants and government RFP processes.
    The provided document appears to be an error message related to the inability to display a PDF file, specifically indicating that the viewer may not support the document type. It includes instructions for upgrading Adobe Reader for compatibility with various operating systems such as Windows, Mac, and Linux. The main topic indicates a technical issue regarding document access rather than containing specific information about government RFPs, federal grants, or state and local RFPs. As a result, there are no key ideas, supporting details, or structured content to summarize. The document does not provide any actionable information relevant to the expected federal initiatives or procurement opportunities, leaving no essential information to distill within the context of government programs.
    The document is an attachment for the Present and Past Performance Questionnaire associated with the Solicitation Number HE125425QE050, concerning Advanced Quantitative Reasoning Instructional Resources. It is designed for vendors to provide past performance information to the Department of Defense Education Activity. The questionnaire seeks comprehensive details from vendors regarding their previous contracts, including specifics on contract value, type, and scope of work. Additionally, the document includes a structured evaluation section, where references can rate the vendor across several performance criteria such as delivery compliance, business practices, adherence to contract requirements, and overall performance using a predefined rating scale. A final query gauges the willingness to engage the vendor again. The purpose of this questionnaire is to gather critical information for vendor assessment in the context of government contract bids, ensuring that selected vendors meet quality and reliability standards essential for effective project execution.
    This document outlines key clauses and certifications that vendors must complete when responding to federal government RFPs and grants, particularly focusing on telecommunications and video surveillance services. It emphasizes compliance with Section 889 of the John S. McCain NDAA, which prohibits contracting with entities that use covered telecommunications equipment or services, unless certain conditions are met. The document defines critical terms related to telecommunications and establishes the procedures for vendors to verify and disclose their use of such equipment or services. Additionally, it includes representations regarding business ownership, such as small business classification, veteran-owned certifications, and compliance with tax responsibilities. The requirements aim to ensure integrity in government procurement and protect sensitive information, while promoting the use of eligible small businesses. Overall, the document serves to ensure that vendors are compliant with federal regulations, thereby safeguarding national security and promoting equitable business practices.
    The document outlines a solicitation for commercial products and services from Women-Owned Small Businesses (WOSB), specifically targeting the purchase of Advanced Quantitative Reasoning (AQR) instructional resources by the Department of Defense Education Activity (DoDEA). The solicitation includes requisition and contract information, a detailed pricing schedule for various AQR items (student and teacher bundles, training sessions, digital modules, and technical support), and requirements for delivery and inspection procedures. The delivery period is set between July 16, 2025, and July 15, 2030, with various acceptance locations specified. Moreover, the document emphasizes that the materials must align with industry standards and educational frameworks. It mandates electronic invoicing through the Wide Area Workflow and includes clauses regarding the contractor’s responsibilities, payment terms, and compliance with federal regulations, including small business program requirements. The primary goal of this solicitation is to enhance educational services for DoDEA through partnerships with qualified WOSBs, fostering economic support for women entrepreneurs while meeting educational objectives.
    Lifecycle
    Title
    Type
    Similar Opportunities
    K-12 Curriculum and Transition Education For Students with Moderate-Severe Cognitive Disabilities
    Dept Of Defense
    The Department of Defense Education Activity (DoDEA) is seeking information from contractors capable of providing a commercial, off-the-shelf (COTS) K-12 curriculum and transition education program tailored for students with moderate-severe cognitive disabilities. The objective is to develop a comprehensive educational solution that aligns with DoDEA's College and Career Ready Standards and includes differentiated lessons, engaging activities, and transition education covering essential life skills and postsecondary planning. This initiative is crucial for enhancing educational outcomes for this specific student population and is expected to lead to a six-year contract starting in August 2026, with a solicitation anticipated in April-May 2026. Interested parties must submit their responses by December 23, 2025, to Andrew Johnston at andrew.johnston@dodea.edu or Alim Koroma at Alim.Koroma@dodea.edu.
    CCSR Summative and Interim Assessment Test Packages for ELA/Literacy and Mathematics
    Dept Of Defense
    The Department of Defense Education Activity (DoDEA) intends to award a sole source Firm-Fixed Price (FFP) contract for the CCSR Summative and Interim Assessment Test Packages for English Language Arts/Literacy and Mathematics. This procurement aims to fulfill the educational assessment needs of DoDEA, with a total estimated contract value of $1,892,252.25, covering a one-year base period and four additional one-year options. The selected vendor will be responsible for providing comprehensive assessment packages that align with DoDEA's educational standards. Interested parties are encouraged to submit evidence demonstrating their capability to meet these requirements, and all inquiries should be directed to Krista Chamberlain via email at krista.chamberlain@dodea.edu, with the subject line indicating the specific opportunity.
    Membership in an English Language Proficiency Comprehensive Assessment Consortium
    Dept Of Defense
    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 Ft. Campbell Military Community, KY
    Dept Of Defense
    The Department of Defense Education Activity (DoDEA) is soliciting proposals for student transportation services at Fort Campbell, Kentucky, under solicitation number HE125426RE005. The procurement is a 100% Small Business set-aside, requiring contractors to provide safe and efficient transportation for daily commutes, special education needs, and various curricular and co-curricular activities, including JROTC and Extended School Year services. This contract encompasses a base year and four option years, with an option to extend services, emphasizing compliance with federal, state, and military regulations. Interested offerors must submit a completed Non-Disclosure Agreement by January 5, 2026, and proposals are due by January 12, 2026, with all submissions directed to Contracting Officer Esther Yi at esther.yi@dodea.edu and Contract Specialist Batsaikhan Usukh at batsaikhan.usukh@dodea.edu.
    ACO-P Cyber School course
    Dept Of Defense
    The Department of Defense, specifically the Department of the Army, is soliciting proposals for the ACO-P Cyber School course at Fort Gordon, Georgia, aimed at providing instructional support services for the U.S. Army Cyber School. This contract, designated as W9124926RA003, seeks Women-Owned Small Businesses (WOSB) to deliver Advanced Cyber Operations-Procedures (ACO-P) Labor, with a base period from February 16, 2026, to February 15, 2027, and two additional one-year option periods. The services are critical for enhancing the training capabilities of 17-series personnel in the cyber career field, ensuring they are equipped to address evolving cyber threats. Interested parties must submit their proposals to Mr. Joseph Guss by email by the closing date specified on SF 1449, with all proposals remaining valid for 180 days. For further inquiries, contact Mr. Guss at joseph.e.guss2.civ@army.mil or Ms. Tia Harris at tia.j.harris.civ@army.mil.
    Facilities Asset Management - Pacific Region
    Dept Of Defense
    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.
    Student Transportation Services to the Ft. Stewart Military Community in Georgia.
    Dept Of Defense
    The Department of Defense Education Activity (DoDEA) is seeking proposals for student transportation services to the Ft. Stewart Military Community in Georgia, under solicitation number HE125426RE007. This procurement is a 100% Small Business set-aside, requiring the contractor to provide comprehensive transportation services, including daily commutes, special education transportation, and extended school year services, with a contract period consisting of a base year and four option years. The selected contractor will be responsible for all necessary personnel and equipment, while DoDEA will supply buses and fuel, emphasizing safety and efficiency in operations. Interested offerors must submit a Non-Disclosure Agreement by January 23, 2026, to receive the Route List, with questions due by December 15, 2025, and proposals due by January 30, 2026, at 12:00 p.m. EST. For further inquiries, contact Esther Yi at esther.yi@dodea.edu or Batsaikhan Usukh at batsaikhan.usukh@dodea.edu.
    Student Transportation Services to the Fort Knox, Kentucky Military Community.
    Dept Of Defense
    The Department of Defense Education Activity (DoDEA) is soliciting proposals for student transportation services for the Fort Knox Military Community in Kentucky 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, including daily commutes, special needs transportation, and scheduled curricular and co-curricular trips. 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 compliance with federal and state regulations. Interested offerors must submit a completed Non-Disclosure Agreement by January 16, 2026, to receive the essential Route List, with proposals due by January 23, 2026, at 12:00 p.m. EST. For further inquiries, contact Esther Yi at esther.yi@dodea.edu or Batsaikhan Usukh at batsaikhan.usukh@dodea.edu.
    Office of Small Business Programs Support Services - Amend 7
    Dept Of Defense
    The Department of Defense, through the Defense Health Agency (DHA), is seeking proposals from qualified Women-Owned Small Businesses (WOSB) for the Office of Small Business Programs Support Services. The contract aims to provide comprehensive operational and management support, including business execution, strategic communication, and mentor-protégé program support, with a total award amount of up to $24,500,000. The performance period is set to begin in January 2026, lasting for one base year with four additional option years extending through January 2031. Interested parties must submit their proposals by December 19, 2025, and can direct inquiries to Contracting Officer Vicki L. Whiteman at vicki.l.whiteman.civ@health.mil or Contract Specialist Mary Anne Young at mary.a.young138.ctr@health.mil.
    RDT&E Tech Refresh
    Dept Of Defense
    The Department of Defense, through the Naval Sea Systems Command (NAVSEA), is soliciting bids for the procurement of laptops, workstations, and portable hard drives, specifically aimed at supporting CODE 60 Logistics for scanning hardware and IT equipment. This opportunity, valued at $34,000,000, is set aside for Women-Owned Small Businesses (WOSB) and includes requirements for high-performance computing equipment, such as gaming laptops and robust workstations with advanced specifications. The procurement emphasizes compliance with federal acquisition regulations, including software security and accessibility standards, with deliveries expected by December 19, 2025. Interested vendors should contact Stefan Kitzinger at stefan.b.kitzinger.civ@us.navy.mil and submit their proposals by December 17, 2025.