Instructor, Training and Development III for TRADOC / U.S. Army Combined Arms Support Command (CASCOM)/SCoE
ID: W911S025RITSDType: Sources Sought
Overview

Buyer

DEPT OF DEFENSEDEPT OF THE ARMYW6QM MICC-FDO FT EUSTISFORT EUSTIS, VA, 23604-5538, USA

NAICS

All Other Professional, Scientific, and Technical Services (541990)

PSC

EDUCATION/TRAINING- TRAINING/CURRICULUM DEVELOPMENT (U008)
Timeline
  1. 1
    Posted Apr 1, 2025, 12:00 AM UTC
  2. 2
    Updated Apr 10, 2025, 12:00 AM UTC
  3. 3
    Due Apr 15, 2025, 6:00 PM UTC
Description

The Department of Defense, through the Mission and Installation Contracting Command (MICC) at Fort Eustis, is seeking information from potential vendors regarding the Instructor, Training Support, and Development III (ITSD3) contract for the U.S. Army Combined Arms Support Command (CASCOM) at Fort Gregg-Adams, Virginia. The primary objective of this procurement is to obtain non-personal services that include providing technical and instructional personnel to deliver training programs, develop training materials, and support operational readiness across multiple Army locations. This initiative is crucial for enhancing military education and operational capabilities, ensuring that personnel are well-trained and prepared for their roles. Interested parties are encouraged to submit their responses by April 15, 2025, and direct any inquiries to Reese Wolf at reese.a.wolf.civ@army.mil. The contract is anticipated to span from February 24, 2027, to February 23, 2032, with specific quality control and security requirements outlined in the draft Performance Work Statement.

Point(s) of Contact
Files
Title
Posted
Apr 10, 2025, 1:05 PM UTC
The document pertains to the Instructor, Training, and Development III initiative by the U.S. Army Combined Arms Support Command (CASCOM) and serves as a market research notice. It addresses multiple inquiries regarding the anticipated awards, timelines, and operational details related to training contracts. Notably, specific information on award breakdowns, project work timelines, and historical workload data is unavailable, and responses indicate that such details will be determined later at the task order level. The government encourages feedback on evaluation methods, specifying that primary approaches include Lowest Price Technically Acceptable (LPTA) and Best Value. Additionally, it confirms that contracts will require Facility Clearance (FCL) for both prime and subcontractors before award. The document reiterates adherence to statutory requirements for small business considerations. Overall, it sets the stage for future contracting opportunities while outlining the framework and expectations for interested vendors in the defense sector.
Apr 1, 2025, 7:04 PM UTC
Apr 10, 2025, 1:05 PM UTC
The document outlines the Performance Work Statement (PWS) for an Instructor, Training Support and Development III (ITSD3) contract, establishing an agreement for non-personal services to support the U.S. Army’s Sustainment Center of Excellence (SCoE) at Fort Gregg-Adams, Virginia. The contractor shall provide technical and instructional personnel to deliver training programs, develop training materials, and support operational readiness across multiple Army locations. Emphasis is placed on maintaining a non-employee relationship to avoid typical government employment regulations. Key objectives include delivering performance-oriented training and developing Systems Training Plans (STRAPs) to enhance military education and operational capabilities. The work span begins on February 24, 2027, running through February 23, 2032, with specific quality control measures and security requirements to protect sensitive information. Additionally, the contractor bears responsibility for safety, employee conduct, and ensuring personnel comply with training and security regulations, including background checks and appropriate clearances. The thorough documentation of responsibilities, performance standards, and compliance regulations reflects the government’s commitment to operational effectiveness and personnel integrity in supporting military training objectives.
Lifecycle
Title
Type
Similar Opportunities
Advance Weapons Training
Buyer not available
The Department of Defense, specifically the Department of the Army, is soliciting proposals for Advanced Weapons Training Services to support the United States Army Counterintelligence Command (USACIC) at Fort Meade, Maryland. The contractor will be responsible for providing a comprehensive program of instruction that includes advanced marksmanship and tactical training, with sessions required four times a year for groups of five to twenty-five personnel. This initiative is crucial for enhancing the operational capabilities of the Army while promoting small business participation, as the solicitation is set aside for total small business participation under FAR 19.5. Proposals are due by May 1, 2025, with a performance period commencing on June 13, 2025, and extending through several option years until 2030. Interested parties can contact Justin Neville at justin.i.neville.civ@army.mil or call 571-588-0941 for further information.
Construction of Training Support Center (TSC) - Fort Irwin, CA
Buyer not available
The Department of Defense, through the Department of the Army, is seeking contractors for the construction of a Training Support Center (TSC) at Fort Irwin, California. This project involves the design and construction of a single-story, 60,000 square foot facility that will include administrative offices, classrooms, training spaces, and specialized areas for training aids and simulations, as well as support facilities such as electrical, water, and sewer systems. The TSC is crucial for supporting the 11th Armored Cavalry Regiment and rotational training units at the National Training Center, enhancing military readiness and operational capabilities. Interested contractors should note that the solicitation is expected to be issued between April 30 and May 16, 2025, with responses due around July 17, 2025, and the award anticipated between November 14 and November 30, 2025. For further inquiries, contact Lawrence Forde at lawrence.forde@usace.army.mil or Raj Cooper at Raj.Cooper@usace.army.mil.
DC3 Cyber Academy Training (CTA) Follow-On
Buyer not available
The Department of Defense, through the Air Force District of Washington (AFDW-PK), is planning to award a Firm-Fixed Price (FFP), Indefinite Delivery/Indefinite Quantity (IDIQ) contract for cyber training services aimed at enhancing the capabilities of U.S. Air Force and Department of Defense (DoD) personnel. This contract will focus on providing specialized training in areas such as digital forensics and malware analysis to support the defense of DoD information systems against illegal and unauthorized activities, serving entities like United States Cyber Command and various military cyber components. The contract will span five years, with five one-year ordering periods starting from July 21, 2025, to July 20, 2030, and interested vendors are encouraged to submit their capabilities in writing by April 30, 2025. For inquiries, vendors may contact Contracting Officer Jesica Hunt or Contract Specialist Parris Kennedy via email.
Austere Drivers Training
Buyer not available
The Department of Defense, specifically the U.S. Special Operations Command (USSOCOM), is seeking qualified contractors to provide Austere Driver’s Training services under a combined synopsis/solicitation. The procurement involves an Indefinite Quantity Indefinite Delivery (IDIQ) contract model, spanning from May 1, 2025, to April 30, 2030, with a base year and four option years, requiring contractors to deliver comprehensive training in deployment-like terrains. Interested offerors must submit their technical and price proposals electronically by April 21, 2025, with evaluations based on a Lowest Price Technically Acceptable (LPTA) approach, ensuring compliance with Federal Acquisition Regulations (FAR) and vendor qualifications. For further inquiries, potential bidders can contact Brian Gilmore at brian.gilmore1@socom.mil or Chu Yon Ku at chu.y.ku.civ@socom.mil.
ICS and OHSTTX Training Courses
Buyer not available
The Department of Defense, through the Naval Supply Systems Command (NAVSUP) Fleet Logistics Center Norfolk, is seeking qualified small businesses to provide Incident Command System (ICS) and Oil and Hazardous Substance Tabletop Exercise (OHSTTX) training courses. The procurement aims to establish a firm fixed-price Indefinite Delivery Indefinite Quantity (IDIQ) contract to enhance safety and environmental training at the Naval Safety and Environmental Training Center in Norfolk, Virginia. This initiative underscores the importance of high-quality training services in emergency management, ensuring compliance with federal regulations and enhancing operational readiness. Interested vendors must submit their quotations electronically by April 2, 2025, with the contract period commencing on October 1, 2025, and lasting for five years. For further inquiries, potential bidders can contact Alexandria McCune at alexandria.e.mccune.civ@us.navy.mil or Christopher Whiteside at christopher.d.whiteside2.civ@us.navy.mil.
Bridge to Evolution STE TESS (BEST) Multi Award Contract (MAC)
Buyer not available
The Department of Defense is seeking innovative approaches for its Bridge to Evolution STE TESS (BEST) Multi-Award Contract (MAC). The objective is to enhance and extend the functionality of the Army's tactical engagement simulation systems (TESS), aligning them with evolving training requirements. This procurement is divided into two lots. Lot 1 involves modifying existing TESS equipment to meet updated Army specifications, focusing on adaptability and future expansion. Lot 2 centers on developing and producing new TESS solutions, including dismounted, vehicle-mounted, and shoulder-launched munition systems. The government seeks to integrate emerging STE LTS TESS technology with the existing MILES TESS ecosystem, encouraging vendors to propose adaptable procedures and processes. The scope of work encompasses software and hardware modifications, production and delivery of TESS kits, and integration with the STE LTS TESS platform. The government aims to foster competition by avoiding solution-specific proposals and encouraging creativity in meeting the outlined objectives. Potential offerors are invited to provide feedback on the Draft Request for Proposal (DRFP), which outlines the requirements, Statement of Work (SOW), and evaluation criteria. The government seeks to revise and finalize the RFP based on industry responses, emphasizing efficiency and the removal of unnecessary requirements. Offerors should possess the capabilities and expertise to modify and produce TESS solutions, with a focus on past performance and technical merit. The contract is anticipated to be an Indefinite Delivery/Indefinite Quantity (ID/IQ) vehicle, attracting multiple awardees. The primary contact for this opportunity is Gloria Susie Hoybach, with additional inquiries directed to Roberto J. Gotay and Rafael A. Manzano. The deadline for feedback submission is 12:00 PM EST on 3rd June 2024, with the government aiming to release the final RFP shortly afterward. For this BEST MAC initiative, the Army seeks adaptable and cost-effective TESS solutions, leveraging industry feedback to shape the acquisition process.
JMTC APPRENTICE TRAINING PROGRAM
Buyer not available
The Department of Defense, through the Army Contracting Command, is soliciting proposals for the JMTC Apprentice Training Program at the Rock Island Arsenal in Illinois. This procurement aims to establish a five-year Indefinite Delivery/Indefinite Quantity (IDIQ) contract for vocational training services, specifically designed to train apprentices to become journeyman machinists, with a focus on critical skills such as machining theory and safety protocols. The contract will feature five one-year ordering periods, with a minimum guaranteed quantity of one training session and a maximum of ten per Contract Line Item Number (CLIN). Interested contractors must submit their proposals electronically by April 29, 2025, and ensure compliance with technical evaluation criteria, including instructor qualifications and accreditation. For further inquiries, Lynn Baker can be contacted via email at lynn.d.baker8.civ@army.mil.
CENTCOM-AFRICOM Education Services
Buyer not available
The Department of Defense, through the Defense Human Resources Activity, is conducting market research to identify potential vendors for providing accredited education services at military installations in the Central Command (CENTCOM) and Africa Command (AFRICOM) regions. The procurement aims to deliver on-site college-level instruction leading to undergraduate and graduate degrees, as well as credentials and standardized testing services, specifically tailored to the unique needs of military personnel stationed overseas. This initiative is crucial for ensuring that service members have access to quality educational opportunities comparable to those available domestically, thereby supporting their professional development and career transitions. Interested vendors must submit their capability statements and feedback on the draft Performance Work Statement (PWS) by April 22, 2025, and can contact Jada Weaver at jada.a.weaver.civ@mail.mil or Mike Carnley at charles.m.carnley.civ@mail.mil for further information.
Army National Guard (ARNG) Training and Range Support Program
Buyer not available
The General Services Administration (GSA) is conducting a Request for Information (RFI) on behalf of the Army National Guard (ARNG) to identify potential contractors for Training and Range Support services. The objective is to gather insights on market capabilities for providing integrated logistical support for military training programs, including Training Aids, Devices, Simulators and Simulations (TADSS) and the Sustainable Range Program (SRP). These services are crucial for enhancing the operational readiness and effectiveness of the Army National Guard and other military branches across the United States and its territories. Interested parties must submit their responses, including a corporate overview and relevant experience, by 11 a.m. Eastern Time on April 23, 2025, to the designated contacts, Pamela Weichel and Randy Moy, via email.
Radiology Specialist General Education Instruction
Buyer not available
The Department of Defense, specifically the U.S. Army Medical Center of Excellence, is seeking qualified small businesses to provide General Education instruction in written and oral communication for Army Radiology Specialist students at Joint Base San Antonio, Fort Sam Houston, Texas. The contract aims to deliver six undergraduate credit hours across 12 cohorts annually, with instruction potentially offered in-person or through blended learning, ensuring that no more than 40% of the content is delivered online. This initiative is crucial for enhancing the academic qualifications of Army personnel while adhering to strict performance standards and government regulations. Interested small businesses must respond to the Sources Sought Notice by April 18, 2025, and can direct inquiries to Tanisha Bush at tanisha.a.bush.civ@army.mil or Angelic M. Hatcher at angelic.m.hatcher.civ@army.mil.