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
    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
    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.
    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.
    Similar Opportunities
    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.
    M00264-26-RFI-001 Marine Corps Information Maneuver School (MCIMS)
    Dept Of Defense
    The Department of Defense, through the Marine Corps Information Maneuver School (MCIMS), is seeking sources for contract support to provide academic instruction and training in Civil Affairs (CA), Civil-Military Operations (CMO), and Information Operations (IO) planning. The objective is to identify qualified vendors capable of delivering curriculum development and course maintenance for various Military Occupational Specialties (MOS), including the CA MOS Course and CMO Planner, which are critical for preparing Marines for operational effectiveness. The current contract is held by Green Cell Consulting LLC, and the anticipated NAICS code for this opportunity is 611430, with a size standard of $15 million. Interested parties must submit their responses, including a capabilities statement and business details, by December 30, 2025, at 10:00 AM EDT, to Erin Silverthorn at erin.silverthorn@usmc.mil or Christa Eggleston-Scott at christa.eggleston-sc@usmc.mil.
    Final Request for Proposal under FTSS V MAC Lot 1
    Dept Of Defense
    The Department of Defense, specifically the Naval Air Warfare Center Training Systems Division (NAWCTSD), is issuing a Final Request for Proposal under the Fielded Training Systems Support (FTSS) Multiple Award Contract (MAC) V Lot 1 for Contractor Instructional Services for Naval Air Forces Atlantic Fleet (CISLANT). This procurement aims to support training devices at various sites, including NS Norfolk, NAS Oceana, NAS Jacksonville, and NS Mayport, with a performance period of 60 months, starting with mobilization on July 1, 2026. The selected contractor will provide essential instructional services for military training, ensuring the effective operation and maintenance of critical training aids and devices. Interested FTSS V MAC holders must contact Lynn Carlson at lynn.a.carlson4.civ@us.navy.mil or call 407-694-6394 to access the necessary documents and further details regarding the proposal.
    Army Sustainment Command (ASC) Logistics readiness Command (LRC) Fort Lee Full Foods Service Contract
    Dept Of Defense
    The Department of Defense, through the Mission Installation and Contracting Command (MICC) at Fort Eustis, is seeking qualified contractors to provide Full Food Service (FFS) and remote site feeding services at Fort Lee, Virginia. The contractor will be responsible for all aspects of dining facility management, including supervision, labor, equipment, materials, and supplies, while adhering to strict quality control, safety protocols, and training requirements. This procurement is crucial for supporting the Army's food service program and ensuring compliance with applicable laws and regulations. Interested parties must submit capability statements by December 16, 2025, at 12 PM EDT, to primary contact Jayson Dillard at jayson.l.dillard.civ@army.mil or secondary contact Edward Wojtan at edward.w.wojtan2.Civ@army.mil.
    Army Targetry Systems (ATS) III, Multiple Award (MA), Indefinite- Delivery Indefinite-Quantity (IDIQ) base contracts
    Dept Of Defense
    The Department of Defense, through the Army, is seeking contractors for the Army Targetry Systems (ATS) III, which involves Multiple Award Indefinite-Delivery Indefinite-Quantity (IDIQ) base contracts. This procurement aims to support the development and provision of armament training devices, which are critical for military training and operational readiness. The contract, identified as W56HZV-18-D-0001, has been modified to enhance the capabilities of the ATS III program, ensuring that the Army has access to the necessary training systems. Interested parties can reach out to Delaney Tepel at delaney.e.tepel.civ@army.mil or Patricia Pierce at patricia.pierce3.civ@army.mil for further information regarding this opportunity.
    Bridge to Evolution STE TESS (BEST) Multi Award Contract (MAC)
    Dept Of Defense
    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.
    USASOC Special Operations Mission Training Center
    Dept Of Defense
    The Department of Defense, through the U.S. Army Special Operations Command (USASOC), is seeking qualified contractors to provide support services for the Special Operations Mission Training Center (SOMTC) located at Fort Bragg, North Carolina. The procurement aims to secure non-personal services that include personnel, supervision, and resources necessary for training the USASOC operating and generating force, as well as Joint Special Operations Forces, with a focus on Mission Readiness Exercises (MRX) and comprehensive IT support. This opportunity is critical for enhancing the interoperability of Army Mission Command Systems and ensuring effective training for Special Operations Forces, with a contract period consisting of a 12-month base period and four 12-month option periods. Interested contractors must submit a Statement of Capability by December 19, 2025, to Justin Burke at justin.burke@socom.mil or Debbie Harris at debbie.harris.civ@socom.mil, and must be registered in SAM.gov to participate.
    This requirement is to provide the JS, J7 Joint Education and Doctrine Division (JEDD) with planning and operations support to execute up to four (4) Disruptive Technical Courses (DTCs) per Fiscal Year.
    Dept Of Defense
    The Department of Defense, through the NAVSUP Fleet Logistics Center Norfolk, is seeking sources to provide planning and operations support for the Joint Staff (JS), J7 Joint Education and Doctrine Division (JEDD) to execute up to four Disruptive Technical Courses (DTCs) annually. The contractor will be responsible for program management, curriculum development, and coordination of speakers, including six Senior Fellows and up to twenty-four Subject Matter Experts (SMEs) per course, emphasizing high performance standards and compliance with security requirements. This initiative is crucial for enhancing the educational framework within the Department of Defense, with services expected to commence on July 1, 2026, following an anticipated award in the fourth quarter of FY26. Interested parties should submit a tailored executive summary by January 5, 2026, to Jaime Verdi at jaime.verdi@navy.mil, and the applicable NAICS code for this opportunity is 611430, with a size standard of $15 million.
    EnCase Additional Training
    Dept Of Defense
    The Department of Defense, specifically the Department of the Army, is seeking a firm-fixed-price contract modification for additional EnCase Endpoint Investigator training. This procurement is aimed at enhancing the capabilities of the Program Executive Office-Enterprise Information System Project Manager for Defensive Cyberspace Operations (PM DCO) by providing necessary training to personnel involved in cybersecurity operations. The training is part of an existing task order awarded to CKA, LLC under the Computer Hardware, Enterprise Software and Solutions (CHESS) and Information Technology Enterprise Software and Solutions 3 Services (ITES-3S) contracts. Interested parties can reach out to Lisa Burt at lisa.a.burt5.civ@army.mil or call 309-782-5794 for further details regarding this opportunity.
    CDID Cyber Battle Lab Experimentation Support Services
    Dept Of Defense
    The Department of Defense, through the U.S. Army Mission and Installation Contracting Command (MICC) at Fort Eustis, Virginia, is seeking qualified vendors to provide Cyber Battle Lab Experimentation Support Services at Fort Gordon, Georgia. The primary objective of this procurement is to assist in identifying gaps and vulnerabilities in Cyber Electromagnetic Activities (CEMA) through comprehensive experimentation, data collection, network engineering, capability prototyping, satellite communications support, and cybersecurity services. This effort is crucial for validating new technical solutions in Cyberspace Operations and Electronic Warfare, directly supporting the Cyber Battle Lab and U.S. Army Futures Command. Interested vendors must respond to this Sources Sought Notice by January 12, 2026, at 2 p.m. EST, and are encouraged to provide capability statements addressing security clearance requirements and compliance with the draft Performance Work Statement, with a maximum contract ceiling of $58.3 million over a seven-year ordering period.