Journey to Leadership (JTL) Training Services
ID: W519TC-25-Q-A006Type: Solicitation
Overview

Buyer

DEPT OF DEFENSEDEPT OF THE ARMYW6QK ACC-RIROCK ISLAND, IL, 61299-0000, USA

NAICS

Professional and Management Development Training (611430)

PSC

EDUCATION/TRAINING- TRAINING/CURRICULUM DEVELOPMENT (U008)

Set Aside

Total Small Business Set-Aside (FAR 19.5) (SBA)
Timeline
  1. 1
    Posted Mar 24, 2025, 12:00 AM UTC
  2. 2
    Updated Apr 3, 2025, 12:00 AM UTC
  3. 3
    Due Apr 11, 2025, 5:00 PM UTC
Description

The Department of Defense, specifically the U.S. Army Sustainment Command, is seeking qualified contractors to provide Journey to Leadership (JTL) Training Services as part of a leadership development initiative. The program aims to enhance leadership competencies among current and future Army leaders through a structured, multi-tiered training approach, which includes interactive sessions, networking opportunities, and assessments tailored to various leadership levels. This procurement is established as a five-year Indefinite Delivery Indefinite Quantity (IDIQ) contract, set aside for small businesses, with proposals due by April 11, 2025. Interested parties should direct inquiries to Angela Venes at angela.m.venes.civ@army.mil or Meghan Overton at meghan.a.overton.civ@army.mil for further details.

Point(s) of Contact
Files
Title
Posted
The Journey to Leadership (JTL) program, established by the U.S. Army Sustainment Command (ASC), serves to enhance leadership skills across three tiers for Army personnel. Tier I targets early-career individuals, providing foundational leadership training through mentoring, assignments, and assessments over four to six months. Tier II, aimed at mid-level ranks, offers advanced leadership education and team projects over nine months to a year. Tier III focuses on senior leadership roles, incorporating a Washington, DC cultural experience and executive coaching over six to nine months. With an emphasis on effective communication, decision-making, and conflict resolution, participants engage in interactive training, real-world simulations, and networking opportunities. The contractor is mandated to deliver comprehensive group-based training at ASC’s Rock Island, IL headquarters while adhering to government education standards and ensuring a high-energy, inclusive learning environment. The program also aims for tangible improvements in leadership competencies, culminating in assessments and the provision of graduation plaques. As part of the contractor's responsibility, they will ensure alignment with Army values and deliver tailored content to meet diverse participant needs while maintaining a focus on ethical standards and governmental protocols.
The document outlines the guidelines for submitting quotes in response to the Request for Quote (RFQ) W519TC-25-Q-A006 issued by the U.S. Army. It specifies that quotes must be submitted electronically by April 8, 2025, and emphasizes the importance of adhering to formatting guidelines to avoid disqualification. Key details include instructions for presentation requirements, with oral presentations scheduled for offerors deemed technically acceptable. Offerors must demonstrate experience in leadership development, including organizational and staffing plans via PowerPoint presentations. The evaluation criteria focus on technical experience of key personnel, leadership development approaches, and pricing, with detailed requirements outlined for each aspect. The pricing must be submitted using a specific Excel Price Matrix, and any alterations may lead to rejection. Ultimately, adherence to these guidelines is crucial for successful participation in the bidding process, reflecting standard practices in federal contracting to ensure clarity, accountability, and compliance with contractual obligations.
The government document outlines the instructions for submitting quotes in response to Request for Quote (RFQ) W519TC-25-Q-A006, specifically focusing on a leadership development program. Offerors must submit their quotes, including detailed proposals and oral presentations, electronically by specified deadlines. Key points include requirements for demonstrating technical experience, leadership approach, and staffing plans, along with pricing submissions using a designated Price Matrix. Successful offerors will engage in oral presentations after receiving notification of their technical acceptability. Presentations should showcase leadership strategies, course designs, and compliance with military and civilian principles. Evaluation criteria emphasize thoroughness in submissions, adherence to format, and clarity in communication. The document underscores the significance of understanding government objectives and fulfilling submission protocols to enhance bid competitiveness for contract awards, reflecting the structured nature of government procurement processes. Overall, the RFQ aims to procure comprehensive leadership training aligned with Department of Defense and Department of Army standards.
Mar 24, 2025, 10:04 PM UTC
The document outlines the evaluation criteria and basis of award for a Request for Quote (RFQ) issued by the U.S. Government. The government intends to award one contract based on criteria including Technical Experience, Leadership Development Approach, Staffing Plan, and Price. Technical Experience is assessed on a pass/fail basis, while oral presentations will further evaluate the Leadership Development Approach and Staffing Plan without formal ratings but with qualitative assessments of strengths and weaknesses. The government prioritizes superior non-price features over the lowest price, aiming for the best overall value. The document details specific requirements for Offerors, including extensive experience in various leadership and coaching roles, certifications, and an organizational staffing strategy. Price evaluations ensure offers are reasonable and balanced, with compliance to solicitation requirements being crucial for eligibility. The government reserves the right to make selections based on initial submissions and can accept or reject proposals as deemed appropriate.
The document outlines the procedures for evaluating quotes submitted to the U.S. Government in response to a Request for Quote (RFQ), focusing on awarding a contract based on Technical Experience, Leadership Development Approach, Staffing Plan, and Price. The evaluation begins with an acceptability determination of Technical Experience, which must comply with specified criteria, including relevant experience within the Department of Defense and certifications in executive coaching and assessment tools. Candidates who meet the technical requirements will progress to oral presentations, where the government will assess their approach to leadership development and staffing plans. The importance of price in selection is acknowledged but not deemed the primary factor; rather, superior non-price features are prioritized unless price differences are marginal. The document emphasizes compliance with solicitation terms and conditions, as failure to do so may render an offer ineligible for consideration. Overall, it illustrates the structured process the government utilizes to ensure it selects the best value provider for leadership development services.
Apr 3, 2025, 8:05 PM UTC
The document outlines the Price Matrix for the federal RFP W519TC-25-Q-A006 titled "Journey To Leadership." It details the pricing structure across different tiers and ordering periods for a leadership training program. The pricing is categorized into three Contract Line Item Numbers (CLINs) for varying student ranges in Tier I, Tier II, and Tier III, with specified unit prices based on group sizes. Additionally, CLIN 0004 notes the pricing for completion plaques, similarly structured by quantity ranges. Each CLIN is accompanied by percentage discounts based on participant numbers, ultimately leading to an evaluated price calculation for bidders. The matrix is designed to assist government analysts in evaluating offers against pricing for compliance with the RFP requirements. This structure facilitates a clear comparison of costs, ensuring fiscal accountability. The overall purpose appears to be standardizing bid evaluations to establish criteria for selecting contractors for government-funded leadership training programs, thereby optimizing resource allocation and funding distribution throughout designated ordering periods.
This document answers industry questions regarding the Journey to Leadership (JTL) solicitation, specifically solicitation W519TC-25-Q-A006. It outlines responsibilities for contractors, including travel and lodging for a training week in Washington, DC, and the need for detailed qualifications of personnel involved in the program. The government emphasizes that the successful Offeror must demonstrate specific levels of technical experience, which will be evaluated on an "Acceptable/Unacceptable" basis. The document clarifies that logistics for certain visits and training sessions will be the contractor's responsibility, although assistance may come from the Program Manager. Additionally, the required qualifications for instructors include experience with Department of Defense (DoD) missions, and the contractor should propose flexible solutions aligned with the Performance Work Statement (PWS). It highlights the necessity of incorporating specific assessments and certifications in proposals and the approach to competitive pricing. The guidance given also indicates that the government may consider non-military experience acceptable if it demonstrates a comparable level of relevant expertise. The questions and answers format provides clear clarification on expectations, logistical responsibilities, and the qualifications of key personnel needed to fulfill the contract requirements effectively.
Apr 3, 2025, 8:05 PM UTC
This government solicitation outlines the requirements for a Women-Owned Small Business (WOSB) contract to deliver the Journey to Leadership (JTL) Program for the U.S. Army Sustainment Command. The program aims to enhance leadership competencies among current and future leaders within the Army. The RFQ is a Request for Quote (RFQ), specifically a 100% small business set-aside, conducted under the simplified acquisition procedures outlined in FAR Part 13.5. The contract will operate with an Indefinite Delivery Indefinite Quantity (IDIQ) model over five ordering periods from May 2025 to May 2030, focusing on delivering training sessions and program completion plaques. Evaluations will assess Technical Experience through written submissions and oral presentations on Leadership Development Approach and Staffing Plans. Registration in the System for Award Management (SAM) is mandatory for all offerors. The solicitation includes various FAR and DFARS clauses, emphasizing compliance with federal regulations. Interested parties must email submissions and adhere to specified deadlines, particularly for technical proposals and presentations. Ultimately, this procurement demonstrates the Army’s commitment to fostering diverse leadership development through targeted programs.
Apr 3, 2025, 8:05 PM UTC
The document outlines an amendment to solicitation W519TC-25-Q-A006, issued by the U.S. Army Sustainment Command for the Journey to Leadership (JTL) program, a leadership development initiative. Key amendments include adjustments to submission deadlines and the acknowledgment process for offers. Notably, the submission date for Technical Experience and Key Personnel has been extended to April 11, 2025. The document emphasizes the necessity for all offers to be submitted electronically, following specific evaluation criteria, which are based on technical experience, leadership development approach, staffing plan, and price quotes. The solicitation is established as a five-year Indefinite Delivery Indefinite Quantity (IDIQ) contract under a 100% Small Business Set-aside, with stipulations for minimum guaranteed quantities. Registration in the System for Award Management (SAM) is mandatory for potential contractors, and communication is limited to designated government representatives. The amendment details several attachments related to pricing, technical instructions, and answers to industry questions that further define the proposal's framework. Ultimately, adherence to this guidance is critical for compliance and successful bid submissions.
Lifecycle
Title
Type
Solicitation
Similar Opportunities
W912P625QA003 FY25 LDPII Communication Skills Workshop
Buyer not available
The Department of Defense, through the United States Army Corps of Engineers (USACE) Chicago District, is seeking proposals for the W912P625QA003 FY25 LDPII Communication Skills Workshop, aimed at enhancing leadership development through a three-day training program. The contractor will be responsible for developing and facilitating interactive communication skills workshops for approximately 15 participants, requiring at least two experienced facilitators with a minimum of five years in corporate-style leadership training. This initiative is crucial for strengthening leadership capabilities within the Great Lakes Leadership Development Program - Tier II, ensuring compliance with federal regulations and wage determinations. Proposals must be submitted by April 29, 2025, at 2 PM CT, and interested contractors should contact Stephanie Boyd at Stephanie.L.Boyd@usace.army.mil for further details.
Laredo ISD JCLC
Buyer not available
The Department of Defense, specifically the Department of the Army, is seeking contractors to provide comprehensive support services for the Laredo Independent School District's Junior Cadet Leadership Camp (JCLC) scheduled from May 5 to May 10, 2025. The contractor will be responsible for furnishing lodging accommodations, meals, transportation, medical support, and necessary facilities for approximately 120 cadets, 20 cadre members, and 4 chaperones from various schools. This initiative is part of a broader effort to enhance leadership skills and citizenship training among youth participants, while also promoting opportunities for women-owned small businesses in federal contracting. Interested parties must submit their bids in response to the Request for Quote (RFQ) format, ensuring compliance with all regulatory requirements, including registration in the System for Award Management (SAM), by the specified deadlines. For further inquiries, potential bidders can contact Eric V. Tollefson at eric.v.tollefson.civ@army.mil or Samuel M. Henderson at Samuel.M.Henderson1.civ@mail.mil.
Building Strong and Ready Teams Curriculum
Buyer not available
The Department of Defense, specifically the Department of the Army, is seeking vendors to provide curricula for the Building Strong and Ready Teams (BSRT) training program, aimed at enhancing the capabilities of Army Chaplains in marriage and family dynamics. The procurement focuses on developing comprehensive instructional materials, including instructor training programs, facilitator guides, participant workbooks, and audiovisual aids, to support the certification of Army Chaplains who will subsequently train Soldiers and their families. This initiative is critical for improving the emotional and psychological well-being of military families, addressing essential areas such as relationship enhancement, suicide prevention, and communication skills. Interested parties must submit their capability statements by May 16, 2025, to LaTasha Cardwell at latasha.s.cardwell2.civ@army.mil or Angelic Hatcher at angelic.m.hatcher.civ@army.mil, with the potential for a sole source contract valued under the NAICS code 611430, which has a size standard of $15 million.
Deliberate Leadership Education (DLE) Instructor
Buyer not available
The Department of Defense, specifically the Department of the Air Force, is conducting a Sources Sought announcement to identify potential sources for providing Deliberate Leadership Education (DLE) instructor services at Keesler Air Force Base in Mississippi. The contractor will be responsible for delivering interactive training modules that support the Military Training Leader (MTL) curriculum, focusing on values-based education to promote ethical leadership, along with tasks such as curriculum delivery, program evaluation, and data analysis. This initiative is crucial for ensuring that leadership education aligns with military values and strategic goals, thereby enhancing the effectiveness of training at the Air Force Base. Interested parties must submit their responses by 10:00 AM CST on May 7, 2025, to the designated contacts, Tina Taylor and Priscilla Brown, via the provided email addresses, ensuring compliance with all specified requirements in the Performance Work Statement.
2BDE JROTC Cadet Leadership Challenge (JCLC) BUFFALO
Buyer not available
The Department of Defense, specifically the Department of the Army, is soliciting proposals for a non-personal service contract to support the Junior Cadet Leadership Challenge (JCLC) in Buffalo, New York, scheduled for June 25-28, 2025, with options for three additional years. The contractor will be responsible for providing meals, lodging, and training facilities for approximately 110 cadets and 14 cadre, ensuring the execution of various training activities focused on leadership development and team-building exercises. This contract is crucial for meeting the comprehensive training needs of cadets while adhering to safety and quality standards, with performance evaluations conducted by the government. Interested parties can contact Renete Barnett-Morgan at renete.l.barnett-morgan.civ@army.mil or 502-624-6878 for further details.
3BDE JCLC Chicago
Buyer not available
The Department of Defense, specifically the Department of the Army, is soliciting proposals for a contract to provide food, lodging, and facilities for the Junior Cadet Leadership Challenge (JCLC) event in Chicago, scheduled from June 14 to June 18, 2025. The contractor will be responsible for delivering approximately 5,068 meals and accommodating 300 cadets and 86 cadre, along with providing access to various training facilities, including a swimming pool and climbing wall, in accordance with the Performance Work Statement (PWS). This procurement is part of an initiative to support small businesses, particularly those owned by women, and emphasizes compliance with federal acquisition regulations. Interested parties must ensure they are registered in the System for Award Management (SAM) and submit their quotes by the specified deadline. For further inquiries, contact Andrea Skilinski at andrea.m.skilinski.civ@army.mil or 520-945-8950, or Samuel M. Henderson at Samuel.M.Henderson1.civ@army.mil or 502-624-2206.
6BDE JCLC (JROTC Cadet Leadership Challenge) Polk, 31 May-4June 2025
Buyer not available
The Department of Defense, through the Department of the Army, is soliciting proposals for the Junior Reserve Officers' Training Corps (JROTC) Cadet Leadership Challenge (JCLC) Polk event, scheduled to take place from May 31 to June 4, 2025, in Lakeland, Florida. The contractor will be responsible for providing all necessary personnel, equipment, supplies, facilities, transportation, and non-personal services to support approximately 350 cadets and 50 cadre members, ensuring a structured environment conducive to leadership training and citizenship development. This contract emphasizes the importance of quality control, safety standards, and collaboration in meal planning and scheduling, with a focus on fostering leadership, citizenship, and physical fitness among participants. Interested contractors can reach out to primary contact Renete Barnett-Morgan at renete.l.barnett-morgan.civ@army.mil or by phone at 502-624-6878 for further details.
Joint Light Tactical Vehicle Competitive Initiative (JLTVCI) Successor Project
Buyer not available
The Department of Defense, through the Defense Logistics Agency (DLA), is initiating the Joint Light Tactical Vehicle Competitive Initiative (JLTVCI) Successor Project, which will establish a five-year Multiple Award Contract (MAC) for a wide range of Joint Light Tactical Vehicles (JLTV). This contract aims to procure items necessary for the production, repair, or replacement of components used in various JLTV systems, including those utilized by the Army and Marine Corps, with a total of 7210 National Stock Numbers (NSNs) currently identified for potential ordering. Interested suppliers are encouraged to review the attached NSN listing and respond to the Market Survey Questionnaire, with proposals due following the solicitation's release on or about September 2, 2025. For further inquiries, contact Bret Griffin at bret.griffin@dla.mil or Robert Harris at Robert.Harris@dla.mil.
Advance Weapons Training
Buyer not available
The Department of Defense, through 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 delivering a comprehensive program of instruction that includes advanced marksmanship, defensive shooting scenarios, and weapons safety, with training sessions held quarterly at contractor-provided facilities. This initiative underscores the Army's commitment to enhancing training capabilities while fostering small business participation, with a contract period starting on June 13, 2025, and extending through several option years until 2030. Interested parties must submit their proposals electronically by May 1, 2025, and can contact Justin Neville at justin.i.neville.civ@army.mil or 571-588-0941 for further information.
JCLC Panther - Hillsborough Ct Schools
Buyer not available
The Department of Defense, specifically the U.S. Army, is seeking small businesses to provide meals, lodging, training services, and support for the Junior Cadet Leadership Challenge (JCLC) Camp Panther, scheduled from June 9-13, 2025, in Hillsborough County, Florida. The contractor will be responsible for accommodating up to 400 cadets and 70 cadre members, ensuring a safe and engaging environment that promotes leadership skills and citizenship through various recreational activities. Interested small businesses are encouraged to submit their capabilities and relevant experience by May 1, 2025, to the designated contacts, with the total contract value estimated at $9 million. For further inquiries, potential respondents can reach out to Amber Goetz or Samuel M. Henderson via the provided email addresses.