Instructional Services for Tactical Search Warrants Course
ID: W912LP-25-R-0002Type: Combined Synopsis/Solicitation
Overview

Buyer

DEPT OF DEFENSEDEPT OF THE ARMYW7M8 USPFO ACTIVITY IA ARNGJOHNSTON, IA, 50131-1824, USA

NAICS

All Other Miscellaneous Schools and Instruction (611699)

PSC

EDUCATION/TRAINING- VOCATIONAL/TECHNICAL (U006)

Set Aside

Total Small Business Set-Aside (FAR 19.5) (SBA)
Timeline
    Description

    The Department of Defense, specifically the Department of the Army, is seeking qualified contractors to provide instructional services for a Tactical Search Warrant course at the Midwest Counterdrug Training Center (MCTC) in Johnston, Iowa. The procurement aims to enhance law enforcement capabilities by delivering comprehensive training focused on counternarcotics and counter transnational organized crime operations, with a contract structured as a total small business set-aside. Interested contractors must submit their proposals by July 8, 2025, and are encouraged to direct inquiries to Dan Collins at daniel.w.collins.civ@army.mil or Megan Kaszinski at megan.r.kaszinski.civ@army.mil. The contract will be awarded based on technical capability, past performance, and price, with a focus on ensuring compliance with federal acquisition regulations.

    Files
    Title
    Posted
    The Performance Work Statement (PWS) outlines the requirements for a contractor to provide technical instructor services for a Tactical Search Warrant Course at the Midwest Counterdrug Training Center (MCTC). The contractor must design, develop, and deliver the course, focusing on training law enforcement personnel in executing safe tactical search warrants. The contract includes one base year with three iterations of the course and four additional option years, potentially increasing the course iterations based on demand and funding. MCTC provides essential resources, such as classroom space and audiovisual equipment, while the contractor is responsible for all teaching aids, materials, and logistics. The course must emphasize hands-on training and cover various topics, including legal considerations, tactical planning, communications, and practical exercises. The contractor's instructors should possess significant law enforcement experience and prior training expertise. Contractor performance will be monitored through student evaluations and compliance with quality assurance measures. The PWS underscores a zero-tolerance policy against trafficking and mandates adherence to security regulations within federal installations. Overall, the document seeks to enhance collaboration among law enforcement agencies to improve drug control efforts and public safety across jurisdictions.
    The document outlines a Request for Proposal (RFP) regarding technical instruction services for a course titled "Tactical Search Warrants" at the Midwest Counterdrug Training Center (MCTC). It includes a draft Performance Work Statement (PWS) that details the course requirements. The RFP seeks input from potential contractors to gauge clarity and feasibility regarding the PWS, including whether the requirements are clear enough to prepare a complete proposal without revisions and if any seem too vague or restrictive. It also inquires if the companies have existing Commercial Off-the-Shelf (COTS) training that can be adapted to meet the PWS standards. Additionally, it questions if 30 days is sufficient time for proposal development, including materials like student manuals and presentations. The document concludes with a request for company information to facilitate further communication. Overall, this RFP aims to ensure that qualified entities can effectively respond to the training needs outlined while adhering to federal contracting standards.
    The document serves as an amendment to RFP# W912LP25R0002 issued by the Iowa National Guard, providing answers to specific questions regarding the proposal submission for the “Tactical Warrant Service.” Key points include clarifications on the technical capabilities that can be found in designated attachments in the RFP, emphasizing no confidential communications will be entertained. Additionally, it specifies that all PowerPoint slides must be printed and included in the proposal binder, along with a requirement for one hardcopy and one electronic version of the proposal to be submitted. The amendment reflects the government's transparent approach to the solicitation process, ensuring all contractor inquiries are publicly addressed and incorporated into the official documentation. This fosters clarity and compliance for potential bidders in this government contract opportunity.
    The document is an amendment to the Iowa National Guard's Request for Proposals (RFP# W912LP25R0002) regarding a tactical warrant service course. It provides answers to contractor inquiries related to the RFP, emphasizing the requirements for technical capabilities, proposal submission formats, and expectations for instructors. Key responses clarify the need for printed PowerPoint slides in proposals, the necessity for both hardcopy and electronic submissions, and the expectation that instructors will conduct physical practical exercises rather than solely using written or multimedia instruction. Contractors are guided to define their methods for incorporating practical exercises within the proposal while identifying potential risks and constraints. The amendment also serves as a final notice that no further questions will be entertained due to the imminent proposal closing date on July 8, 2025. This document is pivotal for ensuring contractors understand the specifications and submission guidelines essential for their proposals.
    The Iowa National Guard has issued Amendment 0001 for RFP# W912LP25R0002, which addresses questions related to the Request for Proposals. A key point raised in the inquiry pertains to the absence of specified technical capabilities in the SAM.gov platform. In response, the government clarified that the required technical capabilities are detailed in the provided attachments to the RFP. Specifically, Attachment 1 outlines the Performance Work Statement, while Attachment 2b contains an addendum to the Federal Acquisition Regulation (FAR) that further describes the technical capability requirements. This amendment is part of a broader initiative aimed at ensuring clarity and compliance in the procurement process. The last update to this document was recorded on June 12, 2025.
    The Performance Work Statement (PWS) outlines the requirements for a contractor to provide Technical Instructor Services for a Tactical Search Warrant Course at the Midwest Counterdrug Training Center (MCTC). The contractor is responsible for all personnel, equipment, and materials needed to design, develop, and instruct the course, which focuses on counternarcotics and counter transnational organized crime training for law enforcement agencies. The contract spans a base period until May 31, 2026, followed by four optional extensions, involving multiple iterations of the course across various locations. The course is designed for up to 30 law enforcement and military personnel and aims to equip officers without formal tactical training to safely execute hazardous search warrants. Key responsibilities include creating a comprehensive course manual, utilizing various instructional methods, and incorporating practical exercises. The contractor must ensure compliance with quality control measures and adapt course content as required. Additionally, the instructor qualifications are specified, emphasizing significant law enforcement experience and training backgrounds. The document establishes a framework for accountability, performance evaluation through student feedback, and adherence to security protocols, ultimately supporting the government's counternarcotics initiatives and enhancing collaboration among law enforcement entities.
    The document numbered W912LP25R0002 outlines federal contract clauses and requirements for government solicitations, emphasizing compliance with various regulatory standards. It enumerates a range of clauses incorporated by reference, which include stipulations related to contractor responsibilities, cybersecurity measures, preferences for domestic commodities, and prohibitions against engaging with certain regimes. Key topics involve the representation and certifications needed for commercial products and services, the procedures for electronic submission of payment requests, and compliance requirements driven by federal laws and executive orders. Specific attention is given to the utilization of small business concerns, ensuring equitable treatment of disadvantaged businesses, and protocols regarding labor standards. The structure of the document categorically addresses clauses in full text and their respective impacts, including the need for contractors to comply with national standards, safeguard sensitive data, and adhere to ethical contracting practices. This comprehensive reference serves as a critical resource for contractors engaging with government projects, ensuring they fulfill both legal and operational responsibilities in alignment with federal acquisition regulations.
    This document outlines the proposal submission instructions for contractors responding to the solicitation W912LP-25-R-0002. Proposals must be submitted by July 8, 2025, at 11:00 AM (CT) and adhere to compliance requirements, including a NIST SP 800-171 DoD Assessment within three years prior to contract award. Submissions will consist of one electronic and one hard copy organized into four specified volumes: Technical Capability, Past Performance, Price Proposal, with clear guidelines on formatting, page limits, and content sections. Specifically, proposals must detail technical approaches, prior relevant projects, and pricing formats, while all materials must be unclassified and virus-free. An Organizational Conflict of Interest (OCI) statement is required to assess fairness in competition, alongside processes for potential conflicts. Contract awards will occur based on this structured evaluation process, confirming the contractor’s ability to meet the outlined performance work statement (PWS) and compliance with government regulations. The overall intent is to establish a clear and comprehensive proposal format to ensure fair evaluation and selection of contractors for federal services.
    This document outlines the evaluation factors for awarding a government contract, emphasizing a structured approach to assessing proposals from contractors. The government intends to issue a single Firm-Fixed Price contract based on three main evaluation criteria: Technical Capability, Past Performance, and Price. Proposals will be scrutinized for technical capability, specifically the contractor’s understanding of requirements and prior experience in delivering relevant training courses to law enforcement personnel. Evaluation will also focus on the qualifications of instructors with extensive law enforcement and teaching backgrounds. Past performance is critically evaluated to assess the risk of unsuccessful execution, considering the relevance and recency of previous contracts. A contractor lacking credible past performance will receive a neutral rating. Price evaluation employs analysis techniques to verify reasonableness, completeness, and the absence of unbalanced pricing among line items. The government will assess total costs, including options, to ensure overall competitiveness. The document serves as a comprehensive guide for contractors, detailing expectations for proposals in the context of federal acquisition processes, ensuring fairness and responsibility in awarding contracts to the most qualified bidders.
    The document outlines a price proposal for a series of Tactical Search Warrant courses, designated under various options for contracting. It specifies a baseline period as well as four options, each requiring a quoted unit price for individuals enrolled, with the quantity for each option set as six participants. The total price for all iterations is to be calculated based on these unit prices. This proposal is structured in a clear matrix format allowing for easy input of costs associated with each course iteration. The aim of the proposal is most likely to secure funding through federal grants or fulfill requirements framed by state and local RFPs, emphasizing the importance of training in tactical operations for law enforcement agencies. Overall, it reflects government investment in law enforcement capability enhancement through structured training courses.
    The Headquarters Iowa National Guard's U.S. Property & Fiscal Officer is soliciting past performance information from contractors to select a provider for technical instruction services at the Midwest Counterdrug Training Center (MCTC). Focused on assessing contractor qualifications, all bidders must submit a Past Performance Questionnaire (PPQ) completed by someone familiar with their performance on similar projects. The PPQ is designed to capture an honest and objective evaluation of the Offeror’s past contracts, requiring ratings and supporting comments for each question. Respondents are advised to submit their completed questionnaires via email or mail by a specified deadline, with strict confidentiality measures in place to protect sensitive information. The document emphasizes the importance of these evaluations in the contractor selection process, demonstrating the government’s commitment to thorough vetting in accordance with federal procurement standards.
    The Past Performance Questionnaire (PPQ) is a document used by the United States Property and Fiscal Office (USPFO) to gather evaluations of Offerors responding to solicitations for training services. The PPQ must be completed by reference organizations familiar with the Offeror’s performance on relevant contracts undertaken within the past 36 months. The document outlines specific information required from the Offeror, including their name, contract details, services provided, and evaluation criteria related to course quality, schedule adherence, business relations, instructor quality, and course effectiveness. Evaluators from reference organizations fill out sections that assess the Offeror’s performance and provide comments on aspects rated. The completed PPQ is confidential and should not be shared with the Offeror. This process is crucial for determining contractor reliability and capability in fulfilling government contracts, ensuring that selected vendors can deliver quality training to meet the needs outlined in the solicitation. Adherence to the submission timeline is emphasized, with specific instructions on protecting sensitive information during the evaluation process. Overall, the PPQ serves as a key tool in federal procurement to ensure accountability and performance assessment during the source selection process.
    This document is a combined synopsis/solicitation (RFP No. W912LP-25-R-0002) focused on procuring technical instruction services for a "Tactical Search Warrant" course for the Midwest Counterdrug Training Center. It is issued under federal acquisition guidelines, indicating a small business set-aside. The RFP calls for numerous iterations of the course over multiple options and emphasizes adherence to specific federal provisions and clauses through FAR guidelines. Key dates include a posting date of June 4, 2025, and a response deadline of July 8, 2025. Questions regarding the solicitation must be submitted by June 27, 2025. The award is directed to support law enforcement training efforts and necessitates completion of several attachments, including a Performance Work Statement and various certifications. The overarching purpose is to enhance operational capabilities within the counterdrug domain through structured training services provided by qualified entities.
    Lifecycle
    Title
    Type
    Combined Synopsis/Solicitation
    Similar Opportunities
    Draft PWS for the MIOSS Program
    Dept Of Defense
    The Department of Defense, specifically the Department of the Army, is seeking qualified 8(a) contractors to provide Instructor Operator Support Services (MIOSS) for the Medical Simulation Training Center (MSTC). The contract aims to deliver instructor/operator support for medical training, including teacher-led and scenario-based training for both medical and non-medical personnel, with a focus on sustaining Combat Medic (68W MOS) skills and other tiered medical training. This opportunity is crucial for enhancing the training capabilities of U.S. military personnel and ensuring adherence to medical certification standards. Interested contractors are encouraged to submit questions and comments regarding the Draft Performance Work Statement (PWS) by January 6, 2026, and an Industry Day is planned for the week of January 11, 2026, at Fort Stewart, Georgia. For further inquiries, contact Carly Haning at carly.j.haning.civ@army.mil or Christina Minnon at christina.l.minnon.civ@army.mil.
    DTRA CWMD Security Cooperation Engagement Program IDIQ
    Dept Of Defense
    The Defense Threat Reduction Agency (DTRA) is seeking contractors for the Countering Weapons of Mass Destruction (CWMD) Security Cooperation Engagement Program (CSCEP) through an Indefinite Delivery Indefinite Quantity (IDIQ) contract. This program aims to enhance the capabilities of partner nations in responding to Chemical, Biological, Radiological, and Nuclear (CBRN) incidents, thereby improving global national security. The contractor will be responsible for training, equipping, and supporting partner nations, including logistics management and event planning, with a focus on compliance with U.S. and international regulations. Interested parties should note that the solicitation will be released in the second quarter of fiscal year 2025, and inquiries can be directed to Jocelyn Fritz or Eric M Rode at the provided email address.
    CBP OTD Detecting Deception & Eliciting Responses (DDER) Training Support
    Homeland Security, Department Of
    The Department of Homeland Security, specifically the U.S. Customs and Border Protection (CBP), is seeking proposals for training support services related to the Detecting Deception & Eliciting Responses (DDER) program. This procurement aims to provide rapport-based interviewing training, which is essential for developing trust with subjects to gather information effectively, particularly in counter-terrorism efforts. The contract will cover a base year from February 2026 to January 2027, with four additional one-year options, allowing for up to 24 training sessions annually at the Advanced Training Center in Harpers Ferry, West Virginia. Interested parties, particularly Women-Owned Small Businesses, should contact John Crockett or Karen Jeter for further details, as funding is currently unavailable and will be allocated quarterly through contract modifications.
    Weaponeering Courses
    Dept Of Defense
    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.
    Paramedic Training Courses
    Dept Of Defense
    The Department of Defense, specifically the Army Health Contracting Activity at Fort Hood, Texas, intends to award a sole source contract for paramedic training courses to Central Texas College. This procurement aims to provide Emergency Medical Technician-Paramedic (EMT-P) certification training for twenty medics from the 1st Cavalry Division, with classes scheduled for January and June, and is justified under FAR § 13.106-1(b)(1) due to the unique qualifications of the provider. The contract, funded by Operations & Maintenance, Army (OMA) for FY 2026, will be a Firm Fixed-Price purchase order with a base year from January 2026 to December 2026 and two option years extending to September 2028. Interested parties may contact Sara Craig at sara.l.craig2.civ@health.mil or by phone at 254-285-6743 for further information.
    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.
    HYDRAULIC TRAINING STAND
    Dept Of Defense
    The Department of Defense, specifically the Department of the Army, is seeking proposals for the procurement of a Hydraulic Training Stand, as outlined in a Combined Synopsis/Solicitation notice. The requirement includes a Basic Fluid Power Learning System featuring a double-sided A-Frame bench, hydraulic manifold, power supply, various hydraulic and pneumatic panels, instructional materials, and a comprehensive hand tool package for hydraulic systems. This training stand is crucial for enhancing the educational capabilities related to hydraulic systems at the McAlester Army Ammunition Plant in Oklahoma. Interested small businesses are encouraged to reach out to David Fortune at david.c.fortune.civ@army.mil or call 918-420-6445 for further details, as this opportunity is set aside for total small business participation under NAICS code 339999.
    Master Breacher Course Support
    Dept Of Defense
    The Department of Defense, specifically the Department of the Army, is soliciting proposals for the Master Breacher Course Support at Fort Benning, Georgia. This procurement involves providing materials and labor for training site support, including the construction and maintenance of targets and training aids for the 75th Ranger Regiment's Regimental Master Breacher Course, which is conducted three times a year. The contractor will be responsible for adhering to specific construction standards, ensuring quality control, and complying with safety and environmental regulations, while the government will provide range access and coordination. Proposals are due by December 18, 2025, at 2:00 PM EST, and interested parties should submit their quotes electronically to the designated contacts, Rafael Alamedapabon and Jack Konrat, with no paper submissions accepted.
    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.
    TACLANE Operator Training Course
    Dept Of Defense
    The Department of Defense, through the Naval Surface Warfare Center Carderock Division (NSWCCD), is seeking to procure an on-site TACLANE Operator Training Course from General Dynamics Mission Systems, Inc. This sole-source contract aims to train up to eleven NSWCCD employees on the configuration, operation, and maintenance of TACLANE encryptors, which are vital for secure network communications during RF Signature measurements. The four-day training course is scheduled to take place at NSWCCD in West Bethesda, Maryland, during the second quarter of Fiscal Year 2026 (January–March). Interested parties are invited to submit capability statements by 10:00 AM ET on December 22, 2025, to Tracy McDonough at tracy.l.mcdonough2.civ@us.navy.mil.