Roleplayer Services
ID: 70LGLY25RGLB00001Type: Presolicitation
Overview

Buyer

HOMELAND SECURITY, DEPARTMENT OFFEDERAL LAW ENFORCEMENT TRAINING CENTERFLETC GLYNCO OPERATIONSBrunswick, GA, 31524, USA

NAICS

Temporary Help Services (561320)

PSC

EDUCATION/TRAINING- OTHER (U099)

Set Aside

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

    The Department of Homeland Security, through the Federal Law Enforcement Training Center (FLETC), is soliciting proposals for Roleplayer Services under solicitation number 70LGLY25RGLB00001. The contract requires the provision of personnel, supervision, management, and necessary materials to deliver realistic situational training for law enforcement exercises at the FLETC campus in Glynco, Georgia. These services are critical for enhancing the effectiveness of law enforcement training programs by simulating real-world scenarios. Interested small businesses must submit their proposals by the revised deadline of October 1, 2025, and can direct inquiries to Erin Johnson at erin.johnson@fletc.dhs.gov or by phone at 912-267-3297.

    Point(s) of Contact
    Files
    Title
    Posted
    This amendment to solicitation 70LGLY25RGLB00001, issued by the Department of Homeland Security's Federal Law Enforcement Training Centers (FLETC) for ROLEPLAYER SERVICES, extends the Phase 1 submission due date. Previously set for September 8, 2025, at 2:00 pm ET, the new deadline is September 15, 2025, at 2:00 pm ET. Offerors must acknowledge this amendment. Phase 1 proposals, limited to six pages, require a cover sheet and a narrative demonstrating prior experience (prime or subcontractor) in providing role player support for training scenarios, similar in scope to the PWS requirements. This includes detailing contract numbers, dollar values, and explanations of how past experience is relevant. Failure to submit Phase 1 will preclude further consideration. The Contracting Officer will issue a due date for Phase 2 via an Advisory Notice.
    The Department of Homeland Security's Federal Law Enforcement Training Centers (FLETC) issued Amendment 0002 for Solicitation 70LGLY25RGLB00001, which seeks Roleplayer Services. This amendment extends the Phase 1 submission deadline from September 15, 2025, to September 29, 2025, at 2:00 PM ET. Offerors must submit a six-page proposal for Phase 1, focusing on prior experience related to role player support in training scenarios. The submission must include a cover sheet and a narrative detailing relevant contracts within the last three years, explaining their similarity in scope to the current requirement. Failure to adhere to the page limit will result in un-evaluated extra pages. Proposals are to be emailed to erin.johnson@fletc.dhs.gov. All other terms and conditions of the solicitation remain unchanged.
    This amendment to Solicitation No. 70LGLY25RGLB00001 for Roleplayer Services at the Federal Law Enforcement Training Centers (FLETC) by the Department of Homeland Security (DHS) introduces several key changes. The submission date for offers has been extended to October 1, 2025. The document clarifies various paragraphs, adds the acronym "JO" to paragraph 2.2, changes "MFD" to "Multi Function Device" on Attachment 5, removes paragraph 6.7 from Part 6, and replaces "4005" with "4004" in paragraph B.1. Additionally, the quantity for CLIN X003 is changed from 1 EA to 1 month, and Standard Form 1444 is replaced with Standard Form 1449. Attachment 3 is revised to include overtime hours, and Attachment 5 is updated. Pages 11 through 153 are replaced with revised versions, marked with black bars indicating changes. Several line items for Project Management, Scenarios, Schedulers, and Training Surge are updated across the base period and four option periods, with corresponding changes to their periods of performance. The document also includes contract clauses, such as 52.212-4 Contract Terms and Conditions—Commercial Items and 52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders—Commercial Products and Commercial Services, outlining important regulations for contractors.
    This amendment (70LGLY25RGLB00001/0004) for the Department of Homeland Security's Federal Law Enforcement Training Centers (FLETC) revises the solicitation for Roleplayer Services. Key changes include extending the Phase 2 submission deadline to December 8, 2025, and converting the CLIN structure from requirements to a firm-fixed price. It redefines CLIN X002 as a monthly fixed price for roleplayer services and removes various FAR clauses. The amendment also modifies proposal page limits, details staffing plan requirements, and excludes certain forms from page limitations. The Period of Performance for the base period and four option periods is clarified, spanning from February 1, 2026, to December 31, 2030, with specific dates for project management, roleplayer services, schedulers, and training surges. All sections (A-E) have been replaced with revised versions, marked with black bars to highlight changes.
    This amendment modifies solicitation 70LGLY25RGLB00001, changing the duration of the Base Year CLINs for Project Management, Roleplayer Services, and Schedulers from 12 months to 11 months, with a period of performance from February 1, 2026, to December 31, 2026. It also details an unpriced Training Surge option line item for the Base Period and subsequent Option Periods (1-4). The "Phase In" item for the Base Period has a performance period of 20 days before the Base Period begins. Option Periods 1-4 maintain a 12-month duration for Project Management, Roleplayer Services, and Schedulers, with corresponding performance periods and anticipated exercise dates. All other terms and conditions of the original solicitation remain unchanged.
    This amendment modifies solicitation number 70LGLY25RGLB00001, issued by the Department of Homeland Security, Federal Law Enforcement Training Centers. The key changes include updating the quantity for CLIN 1003 from 1 month to 12 months, and changing the unit of measure for CLIN 2002 and 4002 from "EA" (each) to "MO" (month). The amendment details specific changes to multiple line items across various option periods (Base Period, Option Period 1, 2, 3, and 4) for services such as Project Management, Roleplayer Services, Schedulers, and Training Surge. The Periods of Performance for these services span from February 1, 2026, to December 31, 2030, with anticipated option exercise dates. All other terms and conditions of the original solicitation remain unchanged.
    The Department of Homeland Security (DHS) Federal Law Enforcement Training Centers (FLETC) has issued Solicitation Number 70LGLY25RGLB00001, a Request for Proposal (RFP) for Roleplayer Services. The acquisition is unrestricted with a NAICS code of 561320 and a size standard of $34 million. The offer due date is September 8, 2025, at 1400 ET. The contract includes a base period from December 1, 2025, to November 30, 2026, with four one-year option periods extending through November 30, 2030. Services include project/contract management, scenario-based roleplayer services for realistic law enforcement training, and roleplayer scheduling. A
    The "Questions and Answers for 70LGLY25RGLB00001 Roleplayer Services" document addresses various inquiries regarding a federal government Request for Proposal (RFP) for roleplayer services. Key points include the identification of Ops Tech Alliance as the incumbent contractor (70LGLY21CGLB00001), numerous references to "Amendment 0003" for clarifications on acronyms, deliverables, pricing, and period of performance, and confirmation that requirements for non-key personnel (e.g., roleplayers, supervisors) are at the contractor's discretion. The document clarifies submission requirements for representations and certifications, the all-inclusive pricing for CLIN X002 (scenarios), and the government's stance on unanticipated ODC expenses (not billable as a separate CLIN). It also addresses past performance criteria, emphasizing market research support for current requirements, and confirms that FLETC is not a Department of Defense entity, thus DD254 forms are irrelevant. The estimated award date is October 31, 2025.
    Lifecycle
    Title
    Type
    Roleplayer Services
    Currently viewing
    Presolicitation
    Similar Opportunities
    FLETC Charleston Construction IDIQ Contract
    Buyer not available
    The Department of Homeland Security, through the Federal Law Enforcement Training Center (FLETC), is seeking qualified contractors for a Construction Indefinite Delivery/Indefinite Quantity (IDIQ) contract in Charleston, South Carolina. This procurement aims to secure services, labor, and materials for construction, maintenance, and alterations at various FLETC facilities, with a contract duration of 12 months and four optional 12-month periods, plus a potential six-month extension. The total estimated value of the contract is not to exceed $27.5 million, with a guaranteed minimum of $50,000, and task orders will typically range from $2,000 to $1,000,000. Interested HUBZone small businesses must submit proposals by December 12, 2025, and are encouraged to contact William Hilliard at william.a.hilliard@fletc.dhs.gov for further information.
    Tanker Truck Fuel Pick-up
    Buyer not available
    The Department of Homeland Security, specifically the Federal Law Enforcement Training Center (FLETC), is seeking qualified vendors for a contract related to the supply of fuel services, including unleaded fuel, E-85 ethanol, and diesel fuel, for operations in Brunswick, Georgia. The procurement is set aside for small businesses and includes an amendment that clarifies vendor responsibilities, operational parameters, and compliance with regulations, particularly concerning trafficking in persons. This contract is crucial for ensuring a continuous fuel supply from October 1, 2024, through July 31, 2025, with potential extensions through 2029. Interested parties should contact Sheila Henley at sheila.henley@fletc.dhs.gov or call 912-267-2330 for further details and to acknowledge receipt of the amendment by the specified date.
    ERIC DDER Training Course
    Buyer not available
    The Department of Homeland Security, specifically the U.S. Immigration and Customs Enforcement (ICE), is seeking training support services for a Deception Detection and Elicitation of Responses (DDER) training course. This procurement involves one comprehensive DDER training package, which includes a five and one-half day course focusing on threat background, behavioral analysis, and rapport-based interviewing techniques, totaling up to 24 hours of classroom instruction. The training is crucial for enhancing the skills of personnel involved in compliance and removals, ensuring effective and informed decision-making in their roles. Interested parties can reach out to Andrew Hadden at Andrew.Hadden@ice.dhs.gov or call 202-494-5943 for further details regarding this opportunity.
    2024 Department of Homeland Security (DHS) Directorate of Science and Technology (S&T) Long Range Broad Agency Announcement (LRBAA) 24-01
    Buyer not available
    The Department of Homeland Security (DHS) is seeking proposals through its Long Range Broad Agency Announcement (LRBAA) 24-01, aimed at funding scientific and technical projects that enhance homeland security capabilities. This five-year initiative, open until May 31, 2029, focuses on three types of research: near-term component gaps, foundational science, and future needs/emerging threats, covering key mission areas such as Counter Terrorism, Border Security, and Cyberspace Security. The submission process involves a three-step approach: Industry Engagement, Virtual Pitch, and Written Proposal, with eligibility extended to various entities, including small businesses. Interested parties can contact John Whipple at john.whipple@hq.dhs.gov or the LRBAA Program Mailbox at LRBAA.Admin@HQ.DHS.GOV for further information.
    Auger Assembly and Install
    Buyer not available
    The Department of Homeland Security, through the Federal Law Enforcement Training Center (FLETC), is seeking proposals for the procurement and installation of four 6" Copper Dust Auger Systems at its facility in Glynco, Georgia. The objective of this procurement is to replace manual projectile and residue removal methods in indoor firearms ranges with automated auger systems, which will enhance operational efficiency and safety. The project involves fabricating, delivering, and installing all-steel auger assemblies equipped with Variable Frequency Drives (VFDs) and heavy-duty dust-control hoses, while the government will manage electrical connections and provide necessary infrastructure. Interested contractors must submit their quotes electronically by December 10, 2025, and are required to be registered in the System for Award Management (SAM) prior to award. For further inquiries, contact Gary Scidmore at gary.n.scidmore@fletc.dhs.gov or by phone at 912-280-5343.
    FBI Police Uniforms
    Buyer not available
    The Department of Justice, specifically the Federal Bureau of Investigation (FBI), is seeking proposals for the procurement of police uniforms under Request for Proposal (RFP) 15F06725R0000235. This opportunity involves establishing a Firm-Fixed-Price, Indefinite-Delivery Indefinite-Quantity (IDIQ) contract for one base year and four option years, with a total estimated value not to exceed $2,500,000, and a guaranteed minimum of $500,000. The uniforms are essential for maintaining a professional appearance among FBI personnel, which is critical for operational effectiveness and public identification. Interested vendors must submit proposals, including samples, by January 9, 2026, and can direct inquiries to Victoria McDaniels at vmcdaniels@fbi.gov.
    Armed Protective Security Officer Services at Customs and Border Protection Locations throughout Puerto Rico for Federal Protective Service
    Buyer not available
    The Department of Homeland Security (DHS), through the Federal Protective Service (FPS), is soliciting proposals for Armed Protective Security Officer (PSO) services at Customs and Border Protection (CBP) facilities throughout Puerto Rico. The contract will be structured as an Indefinite Delivery/Indefinite Quantity (IDIQ) agreement with fixed hourly rates, covering an estimated 750,000 service hours over a five-year period, with a minimum guarantee of $100,000. This procurement is a competitive 8(a) small business set-aside, emphasizing the importance of security services in safeguarding federal facilities. Interested parties must submit proposals by December 8, 2025, at 3:00 PM Eastern Time, and are encouraged to contact Kimberly Skiotys at kimberly.skiotys@fps.dhs.gov for further information and to attend a pre-proposal conference on November 21, 2025.
    Janitorial services for FEMA Region 2 at Naval Weapons Station Earle (NWSE)
    Buyer not available
    The Department of Homeland Security, through the Federal Emergency Management Agency (FEMA), is seeking qualified vendors to provide janitorial services for the FEMA workspace at Naval Weapons Station Earle (NWSE) in Colts Neck, New Jersey. The contract will encompass daily cleaning services, with additional requirements for weekend cleaning during Regional Response Coordination Center activations, and includes a base period from February 2026 to January 2027, with four optional 12-month extensions potentially extending to January 2031. This procurement is critical for maintaining a safe and clean environment for FEMA staff, ensuring compliance with federal, state, and local regulations, and adhering to OSHA standards. Interested small businesses must submit their proposals by December 11, 2025, and are encouraged to attend site visits on December 8 and 10, 2025, with prior registration and security clearance requirements. For further inquiries, contact Kendall Feaster at kendall.feaster@fema.dhs.gov or by phone at 202-288-2189.
    GTPE Training
    Buyer not available
    The Department of Defense, through the Naval Surface Warfare Center Dahlgren Division (NSWCDD), is seeking proposals for training services from Georgia Technology Professional Education (GTPE) to provide specialized courses on RF Electromagnetic Warfare Concepts, Phased Array Radar Systems, Target Tracking Concepts, and Basic EO-IR Concepts. The training will accommodate 20 to 25 students per course and is scheduled to take place at the University of Mary Washington Dahlgren Campus or NSWCDD before August 15, 2026. This procurement is critical for enhancing the technical skills of personnel involved in defense operations, and the contract will be awarded based on the Lowest Price Technically Acceptable criteria. Interested offerors must submit their proposals by December 8, 2025, and can direct inquiries to Heather Wiley at heather.r.wiley2.civ@us.navy.mil or by phone at 540-742-8742.
    Glock Armorer and Glock Advanced Armorer Courses
    Buyer not available
    The Department of Homeland Security, specifically the United States Coast Guard (USCG), is seeking to award a sole source firm fixed price contract for Glock Armorer and Glock Advanced Armorer courses. The objective of this procurement is to provide USCG members with two sessions of two days of hands-on training, focusing on intermediate maintenance, repair, inspection, and troubleshooting of Glock pistols beyond organizational maintenance. This training is crucial for ensuring the operational readiness and safety of USCG personnel who utilize Glock firearms. Interested parties can reach out to William E. Lewis at william.e.lewis3@uscg.mil or Miranda V. Smith at Miranda.V.Smith@uscg.mil for further details regarding this opportunity.