Practitioner e-Learning
ID: FA7014F26ELEARNINGType: Combined Synopsis/Solicitation
Overview

Buyer

DEPT OF DEFENSEDEPT OF THE AIR FORCEFA7014 AFDW PKANDREWS AFB, MD, 20762-6604, USA

NAICS

Professional and Management Development Training (611430)

PSC

EDUCATION/TRAINING- OTHER (U099)

Set Aside

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

    The Department of Defense, specifically the Department of the Air Force, is seeking proposals for a Practitioner e-Learning platform aimed at providing continuous process improvement training, including Lean Six Sigma and project management methodologies, to Airmen and Guardians. The platform must support at least 750 simultaneous users and offer a range of courses from foundational to advanced levels, integrating AI/ML for enhanced interactivity and feedback. This initiative is crucial for enhancing the skills and competencies of military personnel, ensuring they are equipped with current industry methodologies. Proposals are due by December 22, 2025, at 1300 Eastern Time, with questions accepted until December 1, 2025. Interested parties should contact Destinee Narak at destinee.narak@us.af.mil for further information.

    Point(s) of Contact
    Files
    Title
    Posted
    The government is seeking proposals for an e-learning platform to provide foundational, intermediate, and advanced Lean Six Sigma, Agile, Project Management, and Organizational Change Management training for Department of the Air Force personnel. The platform needs to support an annual enrollment of approximately 38,500 users, with a minimum of 750 concurrent users. Key requirements include integration of AI/ML for content recommendations and customer service, agency-specific tailoring with military examples, and the ability to issue continuing education units. The government requires a white-labeled platform, lifetime access to course materials for DAF employees during their employment, and the ability for the contractor to customize content. The Foundational Course serves as an entry point for a progressive training structure, aiming to meet a 5% training goal for intermediate/Green Belt levels. The government seeks curriculum from the vendor and expects pricing to reflect the projected annual enrollment rather than the total eligible population of 625,000. This is a new requirement, and virtual kickoff meetings are acceptable.
    The Department of the Air Force (DAF) requires a contractor to provide an industry-standard asynchronous e-learning platform for continuous process improvement training. This platform will offer basic to advanced Lean Six Sigma courses to 625,000 Airmen, Guardians, and civil service employees. The contractor will provide advisory support, a web-based course portal capable of handling at least 750 simultaneous users, and training for the course administrator. The platform must track student progress, issue certifications, manage course licenses, allow for localized content, and provide reporting capabilities. A key feature is the integration of AI/ML for interactive feedback and customer service. The contract includes a 12-month base year and up to four 12-month option periods. The government retains all data rights and intellectual property developed under the contract, requiring royalty-free and license-free use of all course materials.
    The Performance Work Statement (PWS) outlines requirements for practitioner e-learning services for the Department of the Air Force. The program aims to provide continuous process improvement training, including Lean Six Sigma methodologies, to Air and Space Force personnel. The contractor will provide an e-learning platform capable of supporting at least 750 simultaneous users, tracking progress, and issuing certifications. The platform must offer foundational, intermediate, and advanced courses, and integrate AI/ML for interactive feedback. Key deliverables include a kickoff meeting agenda, quality control plan, training materials, course evaluation surveys, problem reports, and student completion lists. The government will not provide property or services. The contract has a one-year base period and four one-year option periods. The contractor is responsible for quality control, data privacy, and intellectual property rights, ensuring all materials are royalty-free and license-free to the U.S. Government.
    This document outlines the instructions for offerors regarding a 100% small business set-aside solicitation for a Firm-Fixed Price contract. The contract includes a base year (February 8, 2026 – February 7, 2027) and four option years, extending through January 14, 2031. Proposals are due by December 22, 2025, 1300 Eastern Time, and must be submitted via email to both the Contracting Officer (Destinee Narak) and Contract Specialist (Cynthia Harper). Questions regarding the solicitation must be submitted via a Question Matrix Excel sheet by December 1, 2025, 1300 Eastern Time. Offerors must be registered in SAM and proposals should be clear, concise, and provide sufficient detail for evaluation. Proposals are limited to two volumes: Technical Approach (20-page limit) and Pricing (Attachment 4 Pricing Worksheet). Specific formatting requirements for submissions are detailed, including font, margins, and page numbering. The Technical Approach volume should demonstrate an understanding of technical requirements and risks, while the Pricing volume should detail proposed unit and extended prices. Failure to comply with instructions may result in a proposal being deemed unawardable.
    This document outlines the Addendum to FAR 52.212-1, Instructions to Offerors (ITO), for a 100% small business set-aside solicitation. The government intends to award a sole Firm-Fixed Price contract with a base year (February 8, 2026 – February 7, 2027) and four option years, extending through February 7, 2031. Proposals must adhere to strict formatting guidelines, including page limits (20 pages for Technical Approach), font sizes, and submission methods (email or DoD SAFE). Key dates include questions due by December 1, 2025, and proposals due by December 22, 2025, at 1300 Eastern Time. Offerors must be registered in SAM and provide detailed technical and pricing proposals in two separate volumes, with the technical volume demonstrating a thorough understanding of the Performance Work Statement (PWS).
    This addendum outlines the evaluation criteria for a 100% total small business set-aside acquisition, emphasizing best value trade-off where technical approach is significantly more important than price. Proposals will be evaluated on two factors: Technical Approach (Factor 1) and Pricing (Factor 2). An "Unacceptable" rating in the Technical Approach, which requires detailed descriptions of how each task in the Performance Work Statement will be met, will render the entire proposal unawardable. Only proposals receiving an "Acceptable," "Good," or "Outstanding" technical rating will proceed to price evaluation. Pricing will be assessed for reasonableness, fairness, and balance, with unbalanced pricing potentially leading to rejection. The Total Evaluated Price will include all base and option year CLINs, as well as a potential 6-month extension option per FAR 52.217-8.
    The document outlines a multi-year contract for Lean Six Sigma (LSS) Black Belt (BB) e-Learning with a customized Web Portal/Project Tracking Tools Subscription Licenses for the Department of the Air Force (DAF). The contract includes a base year and four option years (OY1-OY4), each lasting 12 months. The services provided are Foundational Course e-Learning, Lean Six Sigma Intermediate Course e-Learning, and Lean Six Sigma Advanced Course e-Learning. The file also references FAR 52.217-8 Option to Extend Services for an additional six months. The cost for each CLIN (Contract Line Item Number) is listed as $0.00, indicating that this document is likely a pricing table template or a preliminary draft where costs and escalation rates are yet to be identified and filled in.
    The provided government file outlines instructions for completing a
    The Department of the Air Force, Air Force District of Washington (AFDW), is requesting proposals for an eLearning Content License Follow-On Contract. This Firm Fixed Price (FFP) contract, with an anticipated award date of January 26, 2026, and a period of performance from February 8, 2026, to February 7, 2031, falls under NAICS code 611430 (Professional and Management Development Training). Proposals, which must include a pricing template and technical approach, are due by December 22, 2025, 1300 EST. Questions regarding the RFP are due by December 1, 2025, 1300 EST. The government reserves the right to cancel the RFP. Evaluation will focus on the technical proposal and price for fairness and reasonableness, in accordance with FAR 13.106-3. Offerors must submit their terms and conditions as a separate, unclassified PDF attachment.
    The Department of the Air Force, Air Force District of Washington, issued an RFP for an eLearning Content License Follow-On Contract. The government requests proposals for a Firm Fixed Price (FFP) contract for a five-year period of performance from February 8, 2026, to February 7, 2031. The contract is for subscription licenses to LSS BB e-Learning with customized web portal/project tracking tools. Proposals are due by December 22, 2025, 1300 PM EST, with questions due by December 1, 2025, 1300 PM EST. The evaluation criteria will focus on technical proposals and price, assessing fairness and reasonableness. The government reserves the right to cancel the RFP without obligation to reimburse proposal costs. Offerors must submit proposals in accordance with FAR 52.212-1 and FAR 52.212-2, including a pricing template and technical approach.
    Lifecycle
    Title
    Type
    Practitioner e-Learning
    Currently viewing
    Combined Synopsis/Solicitation
    Similar Opportunities
    DA10--Learning Management System Cloud Subscription and Support Service
    Buyer not available
    The Department of Veterans Affairs is soliciting proposals for a firm-fixed-price contract to provide a Learning Management System (LMS) cloud subscription and support services for the Southern Nevada Healthcare System. The contract encompasses a base period of one year, with four additional one-year option periods, aimed at enhancing healthcare education and compliance for staff training and professional development, ensuring 24/7 cloud access. This LMS is critical for maintaining adherence to VA standards and facilitating ongoing education for healthcare professionals. Interested offerors must submit questions by December 8, 2025, and all quotes by December 16, 2025, by 10 AM PT, with the procurement falling under NAICS code 541519 and a size standard of $34 million. For further inquiries, contact Contract Specialist Brandy P. Gastinell at Brandy.Gastinell@va.gov.
    Spatial Disorientation CLS
    Buyer not available
    The Department of Defense, specifically the Department of the Air Force, is seeking Contractor Logistics Support (CLS) for the Spatial Disorientation (SD) training systems utilized in pilot training across multiple Air Force bases. The procurement aims to sustain and enhance the functionality of five existing Gyro Integrated Physiological Trainer (IPT) devices, which are critical for training pilots to recognize and manage spatial disorientation during flight. This training is essential for ensuring pilot safety and operational effectiveness, as it exposes them to typical vestibular and visual illusions encountered in aviation. Interested parties should note that responses to the Request for Information (RFI) are due by January 16, 2026, with the anticipated contract starting in January 2027, structured as a Firm Fixed Price for a base year and five option years. For further inquiries, contact Pamela K. Randall at pamela.randall.1@us.af.mil or John Bowers at john.bowers.7@us.af.mil.
    MAFT (IFT-R)
    Buyer not available
    The Department of Defense, specifically the Department of the Air Force, is seeking qualified contractors to provide initial and seasoning training for rotary wing aircrew, specifically for Bell 206 pilots. The procurement aims to fulfill the training requirements outlined in the Statement of Work (SOW) dated January 27, 2023, ensuring that Air Force pilots receive the necessary education and technical skills for effective operation of the Bell 206 aircraft. This training is crucial for maintaining operational readiness and enhancing the capabilities of Air Force pilots. Interested parties can contact Kodi Davis at kodi.davis@us.af.mil or by phone at 210-625-6904 for further details regarding this opportunity.
    Arbinger Outward Mindset and Outward Leadership Training
    Buyer not available
    The Department of Defense, specifically the Department of the Air Force, is seeking contractors to provide Arbinger Outward Mindset and Outward Leadership Training at Joint Base San Antonio, Fort Sam Houston, Texas. The procurement involves developing and implementing training programs led by master facilitators, which includes participant workbooks, consultation sessions with a senior consultant, and executive coaching for trainers already trained in Arbinger methodologies. This training is crucial for enhancing leadership and mindset within the organization, fostering a culture of outward thinking and effective leadership practices. Interested parties can contact Audra L. Novatnak at audra.novatnak.1@us.af.mil or by phone at 210-652-8809 for further details regarding this opportunity.
    RFI: HAF/A5 Advanced Wargaming and Simulation Technologies for Integrated Force Design
    Buyer not available
    The Department of Defense, specifically the Department of the Air Force, is conducting a Request for Information (RFI) to identify U.S. vendors capable of providing advanced wargaming and simulation technologies for the Integrated Force Design initiative, known as the WarMatrix Ecosystem. The Air Force aims to transform its current capabilities by developing a digital system that enhances decision-making through advanced software, modeling and simulation (M&S), and Artificial Intelligence (AI), addressing existing challenges with outdated tools and disconnected systems. This initiative is crucial for achieving Decision Superiority and refining force design in future military campaigns. Interested vendors must submit capability briefs by January 9, 2026, at 2:00 PM EST, to Capt Richard Snyder at richard.snyder.12@us.af.mil, detailing their relevant technologies and experience.
    F-35 "Lightning II" Training Systems and Simulation
    Buyer not available
    The Department of Defense, specifically the Department of the Navy's NAWC Training Systems Division, is seeking to issue a sole-source Indefinite Delivery Indefinite Quantity (IDIQ) contract for the F-35 "Lightning II" Training Systems and Simulation. This contract aims to provide a comprehensive range of services, including analysis, modeling, simulation, design, development, production, modification, test and evaluation, and product support for F-35 training systems and simulation products, ensuring realistic training events for pilots, aircrew, and maintainers. The integration of these capabilities into the Training Infrastructure System (TIS) Operational Environment is crucial for the effective training of personnel on the complex F-35 air system. Interested parties may respond to the sources sought notice within 15 calendar days to identify their capabilities; however, the government is not obligated to award a contract and will not cover any costs incurred in preparing responses. For further inquiries, contact Tara Malloy-Paull at tara.malloy-paull@jsf.mil or Michael Donaldson at Michael.donaldson2@jsf.mil.
    Implementation of Advanced Government Simulation Capabilities (IAGSC)
    Buyer not available
    The Department of Defense, specifically the Department of the Air Force, is seeking industry participation for the Implementation of Advanced Government Simulation Capabilities (IAGSC) through a Sources Sought notice. This initiative aims to acquire non-personal services for software development, modeling and simulation integration, advanced research and development, cybersecurity measures, and lifecycle software testing, all critical for enhancing the capabilities of various DoD systems. The anticipated contract will be a Multiple Award Indefinite Delivery, Indefinite Quantity (IDIQ) with a ceiling of approximately $750 million, and it is expected to span a five-year ordering period with an additional five-year option. Interested parties must submit their responses, including a capabilities white paper and feedback on the draft Performance Work Statement, by March 28, 2025, and are encouraged to participate in an Industry Day scheduled for April 15, 2025, at Wright-Patterson Air Force Base, Ohio. For further inquiries, contact Carmen Mertz at carmen.mertz@us.af.mil or Austin Hurst at austin.hurst.2@us.af.mil.
    ESCAPE SaaS Request for Information (RFI)
    Buyer not available
    The Department of Defense, specifically the Department of the Air Force, is conducting a Request for Information (RFI) to identify potential sources for the Enterprise Supply Chain Analysis Planning & Execution (ESCAPE) Software as a Service (SaaS) Follow-on Contract. The primary objective is to procure a product contract that focuses on providing PTC Service Parts Management (SPM) SaaS capabilities for IL5 and IL6, along with additional services for training, analysis, configuration, and Tier 1-3 help desk support. This initiative is crucial for enhancing the Air Force's supply chain management capabilities and ensuring efficient operations. Interested parties are encouraged to respond by 4:00 PM Central Time on December 19, 2025, and should direct inquiries to Matthew Tonay at matthew.tonay.1@us.af.mil or Megan Donaghe at megan.donaghe@us.af.mil.
    Digital Engineering Services
    Buyer not available
    The Department of Defense, specifically the Department of the Air Force, is seeking to award a sole-source Firm Fixed Price contract for Digital Engineering Services to Dassault Systemes (DS). The procurement aims to secure comprehensive support for the 3D Experience (3DX) application, which includes configuring, customizing, training, and providing full-time equivalent support, essential for advancing digital engineering initiatives and leveraging existing software licenses. The 3DX application serves as a critical product lifecycle management tool that integrates various supporting applications, with a performance period extending from July 2022 to September 2025, funded by RDT&E resources. Interested parties can reach out to Kevin Daigle, Contract Specialist, at kevin.daigle.3@us.af.mil or Melissa Hobley, Contracting Officer, at melissa.hobley@us.af.mil for further inquiries.
    Fall Protection Certification Services
    Buyer not available
    The Department of Defense, through the Air Force Test Center, is seeking proposals for Fall Protection Certification Services at Edwards Air Force Base, California. The contract requires comprehensive services including inspection, certification, and training for fall protection systems, with a focus on ensuring compliance with safety standards and regulations. This procurement is particularly significant as it supports the safety protocols necessary for operations at the base, emphasizing the importance of maintaining high safety standards in potentially hazardous environments. The estimated total award amount is $11,500,000, with a performance period from January 1, 2026, to December 31, 2030. Interested parties, particularly Women-Owned Small Businesses, must submit their proposals by December 15, 2025, and can direct inquiries to Suzanna Kussman at suzanna.kussman@us.af.mil or Alexia Del Real at alexia.delreal@us.af.mil.