Army Continuing Education Services (ACES) Solicitation
ID: W91247-24-R-0105Type: Solicitation
Overview

Buyer

DEPT OF DEFENSEDEPT OF THE ARMYW6QM MICC FDO FT LIBERTYFORT LIBERTY, NC, 28310-0000, USA

NAICS

Educational Support Services (611710)

PSC

EDUCATION/TRAINING- OTHER (U099)

Set Aside

Service-Disabled Veteran-Owned Small Business (SDVOSB) Sole Source (FAR 19.14) (SDVOSBS)
Timeline
    Description

    The Department of Defense, through the U.S. Army Reserve Command (USARC), is soliciting proposals for Education Support Services under the Army Continuing Education System (ACES) at various locations across the United States, including Fort Liberty, North Carolina. The contract aims to provide non-personal services that enhance lifelong learning opportunities, academic guidance, and career development for service members and their families, with a focus on managing tuition assistance and credentialing programs. This initiative is crucial for supporting the professional growth and transition of Soldiers to civilian life, reflecting the Army's commitment to ongoing education and development. Interested parties, particularly Service-Disabled Veteran-Owned Small Businesses (SDVOSB), should contact Michael I. Birney at michael.i.birney.civ@army.mil or Casey Cambrin at casey.n.cambrin.civ@army.mil for further details, with the contract valued at approximately $24 million and a performance period spanning from March 2025 to March 2030, including multiple option years.

    Point(s) of Contact
    Files
    Title
    Posted
    The Performance Work Statement (PWS) outlines the requirements for a Firm Fixed Price contract to provide Education Support Services for the U.S. Army Reserve Command (USARC) through the Army Continuing Education System (ACES). The contractor will deliver non-personal services at fourteen USAR education centers across the United States, focusing on lifelong learning opportunities, academic guidance, and career development for service members and their families. The document specifies the contract's scope, which includes monitoring and enhancing soldiers’ educational goals, managing tuition assistance, credentialing assistance programs, and ensuring compliance with relevant Army regulations. The contractor is responsible for quality control, personnel management, and maintaining communication with both clients and the Government. Critical operational aspects include the need for a phased implementation plan, security compliance (Tier 3 background checks for personnel), and adherence to both safety and anti-terrorism protocols. The contractor must document performance metrics and attend periodic progress meetings with contracting personnel to ensure alignment with Government expectations. Overall, the PWS emphasizes the importance of delivering high-quality education services in support of the Army's objectives.
    The Performance Work Statement (PWS) outlines a contract for providing Education Support Services to the U.S. Army Reserve Command (USARC) under the Army Continuing Education System (ACES). It requires the contractor to deliver non-personal services at 14 education centers across the United States, fostering lifelong learning and assisting military personnel and their families with education programs such as Tuition Assistance, Credentialing Assistance, and various GI Bill Programs. The contract spans a 12-month base period with four optional extensions and emphasizes quality control, requiring the contractor to develop a Quality Control Plan (QCP) for performance monitoring and resolve any deficiencies. The contractor must also ensure that personnel are well-trained and maintain continuity and stability in staffing, responding promptly to clients and following educational regulations. Additionally, security requirements necessitate background checks for contractor staff, and safety protocols must be upheld according to federal regulations. The PWS delineates comprehensive responsibilities concerning education services, client support, performance assessment, and operational compliance for the contractor, ensuring that USARC and ACES objectives are met effectively.
    The document is a pricing schedule for the Army Continuing Education System (ACES), detailing the provision of Administrative Services, Testing Services, and Service Contract Reporting (SCR). The schedule outlines a phased approach with defined periods of performance (POP) for multiple fiscal years, starting with a two-week phase-in period from March 31 to April 13, 2025, followed by full performance through March 30, 2026, and extending into four option years (OY1 to OY4). Each option year specifies the same services and reporting requirements under the Federal Acquisition Regulation and Defense Federal Acquisition Regulation Supplement. Contractors are expected to provide these services in both CONUS (Continental United States) and OCONUS (Outside Continental United States) locations, along with annual reporting of contractor manpower to the System of Award Management by October 31 each year. This document encapsulates federal procurement processes geared towards enhancing educational services for army personnel, emphasizing accountability and compliance in contracted services.
    This document details the pricing schedule for the Army Continuing Education Support Services contract (RFP W91247-24-R-0105). The contract outlines the provision of Administrative Services and Testing Services over a base year and four option years, applicable at both CONUS and OCONUS locations, including Puerto Rico and Hawaii. Key services specified include a two-week phase-in period for all services, along with requirements for Service Contract Reporting. The contract mandates compliance with DFARS 252.204-7023, requiring the contractor to report contractor manpower to the System for Award Management (SAM) by October 31 each year, adhering to applicable Federal Acquisition Regulation guidelines. Each year’s contract provisions mirror the previous, establishing continuity and clarity in the expected services. The budget for each item is not specified in the draft but allows for a Firm-Fixed-Price (FFP) structure. This contract is an integral part of the federal government’s internal education support framework, aimed at enhancing personnel training and testing in military education programs.
    The document primarily addresses inquiries and responses related to the Request for Proposals (RFP) W91247-25-R-A008 for education support services contracted by the federal government. It confirms that Advanced Technology Logistics, Inc. is the incumbent contractor and highlights the evaluation criteria, which will follow a Lowest Price Technically Acceptable (LPTA) approach, rather than a best value trade-off. Staffing requirements and labor categories are emphasized, with offerors needing to propose sufficient staffing to meet performance objectives based on Technical Exhibit 3 (TE3) data. Additionally, the government makes clear the necessity for compliance with Service Contract Act (SCA) regulations, stipulates no contractor travel is authorized, and clarifies that no historical workload data for specific tests administered is available. Also, the document addresses concerns regarding the operational hours and minimum staffing levels, affirming that these should be proposed according to individual contractor solutions. Overall, the inquiry responses guide bidders on compliance expectations while navigating technical and administrative standards for submitting proposals in alignment with government requirements.
    The document outlines a government Request for Proposal (RFP) for administrative and testing services to be provided by a contractor at various CONUS and OCONUS locations, including Puerto Rico and Hawaii. The contract, identified as W9124724R0105, is open for submission until November 12, 2024, with a proposed period of performance from November 29, 2024, to November 28, 2025, and options for four additional years. Key requirements include the provision of administrative services and testing services, emphasizing a structured phase-in approach and comprehensive staffing plan. Offerors must demonstrate technical capability across three main factors: management approach, staffing approach, and phase-in methodology. Price submissions will be evaluated for reasonableness without scoring, and must be complete and accurate. The solicitation illustrates specific compliance with federal acquisition regulations and outlines evaluation criteria, which include ensuring the offers meet technical requirements and providing fair and reasonable pricing. It emphasizes the goal of awarding the contract to the lowest priced, technically acceptable offer, thereby supporting transparency and competitiveness in federal contracting processes.
    The document outlines a solicitation for a contract from the United States Army Reserve Command to procure Education Support Services through the Army Continuing Education System (ACES). The services will be provided at various locations across the continental United States, Puerto Rico, and Hawaii, aimed at supporting Soldiers' professional growth and transitioning to civilian life. The contract has a total value of approximately $24 million and includes both administrative and testing services over a contract term spanning from March 2025 to March 2030, with multiple option years. Key details include a firm-fixed price pricing arrangement, a structured performance period, and specific requirements for contractor manpower reporting in accordance with federal regulations. The document references several regulatory clauses related to contractor responsibilities, service standards, and compliance with federal acquisition procedures. The contract emphasizes the importance of education services for Soldiers, reflecting the Army's commitment to ongoing learning and development within its ranks. Procedural guidelines for acceptance, inspection, and administration of the contract are clearly established, outlining the roles of various parties involved in the process. This solicitation aligns with federal standards for contracting, particularly regarding small business set-asides for women-owned and economically disadvantaged women-owned businesses, enhancing opportunities for underrepresented groups in government contracting.
    Lifecycle
    Title
    Type
    Similar Opportunities
    US Army Special Operations Instructional Support Services
    Buyer not available
    The U.S. Army Special Operations Command (USASOC) is seeking information from industry sources capable of providing instructional support services for Special Operations Forces (SOF) training at Fort Bragg, North Carolina. This opportunity is part of a market research effort to identify potential contractors who can deliver essential non-personal services, including role players, subject matter experts, and logistical support for various training exercises, as outlined in the Draft Performance Work Statement (PWS). The contract is anticipated to have a base period of 12 months with four additional option periods, emphasizing the importance of maintaining operational readiness through realistic training environments. Interested contractors must submit their capability statements by December 9, 2025, at 10:00 AM EST, to Maegan Castro and Justin Burke via the provided email addresses, ensuring compliance with all submission guidelines.
    BATTLEFIELD STAFF RIDES (BSR) RENEWAL CONTRACT
    Buyer not available
    The Department of Defense, through the U.S. Army Regional Contracting Office Bavaria, is soliciting proposals for the Battlefield Staff Rides (BSR) Renewal Contract, aimed at providing educational services to U.S. Army Europe's subordinate commands. The contract, which will be a firm-fixed-price, Indefinite Delivery Indefinite Quantity (IDIQ) agreement, seeks to enhance leadership development through historical battlefield tours, including logistical support such as transportation, accommodations, and meals. With a maximum value of $15,294,484 and a guaranteed minimum of $5,000, the contract period spans from May 27, 2026, to May 26, 2031. Interested parties should contact Matthew Troyer at matthew.e.troyer.mil@army.mil or Andrea Lucas at andrea.r.lucas.ln@army.mil for further details and to ensure compliance with the proposal submission requirements.
    Enterprise Common Shared Services
    Buyer not available
    The Department of Defense, specifically the Department of the Army, is seeking modifications to the Enterprise Common Shared Service (ECSS) Task Order to enhance its enterprise cloud environment, known as cARMY. The modification aims to incorporate ServiceNow into the existing cloud infrastructure, thereby expanding the Army's capabilities with additional cloud service providers, regions, networks, and common shared services that support application operations, including cybersecurity and remote access. This initiative is crucial for maintaining and improving the Army's authorized commercial cloud environments, ensuring robust IT service delivery and operational support. Interested parties can reach out to primary contact Hannah J. Kennedy at hannah.j.kennedy.civ@army.mil or secondary contact Kelly L. Herlein at kelly.l.herlein.civ@army.mil for further details.
    Jackson Public School University Residential STEM (Health Career Fields) Camp for USACC
    Buyer not available
    The Department of Defense, through the Mission Installation Contracting Command-Ft Knox, is seeking a sole-source vendor for the Jackson Public School University Residential STEM Camp focused on health career fields for JROTC Cadets. The contract, valued at $85,532.00, aims to provide residential STEM training, including lodging, facilities, and meals for approximately 120 cadets over two cycles in June 2023, with William Carey University identified as the sole-source provider due to its unique capabilities in meeting specific training and safety requirements. This initiative is crucial for delivering essential STEM education to cadets, ensuring they receive quality training that has been successfully provided by WCU for over four years. Interested parties can reach out to Brittney Morrison at brittney.d.morrison.civ@army.mil for further information.
    Facility Investment Services for 99th Readiness Division (RD), Region 4C
    Buyer not available
    The Department of Defense, through the U.S. Army Corps of Engineers, Philadelphia District, is seeking qualified small businesses to provide Facility Investment Services for the 99th Readiness Division, Region 4C. The procurement aims to identify capable firms for Preventive Maintenance (PM) and Corrective Maintenance (CM) services, which include maintenance and repair of building exteriors, interior systems, and various infrastructure components. This initiative is crucial for ensuring the sustainment, restoration, and modernization of facilities in West Virginia and Western Virginia, with an estimated five-year ordering period. Interested parties must submit their capability statements and relevant documentation by December 16, 2025, at 5:00 PM EST to Tiffany Chisholm at tiffany.z.chisholm@usace.army.mil, and all employees must meet specific security requirements.
    Sole Source Justification and Approval Posting for W911RX23C0005
    Buyer not available
    The Department of Defense, specifically the Department of the Army, is seeking to finalize a sole source contract for the 360 Leaders Training program under the notice W911RX23C0005. This procurement aims to secure specialized training and curriculum development services that are critical for enhancing leadership capabilities within the military. The training services are intended to support the professional development of military personnel, ensuring they are equipped with the necessary skills for effective leadership. Interested parties can reach out to Christopher A. Richie at christopher.a.richie.civ@army.mil for further details regarding this opportunity.
    USARC J&A Redacted
    Buyer not available
    The Department of Defense, specifically the Department of the Army, is seeking contractors for maintenance and repair services related to equipment, as outlined in the redacted Justification and Approval (J&A) document for the USARC program. The procurement focuses on the maintenance and repair of shop equipment, which is critical for ensuring operational readiness and efficiency within military operations. The place of performance for this contract is Newport News, Virginia, and interested parties can reach out to Erin Roos, the Contract Specialist, at erin.c.roos.civ@army.mil or Angel Quander at angel.y.quander.civ@army.mil for further details. The specific funding amount and key deadlines have not been disclosed in the provided information.
    STEM (Science Technology Engineering Math) Flight Education Program
    Buyer not available
    The Department of Defense, specifically the Department of the Army, is seeking proposals for the STEM (Science Technology Engineering Math) Flight Education Program, aimed at enhancing educational opportunities in these critical fields. This program will focus on providing training and educational resources to promote STEM learning, particularly in aviation and flight-related disciplines. The initiative is vital for fostering a skilled workforce capable of meeting future technological and defense challenges. Interested parties can contact Jennifer L. King at jennifer.l.king76.civ@army.mil or by phone at 502-624-1006 for further details regarding the procurement process.
    Redacted J&A for USARC
    Buyer not available
    The Department of Defense, specifically the Department of the Army, is seeking contractors for maintenance and repair services related to shop equipment at the U.S. Army Reserve Command (USARC) in Newport News, Virginia. The procurement involves a Justification and Approval (J&A) process for the maintenance and repair of equipment, which is critical for ensuring operational readiness and efficiency within military operations. Interested parties can reach out to Erin Roos, the Contract Specialist, at erin.c.roos.civ@army.mil, or Angel Quander for further inquiries. Additional details regarding funding amounts and deadlines are not specified in the provided information.
    Call for Solutions - Flight School Next (FSN)
    Buyer not available
    The Department of Defense, specifically the U.S. Army Aviation Center of Excellence (AVCOE), is soliciting proposals for the Flight School Next (FSN) program, which aims to establish a Contractor-Owned, Contractor-Operated (COCO) solution for Initial Entry Rotary-Wing (IERW) Flight Training at Fort Rucker, Alabama. This initiative seeks to train 800 to 1,500 rotary-wing pilots annually over a 26-year period, utilizing commercially available services and equipment to enhance training efficiency and pilot proficiency. The program is critical for modernizing Army aviation training, ensuring that graduates meet U.S. Army standards equivalent to FAA commercial helicopter pilot certification. Interested contractors must submit their proposals by December 15, 2025, and can direct inquiries to Michael A. Metje at michael.a.metje.civ@army.mil or Susan Ruzicka at susan.e.ruzicka2.civ@army.mil.