JMTC APPRENTICE TRAINING PROGRAM
ID: W519TC25Q2138Type: Solicitation
Overview

Buyer

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

NAICS

Apprenticeship Training (611513)

PSC

EDUCATION/TRAINING- TRAINING/CURRICULUM DEVELOPMENT (U008)
Timeline
  1. 1
    Posted Mar 13, 2025, 12:00 AM UTC
  2. 2
    Updated Apr 15, 2025, 12:00 AM UTC
  3. 3
    Due Apr 29, 2025, 3:00 PM UTC
Description

The Department of Defense, through the Army Contracting Command, is soliciting proposals for the JMTC Apprentice Training Program at the Rock Island Arsenal in Illinois. This procurement aims to establish a five-year Indefinite Delivery/Indefinite Quantity (IDIQ) contract for vocational training services, specifically designed to train apprentices to become journeyman machinists, with a focus on critical skills such as machining theory and safety protocols. The contract will feature five one-year ordering periods, with a minimum guaranteed quantity of one training session and a maximum of ten per Contract Line Item Number (CLIN). Interested contractors must submit their proposals electronically by April 29, 2025, and ensure compliance with technical evaluation criteria, including instructor qualifications and accreditation. For further inquiries, Lynn Baker can be contacted via email at lynn.d.baker8.civ@army.mil.

Point(s) of Contact
Files
Title
Posted
Apr 15, 2025, 8:05 PM UTC
The document outlines a Statement of Work for the Rock Island Arsenal–Joint Manufacturing Technology Center (RIA-JMTC) Apprenticeship Training Program, aimed at enhancing the skills of new machinist apprentices. The program will last between one and two years, accommodating 1 to 10 students per class, and will be integrated into the apprentices' normal work hours. Training will be conducted in specialized classrooms at RIA-JMTC, focusing on critical topics such as engineering drawings, machining theory, safety protocols, and computer numerical control (CNC) principles. Performance monitoring will be rigorous, involving the reporting of apprentices' attendance, academic progress, and grades to a designated Contracting Officer’s Representative (COR), with bi-weekly meetings to discuss outcomes. The contractors are required to provide qualified instructors and maintain accreditation through recognized educational bodies. Security and operational protocols must adhere to Department of Defense standards, ensuring the safety and compliance of operations within a military-controlled facility. The detailed curriculum, structured across two years, covers foundational and advanced topics essential for the development of skilled machinists, emphasizing hands-on training and theoretical knowledge required in modern manufacturing settings.
Apr 15, 2025, 8:05 PM UTC
The document outlines a Request for Proposals (RFP) for an Apprentice Training Program, specifically designed to train up to 10 employees to become Journeyman Machinists. It includes a pricing matrix where offerors are instructed to fill in blue shaded boxes corresponding to the unit prices for each of five ordering periods. The total evaluated price will be the sum of the unit prices across all periods, with a guaranteed minimum of one complete training session. The guidelines specify that unit prices must be formatted to two decimal places and allow for the submission of alternate quotes using multiple matrices. This document serves as part of a federal contract solicitation aimed at enhancing workforce training in the machining sector, ensuring that standards and financial parameters are clearly communicated to potential contractors. The structured pricing and evaluation criteria are essential for transparency and competitive bidding in government contracts.
Apr 15, 2025, 8:05 PM UTC
The document details a solicitation by the Army Contracting Command for Apprentice Training at the Rock Island Arsenal Joint Manufacturing and Technology Center. This Request for Quote (RFQ) seeks to establish a Firm Fixed Price (FFP) Indefinite Delivery/Indefinite Quantity (IDIQ) contract lasting five years, with five one-year ordering periods. Offerors must submit proposals demonstrating technical capabilities and pricing by March 27, 2025, at 10:00 AM Central Time. Key evaluation factors include contractor accreditation through the Higher Learning Commission and the qualifications of instructors. Quotes must be valid for 120 days and submitted via email. The contract will focus on training programs for apprentices to become journeyman machinists, with a guaranteed minimum and maximum number of training sessions outlined. It emphasizes compliance with federal regulations and the timely submission of invoices via specified electronic methods. The document includes installation access protocols, emphasizing the need for proper identification and prior registration for visitors. Overall, the RFQ reflects the government's commitment to workforce development while adhering to structured procurement processes.
Apr 15, 2025, 8:05 PM UTC
The document pertains to solicitation W519TC25Q2138 issued by the Army Contracting Command for Apprentice Training at the Rock Island Arsenal. The solicitation, which follows FAR Part 12 and 13.5 regulations, will establish a Firm Fixed Price (FFP) 5-year Indefinite Delivery/Indefinite Quantity (IDIQ) contract. It features five one-year ordering periods, with a minimum guaranteed quantity of 1 on the first delivery order and a maximum of 10 for each Contract Line Item Number (CLIN). Proposals are required to be submitted via email by 10 AM Central Time on April 15, 2025. The evaluation will be based on the Lowest Price Technically Acceptable (LPTA) method, where quotes must prove technical acceptability to be considered for pricing evaluation. Key technical factors include the contractor's accreditation and instructor qualifications, which must meet specified educational standards. Payments are to be processed electronically, and access to the Rock Island Arsenal is subject to visitor regulations. The document includes references to attachments like the Price Matrix and Scope of Work, which are critical for submission compliance. Overall, this solicitation aims to procure quality vocational training services in a structured and regulated manner.
Apr 15, 2025, 8:05 PM UTC
The Army Contracting Command - Rock Island has issued Solicitation W519TC25Q2138 for Apprentice Training services to support the Rock Island Arsenal Joint Manufacturing and Technology Center. The solicitation is amended to allow contractor inquiries, extending the submission deadline from April 15, 2025, to April 29, 2025. The contract will be a five-year Indefinite Delivery/Indefinite Quantity (IDIQ) with five one-year ordering periods, starting from the effective date of the awarded contract. Submissions must include proper accreditation, instructor qualifications (either a four-year degree or a journeyman machinist card), and answers to any technical evaluation criteria listed. The Government will use a Lowest Price Technically Acceptable (LPTA) method for awards, emphasizing the importance of providing thorough and compliant quotes. All quotes must be submitted electronically by the specified deadline and will remain binding for 90 days post submission. Additionally, it notes the necessity of visitor access procedures to the Rock Island Arsenal for contractors and any relevant subcontractors involved in the project.
Lifecycle
Title
Type
Solicitation
Presolicitation
Similar Opportunities
JMTC PATTERN REQUIREMENT
Buyer not available
The Department of Defense, through the Army Contracting Command, is soliciting quotes for a pattern production requirement at the Joint Manufacturing Technology Center (JMTC) located at Rock Island Arsenal, Illinois. The procurement specifically seeks a casting pattern as detailed in RFQ W519TC-25-Q-9915, with a requested delivery date of June 27, 2025. This opportunity is critical for supporting manufacturing processes within the Department of the Army, emphasizing the need for compliance with federal contracting regulations, including the submission of a DD2345 for drawing access. Interested vendors must submit their quotes by 3:30 p.m. CDT on May 2, 2025, and can direct inquiries to Contract Specialist Sophia Szubert at sophia.h.szubert.civ@army.mil or Contracting Officer Jill Veloz at jill.c.veloz.civ@army.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.
Arm Assembly - Lift B
Buyer not available
The Department of Defense, through the Army Contracting Command – Rock Island, is soliciting proposals for the procurement of an Arm Assembly - Lift B, under solicitation number W519TC25Q2234. This opportunity is a total small business set-aside, requiring vendors to provide a firm fixed price quote that meets the specifications outlined in the request for quotation (RFQ), with the lowest priced, responsive, and responsible vendor expected to be awarded the contract. The Arm Assembly is crucial for military operations, and the selected contractor must ensure timely delivery to the Rock Island Arsenal in Illinois, adhering to strict submission guidelines and safety regulations. Quotes are due by 6 PM CST on April 30, 2025, and interested parties should direct inquiries to Andrew Owens at andrew.m.owens16.civ@army.mil or Kylah Rasche at kylah.a.rasche.civ@army.mil.
HEAVY DUTY VERTICAL SAWS
Buyer not available
The Department of Defense, specifically the Army Contracting Command at Rock Island, is soliciting proposals for the procurement of heavy-duty vertical band saws under solicitation W519TC25Q2195. This opportunity is set aside for small businesses and requires compliance with the Rock Island Arsenal Purchase Description (RIPD), including adherence to safety standards and operational specifications. The saws will enhance manufacturing capabilities at the Joint Manufacturing and Technology Center, emphasizing the importance of quality and compliance in federal procurement. Interested contractors must submit their offers via email by April 28, 2025, at 10:00 AM CT, and can direct inquiries to Lynn Baker at lynn.d.baker8.civ@army.mil.
NG SEW Hardware Components - Amendment
Buyer not available
The Department of Defense, through the Army Contracting Command - Rock Island, is soliciting proposals for the procurement of hardware components essential for the Next Generation Shop Equipment Welding (NG SEW) system at the Joint Manufacturing Technology Center located in Rock Island, Illinois. The contract, structured as an Indefinite Delivery/Indefinite Quantity (IDIQ) arrangement, requires contractors to supply a detailed list of commercial hardware components, implement quality control measures, and ensure compliance with stringent safety and performance standards. This procurement is critical for enhancing the Army's welding and cutting capabilities, ensuring operational readiness and safety in military applications. Interested small businesses must submit their proposals electronically by April 29, 2025, and can direct inquiries to Heather Petersen at heather.j.petersen.civ@army.mil.
W912P625QA003 FY25 LDPII Communication Skills Workshop
Buyer not available
The Department of Defense, specifically the United States Army Corps of Engineers (USACE) Chicago District, is seeking proposals for a contract to conduct a three-day communication skills workshop as part of the Great Lakes Leadership Development Program - Tier II (LDPII). The contractor will be responsible for developing and facilitating interactive training sessions aimed at enhancing participants' communication, presentation, and collaboration skills, with a requirement for at least two experienced facilitators to ensure effective delivery. This training is crucial for strengthening leadership capabilities within the USACE and fostering effective teamwork among participants. Proposals must be submitted by 2:00 p.m. Central Time on April 25, 2025, and interested parties should contact Stephanie Boyd at Stephanie.L.Boyd@usace.army.mil for further information.
3-Step Heavy Equipment Operator Training
Buyer not available
The Department of Defense, through the Puget Sound Naval Shipyard Intermediate Maintenance Facility (PSNS & IMF), is soliciting proposals for a 3-Step Heavy Equipment Operator Training program aimed at enhancing the operational readiness of personnel at its Bremerton, Washington location. This procurement involves a non-personal services contract that includes an online training component, simulator training, and in-person qualifications for emergency response equipment operation, with a focus on accommodating varying experience levels among participants. The contract will be awarded as a firm-fixed-price agreement with a base year and two optional years, emphasizing the importance of high-quality training in maintaining safety and efficiency in emergency operations. Interested vendors must submit their proposals, including pricing and required documentation, by April 24, 2025, and can direct inquiries to Leatha Brown at leatha.a.brown4.civ@us.navy.mil or Angela Charpia at angela.m.charpia.civ@us.navy.mil.
Cradle Liner
Buyer not available
The Department of Defense, specifically the Army Contracting Command - Rock Island, is soliciting bids for the procurement of a Cradle Liner, a critical component in military applications. The contract will be awarded as a firm-fixed price to the lowest priced, responsive, and responsible vendor, with an emphasis on timely delivery and compliance with detailed shipping and inspection requirements. This solicitation reflects the government's commitment to transparency and support for small businesses, with strict adherence to federal regulations and safety protocols at the Rock Island Arsenal. Interested vendors must submit their quotes by 6 PM CST on May 1, 2025, and can direct inquiries to Andrew Owens at andrew.m.owens16.civ@army.mil or Kylah Rasche at kylah.a.rasche.civ@army.mil.
Induction-style Replacement Furnaces
Buyer not available
The Department of Defense, through the Army Contracting Command - Rock Island, is soliciting proposals for the replacement of induction-style furnaces at the Rock Island Arsenal. This procurement aims to acquire five new induction furnaces, including upgradable power supplies and related systems, to enhance the foundry's capabilities for aluminum and steel melts. The selected contractor will be responsible for all aspects of the project, including installation, training for operators and maintenance personnel, and ensuring compliance with safety and environmental regulations. Proposals are due within a specified timeframe, and interested parties should contact Travis Poindexter at travis.j.poindexter.civ@army.mil or Heather Petersen at heather.j.petersen.civ@army.mil for further details. The contract will be awarded based on a Lowest Price Technically Acceptable (LPTA) evaluation methodology, with a maximum timeline of 445 days from contract award to final acceptance.
Plasma Cutting System
Buyer not available
The Department of Defense, specifically the Army Contracting Command – Rock Island, is seeking proposals for a Plasma Cutting System to enhance operational capabilities at the Rock Island Arsenal in Illinois. The procurement aims to replace outdated equipment with a Computer Numeric Control (CNC) plasma cutting machine that meets specific cutting requirements, including a minimum cutting area of 4-ft by 8-ft and the ability to cut mild steel up to 1.5 inches thick. This initiative is critical for maintaining effective maintenance operations while ensuring compliance with safety and environmental regulations. Interested small businesses must submit their quotes by 12:00 PM on April 28, 2025, and can direct inquiries to Heather Petersen or Travis Poindexter via their respective email addresses.