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
    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
    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.
    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.
    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.
    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.
    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
    Similar Opportunities
    Operation of the Quad City Cartridge Case Facility (QCCCF)
    Dept Of Defense
    The Department of Defense, through the Army Contracting Command - Rock Island, is soliciting proposals for the operation of the Quad City Cartridge Case Facility (QCCCF) in Rock Island, Illinois, for Government Fiscal Year 2026. The objective is to develop and manufacture fixed-price prototype capabilities that enhance workload and revenue while maintaining the critical defense industrial base for producing steel and brass cartridge cases at a minimum rate of 3,000 units per month. This initiative is vital for sustaining the U.S. organic industrial base and ensuring the availability of essential ammunition components. Interested parties must submit white papers by January 8, 2026, with further details available from primary contact Mallory Schmitt at mallory.d.schmitt.civ@army.mil.
    Cornerstone Initiative CS-26-1501: Quad Cities Cartridge Case Facility (QCCCF)
    Dept Of Defense
    The Department of Defense, through the U.S. Army Combat Capabilities Development Command – Chemical Biological Center (DEVCOM CBC), is initiating a procurement opportunity for the operation and maintenance of the Quad Cities Cartridge Case Facility (QCCCF) located in Rock Island, Illinois. The selected contractor will be responsible for all aspects of facility operation, including maintenance, safety, and security, while also proposing innovative work to meet both Department of Defense and commercial needs. This initiative is part of the Cornerstone Other Transaction Agreement (OTA), aimed at strengthening the U.S. Manufacturing and Defense Industrial Base, and is restricted to members of the Cornerstone Consortium. Interested entities must have an active registration in SAM.gov and a signed Cornerstone Consortium Management Agreement to be eligible for proposal submission. For further inquiries, interested parties can contact the Cornerstone Team via email at usarmy.ria.devcom-cbc.mbx.cornerstone-ota@army.mil.
    Industrial Carpenter Services
    Dept Of Defense
    The Defense Logistics Agency (DLA) is seeking proposals for Industrial Carpenter Services to support operations at the Andrew T. McNamara Headquarters Complex. This procurement involves providing comprehensive management, labor, supervision, tools, materials, and equipment necessary for both interior and exterior building services, structured as an Indefinite-Delivery Indefinite-Quantity (IDIQ) contract with a minimum value of $5,000 and a maximum ceiling of $24 million. The contract will span a base year from February 28, 2026, to February 27, 2027, with four additional one-year options, emphasizing the importance of quality and compliance with industry standards. Proposals are due by January 9, 2026, and must include five specific volumes for evaluation, with a site visit scheduled for November 20, 2025. Interested parties can contact Angela Mattox at angela.mattox@dla.mil for further information.
    Maintenance and Repair of Manufacturing Equipment and Systems Used in Explosive and Non-Explosive Operational Environments
    Dept Of Defense
    The Department of Defense, specifically the Army, is seeking proposals for the maintenance and repair of manufacturing equipment and systems used in both explosive and non-explosive operational environments at the Crane Army Ammunition Activity in Indiana. The contract encompasses a range of services including electrical, mechanical, hydraulic, pneumatic, and robotic troubleshooting, as well as preventive maintenance and emergency repairs, all adhering to strict safety and regulatory standards. This procurement is critical for ensuring the operational readiness and safety of equipment vital to military operations, with a total contract duration of up to five years, including a base year and four option years. Interested contractors must submit their proposals by December 30, 2025, and are encouraged to attend a mandatory site visit on December 4, 2025, to enhance their understanding of the requirements. For further inquiries, contact Dustin Sexton at dustin.p.sexton.civ@army.mil or Bryce Willett at bryce.t.willett.civ@army.mil.
    Carrier Drive Assembly
    Dept Of Defense
    The Department of Defense, through the Defense Logistics Agency (DLA) Land Warren, is soliciting proposals for a five-year Indefinite Delivery Indefinite Quantity (IDIQ) contract for the Carrier Drive Assembly, specifically part number 014499-505 from Meggitt Defense Systems, Inc. This procurement is restricted to approved sources or distributors and includes a guaranteed minimum quantity of 14 units and a maximum of 288 units, with deliveries required at the Red River Army Depot in Texarkana, TX, within 625 calendar days after the order date. Interested offerors must submit their proposals electronically by January 20, 2026, and are encouraged to check the SAM.gov website for updates; for inquiries, they may contact Jon Machacek at Jon.Machacek@dla.mil or by phone at 385-591-2854.
    Solicitation for Reform Grinding Machine Repair at CCAD
    Dept Of Defense
    The Department of Defense, specifically the Army, is soliciting proposals for the repair and testing of a Reform Grinding Machine at the Corpus Christi Army Depot in Texas. The contractor will be responsible for restoring the machine to original equipment manufacturer (OEM) specifications, with the project timeline set between January 6, 2026, and January 5, 2027. This procurement is critical for maintaining operational efficiency and ensuring the reliability of equipment used in military operations. Interested contractors must submit a completed and signed SF1449 document along with their quotes, and they can reach out to Harold "Jay" Russell Jr. at harold.w.russell.civ@army.mil or 361-961-7831 for further details.
    FY 26 RTI Catering
    Dept Of Defense
    The Department of Defense, specifically the Illinois Army National Guard, is soliciting proposals for catering services to provide prepared breakfast, lunch, and dinner meals for the 129th Regiment during training events from January 2 to September 25, 2026. The contract, valued at approximately $9 million, requires the selected vendor to deliver meals to designated locations, including the IMA DFAC at Camp Lincoln and Lincoln Land Community College, adhering to strict delivery protocols and food safety standards. This procurement is crucial for ensuring that military personnel receive nutritious meals during their training, with specific dietary needs and meal counts outlined in the solicitation documents. Interested vendors should direct inquiries to Stephanie Maley at stephanie.c.maley.civ@army.mil or Donald Piper at donald.g.piper6.mil@army.mil, and must comply with the submission deadlines and requirements detailed in the solicitation.
    ACO-P Cyber School course
    Dept Of Defense
    The Department of Defense, specifically the Department of the Army, is soliciting proposals for the ACO-P Cyber School course at Fort Gordon, Georgia, aimed at providing instructional support services for the U.S. Army Cyber School. This contract, designated as W9124926RA003, seeks Women-Owned Small Businesses (WOSB) to deliver Advanced Cyber Operations-Procedures (ACO-P) Labor, with a base period from February 16, 2026, to February 15, 2027, and two additional one-year option periods. The services are critical for enhancing the training capabilities of 17-series personnel in the cyber career field, ensuring they are equipped to address evolving cyber threats. Interested parties must submit their proposals to Mr. Joseph Guss by email by the closing date specified on SF 1449, with all proposals remaining valid for 180 days. For further inquiries, contact Mr. Guss at joseph.e.guss2.civ@army.mil or Ms. Tia Harris at tia.j.harris.civ@army.mil.
    Professional Master's of Manufacturing Leadership Program, IAW PWS dated 07 August 2025.
    Dept Of Defense
    The Department of Defense, specifically the Department of the Air Force, is seeking contractors to provide a Professional Master's of Manufacturing Leadership Program in support of Robins Air Force Base in Georgia. The procurement encompasses all necessary personnel, equipment, supplies, and services required for training courses, certificate programs, and degree offerings, including graduation materials. This initiative is crucial for enhancing workforce development and management training within the Air Force, with a contract period spanning from January 1, 2026, to December 31, 2030. Interested parties should submit their quotes by December 19, 2025, and can contact Curtis Green at curtis.green.9@us.af.mil or 478-222-3733 for further information.
    PRESOLICITATION NOTICE FOR INDEFINITE DELIVERY, INDEFINITE QUANTITY, MULTIPLE AWARD TASK ORDER CONTRACT FOR VARIOUS SMALL CONSTRUCTION PROJECTS IN ILLINOIS AND INDIANA
    Dept Of Defense
    Presolicitation Notice for Indefinite Delivery, Indefinite Quantity, Multiple Award Task Order Contract for Various Small Construction Projects in Illinois and Indiana The Department of Defense, specifically the Department of the Army, through the Chicago District of the U.S. Army Corps of Engineers, is planning to procure an Indefinite Delivery Indefinite Quantity Contract for Various Small Construction Projects in Illinois and Indiana. This contract will include one ordering period lasting two years, with a maximum aggregate value of $25,000,000.00. The construction projects will involve various elements such as potable water supply and storage, stormwater detention, treatment and distribution systems, sanitary, storm, and water pipeline installation and lining, drainage structures, pump and lift stations, wastewater treatment and water treatment system upgrades, supervisory control and data acquisition (SCADA), and site restoration including pavements, curb and gutter, sidewalks, seeding, and sodding. The work will be issued through negotiated firm-fixed price task orders, and the contractor will be responsible for providing all supervision, labor, supplies, and materials necessary for the completion of the tasks. The contract(s) will be awarded to small business concerns that submit proposals conforming to the solicitation and are within a technical/price competitive range. The evaluation factors include Technical Approach, Past Performance, and Price. Interested offerors must register with the System for Award Management (SAM) and the DoD Procurement Integrated Enterprise Environment (PIEE) to access the solicitation and submit proposals. The solicitation documents will be available in the fourth quarter of fiscal year 2024. To be eligible for award, the offeror must be registered in the System for Award Management (SAM). The Point of Contact for this acquisition is Ericka Hillard at (312) 846-5378 or ericka.d.hillard@usace.army.mil. The contracting office for this procurement is the USACE Chicago District, located at 231 SOUTH LaSALLE STREET, SUITE 1500, Chicago, IL 60604. The solicitation number to be referenced in all correspondence is W912P624R0010.