M00264-26-RFI-001 Marine Corps Information Maneuver School (MCIMS)
ID: M00264-26-RFI-001Type: Sources Sought
Overview

Buyer

DEPT OF DEFENSEDEPT OF THE NAVYCOMMANDERQUANTICO, VA, 22134, USA
Timeline
    Description

    The Department of Defense, through the Marine Corps Information Maneuver School (MCIMS), is seeking sources for contract support to provide academic instruction and training in Civil Affairs (CA), Civil-Military Operations (CMO), and Information Operations (IO) planning. The objective is to identify qualified vendors capable of delivering curriculum development and course maintenance for various Military Occupational Specialties (MOS), including the CA MOS Course and CMO Planner, which are critical for preparing Marines for operational effectiveness. The current contract is held by Green Cell Consulting LLC, and the anticipated NAICS code for this opportunity is 611430, with a size standard of $15 million. Interested parties must submit their responses, including a capabilities statement and business details, by December 30, 2025, at 10:00 AM EDT, to Erin Silverthorn at erin.silverthorn@usmc.mil or Christa Eggleston-Scott at christa.eggleston-sc@usmc.mil.

    Point(s) of Contact
    Files
    Title
    Posted
    The Marine Corps Regional Contracting Office is seeking sources for contract support to the Marine Corps Information Maneuver School, Marine Corps Intelligence Schools, and Marine Corps Training Command. This Request for Information (RFI) aims to identify sources capable of providing instruction in Civil Affairs Military Occupational Specialty (MOS) and Influence MOS, as well as training in Civil Affairs Operations (CAO), Civil-Military Operations (CMO), and information operations planning. The training will be delivered to Marine Corps CA MOS Course, CMO Planner, and IO planner students, and unit staffs. The current contract, M00264-22-C-0003, is a Firm Fixed Price contract held by Green Cell Consulting LLC, a small business. The anticipated NAICS code is 611430 ($15 million size standard) for Education/Training- Training/Curriculum Development. The RFI encourages responses from various small businesses and seeks industry feedback on alternative NAICS codes, clarity of the Performance Work Statement (PWS), and familiarity with USMC doctrines, systems, and processes. Responses, including business details, contract vehicles, and a capabilities statement (no more than ten pages), are due by December 30, 2025, 10:00 AM EDT.
    The Marine Corps Information Maneuver School (MCIMS) seeks contractor support for academic instruction, curriculum development, and course maintenance for Civil Affairs (CA), Civil-Military Operations (CMO), and Information Operations (IO) planning. This effort prepares Marines for various Military Occupational Specialties (MOS) and supports the Fleet Marine Force (FMF). Key courses include the CA MOS Course, CMO Planner, MAGTF Operations in the Information Environment Practitioner (MOPC), Specialist (MOSC), and Staff Operations in the Information Environment Planner (SOPC), and Stability Assessment Framework (SAF). The contractor will provide doctrinal analysis, develop scenarios and vignettes, and conduct training and education analysis. Work locations include Quantico, other CONUS bases, and OCONUS locations. Instructors must have extensive operational experience in IO/IW/CMO/CAO, relevant certifications, and a Secret or TS-SCI clearance with NATO Secret. The contract includes four option years and requires monthly reporting, lesson certifications, and adherence to Marine Corps and DoD policies.
    Lifecycle
    Title
    Type
    Similar Opportunities
    CH-53K HMHT-302 Training Program Curriculum Revisions - Sources Sought Notice
    Buyer not available
    The Department of Defense, through the Naval Air Warfare Center Training Systems Division (NAWCTSD), is seeking Service-Disabled Veteran-Owned Small Businesses (SDVOSB) to provide curriculum sustainment transition services for the U.S. Marine Corps Heavy Helicopter Training Squadron (HMHT-302) and Heavy Helicopter Squadron (HMH-461). The procurement aims to sustain operator and maintenance training curricula for the CH-53K helicopter, including the development and revision of Interactive Multimedia Instruction (IMI) levels 1-4. This initiative is critical for maintaining the operational readiness and effectiveness of the Marine Corps' heavy lift capabilities. Interested parties must respond by November 20, 2025, detailing their capabilities and relevant experience, as the anticipated Request for Proposal (N6134026R0013) is expected to be released in the second quarter of 2026, with a contract performance period of 48 months. For further inquiries, contact Caitlyn Ersek at caitlyn.e.ersek.civ@us.navy.mil or Evan Denove at evan.t.denove.civ@us.navy.mil.
    MCCLL Professional Support Services
    Buyer not available
    The Department of Defense, through the Marine Corps Installations National Capital Region-Regional Contracting Office (MCINCR-RCO), is seeking proposals for Professional Support Services for the Marine Corps Center for Lessons Learned (MCCLL) at Quantico, Virginia. This follow-on contract will be a 100% 8(a) small business set-aside and will include a hybrid structure of Firm Fixed-Price (FFP) for services and Cost Reimbursement for travel and other direct costs, with a performance period consisting of a 12-month base and four 12-month option periods. The services are critical for program management, lessons learned support, data analysis, and content management, requiring a SECRET Facility Clearance Level for handling classified information. Proposals are due by December 15, 2025, at 4:00 PM EST, and interested parties can contact Christian Hernandez-Soto at christian.hernandezsoto@usmc.mil or Edgar Lopez-Jimenez at edgar.lopezjimenez@usmc.mil for further information.
    Draft PWS for the MIOSS Program
    Buyer not available
    The Department of Defense, specifically the Department of the Army, is seeking qualified 8(a) Small Business Contractors to provide Instructor/Operator (I/O) support services for the Medical Simulation Training Center (MSTC) under the Medical Simulation Training Center Instructor Operator Support Services (MIOSS) contract. The primary objective is to facilitate teacher-led medical training and situational scenario-based training, along with services related to medical Training Aids, Devices, Simulators, and Simulations (TADSS) instruction and operation. This pre-solicitation draft Performance Work Statement (PWS) is intended to gather input from contractors, with questions and comments due by January 6, 2026, at 2:00 pm (EST). Interested parties are encouraged to participate in an upcoming Industry Day at Fort Stewart, Georgia, during the week of January 11, 2026, and should direct inquiries to Carly Haning or Christina Minnon via the provided email addresses.
    C2 Digital and Simulation Support
    Buyer not available
    The Department of Defense, through the Mission and Installation Contracting Command (MICC) at Fort Leonard Wood, Missouri, is preparing to solicit proposals for Command and Control (C2) Digital and Simulation Support services. This procurement aims to acquire comprehensive digital training instruction and event support services, which will be performed in accordance with a detailed Performance Work Statement (PWS). The contract will be set aside for 8(a) Small Business Concerns and will consist of a firm-fixed price with a one-year base period and four optional one-year periods. Interested contractors should monitor sam.gov for the upcoming Request for Proposals (RFQ) under Solicitation Number W911S7-25-R-A015, expected to be posted on or after October 15, 2025. For further inquiries, potential bidders can contact Kimberly Krumm at kimberly.d.krumm.civ@army.mil or Julie West at julie.m.west4.civ@army.mil.
    COMMAND AIRCRAFT CREW TRAINING (CACT) PROGRAM FOR ACADEMIC AND SIMULATOR TRAINING ON THE UC-35D AIRCRAFT
    Buyer not available
    The Department of Defense, through the Naval Air Warfare Center Orlando Training Systems Division (NAWCTSD), is seeking qualified contractors to provide academic and simulator training for the Navy's Command Aircraft Crew Training (CACT) Program on the UC-35D aircraft. The procurement involves a Firm Fixed Price (FFP) Requirements contract anticipated to span 60 months, commencing on or about October 30, 2026, and aims to fulfill comprehensive training requirements, including Pilot Initial and Recurrent Training, as well as International Procedures Training. This training is critical for ensuring military aviators are proficient in operating the UC-35D aircraft, which is vital for various Navy operations. Interested parties must submit their capabilities statements by 2 PM EST on January 7, 2026, and can direct inquiries to Joseph Willdigg at joseph.willdigg.civ@us.navy.mil or Audrey Rolland at audrey.rolland@navy.mil.
    Pilot and Aircrew Curriculum Revision and Maintenance (PACRM) Multiple Award Contract (MAC) II
    Buyer not available
    The Department of Defense, specifically the Naval Air Warfare Center Training Systems Division (NAWCTSD), is seeking qualified sources for the Pilot and Aircrew Curriculum Revision and Maintenance (PACRM) Multiple Award Contract (MAC) II. This procurement aims to provide essential services for the revision and maintenance of training programs for Navy and Marine Corps personnel, ensuring the accuracy and currency of various curricula and electronic classroom systems. The PACRM MAC II will facilitate streamlined and responsive procurements to meet the long-term training needs of Naval and Marine Corps commands, as well as other government training support activities. Interested parties, particularly Service-Disabled Veteran-Owned Small Businesses (SDVOSBC), should contact Kelly Stevens at kelly.m.stevens4.civ@us.navy.mil or call 407-380-4143 for further details, with the contract anticipated to be awarded by August 26, 2025.
    Mock Cyber Operational Readiness Assessment (CORA)
    Buyer not available
    The Department of Defense, through the Fleet Logistics Center Norfolk, is seeking qualified sources to conduct a two-week mock Cyber Operational Readiness Assessment (CORA) for the United States Naval Academy's (USNA) unclassified educational environment. The objective of this assessment is to identify security vulnerabilities and ensure compliance with relevant security guidelines, utilizing a methodology similar to that of the Department of War’s CORA Team. This opportunity is crucial for enhancing the cybersecurity posture of the USNA, as it involves a comprehensive evaluation of various systems and networks, including boundary systems, internal websites, and firewalls. Interested parties must submit their capability statements and estimates by December 9, 2025, to Ms. Jordan Walton at jordan.l.walton.civ@us.navy.mil, as this is a sources sought notice and not a solicitation for contract award.
    C5ISR Center MOSA Management Office (MMO) for CMOSS / VICTORY / MORA
    Buyer not available
    The Department of Defense, specifically the U.S. Army's C5ISR Center, is issuing a Special Notice regarding the C5ISR Center MOSA Management Office (MMO) for the Command, Control, Communication, Computers, Cyber, Intelligence, Surveillance, and Reconnaissance / Electronic Warfare (C5ISR/EW) Modular Open Suite of Standards (CMOSS) and related interoperability specifications. The primary objective is to make the CMOSS Interoperability Requirements Specification (IRS) widely accessible, along with additional approved documentation that supports interoperability across military systems, thereby enhancing the integration of C5ISR capabilities. This initiative is crucial for ensuring that materiel developers and integrators can create compliant solutions that meet the evolving demands of military operations, ultimately promoting efficiency and adaptability in defense technologies. Interested parties can reach out to Jason Dirner at MMO@army.mil or John Nilsen at usarmy.apg.devcom-c5isr.mbx.mmo@army.mil for further information and to access the relevant documentation.
    Multiple Award Indefinite Delivery Indefinite Quantity (MA IDIQ) Contracts for Leasing Multi-Functional Devices (MFDs) for Navy Marine Corps Intranet (NMCI)
    Buyer not available
    The Defense Logistics Agency (DLA) is seeking qualified sources for Multiple Award Indefinite Delivery Indefinite Quantity (MA IDIQ) contracts to lease Multi-Functional Devices (MFDs) and associated services for the Navy Marine Corps Intranet (NMCI). The procurement aims to provide MFDs, accessories, and office document devices, along with installation, maintenance, training, and network security services for a period of up to 60 months at a flat rate. These contracts are crucial for ensuring efficient document management and operational support within the Department of the Navy. Interested companies must submit a capabilities package by December 12, 2025, and direct any questions by November 14, 2025, to the designated contacts, Matthew O’Brien and Jennifer DeWease, via their provided emails.
    Military Free Fall Training Support Services
    Buyer not available
    The Department of Defense, through the Naval Supply Systems Command (NAVSUP) Fleet Logistics Center Norfolk, is seeking to award a Firm Fixed Price indefinite delivery indefinite quantity (IDIQ) contract for Military Free Fall (MFF) Training Support Services for the Commander, Explosive Ordnance Disposal Group TWO (COMEODGRU TWO). The contractor will be responsible for providing fully qualified Accelerated Free Fall Instructors, parachute riggers, and other personnel necessary for instructional support and quality assurance inspection related to the course of instruction. This procurement is crucial for maintaining the operational readiness and training standards of military personnel involved in explosive ordnance disposal operations. The solicitation is expected to be available on or around February 2, 2026, and interested contractors should direct inquiries to Sherell Brown at sherell.g.brown.civ@us.navy.mil or Morgan Olszak at morgan.e.olszak.civ@us.navy.mil.