Joint Training Exercise and Evaluation Program Support Services (formerly known as Training Transformation (T2))
ID: M0026425R0004Type: Solicitation
Overview

Buyer

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

NAICS

Administrative Management and General Management Consulting Services (541611)

PSC

SPECIAL STUDIES/ANALYSIS- DATA (OTHER THAN SCIENTIFIC) (B506)

Set Aside

Service-Disabled Veteran-Owned Small Business (SDVOSB) Set-Aside (FAR 19.14) (SDVOSBC)
Timeline
    Description

    The Department of Defense, specifically the Marine Corps Training and Education Command (TECOM), is seeking proposals for Joint Training Exercise and Evaluation Program Support Services (formerly known as Training Transformation (T2)). The objective is to provide professional on-site support services to assist the TECOM G-3 in their role as the Marine Corps Office of Primary Responsibility for the Joint Training Exercise and Evaluation Program (JTEEP), which includes functional, research, and technical support services. This procurement is crucial for enhancing military training efficacy and interagency coordination, ensuring that the Marine Corps can effectively prepare for joint operational frameworks. Interested Service-Disabled Veteran-Owned Small Businesses (SDVOSB) must submit their proposals by January 15, 2025, at 10:00 AM EST, and can direct inquiries to Shaye Nelson at shaye.nelson@usmc.mil or Christa Eggleston-Scott at christa.eggleston-sc@usmc.mil.

    Point(s) of Contact
    Files
    Title
    Posted
    The document outlines a Request for Proposal (RFP) for Joint Training Exercise and Evaluation Program Support Services from the Marine Corps Training and Education Command (TECOM). The primary goal is to provide on-site support services across various tasks related to the Joint National Training Capability (JNTC) Program and to improve interagency coordination with the Vice Director Joint Staff (VD JS) in Suffolk, Virginia. The contract covers a base period of seven months, with options for four additional twelve-month periods. Key tasks include functional and operational support, liaison activities, training analysis, and development of assessment metrics. Contractors must provide qualified personnel and perform tasks in secure environments, adhering to DOD security regulations. Deliverables include progress reports, official responses, training documents, and meeting minutes. The government retains ownership of all generated materials and intellectual property. This RFP exemplifies the government's commitment to enhancing training efficacy within joint operational frameworks, promoting effective collaboration, and supporting military readiness while ensuring compliance with regulatory requirements.
    The document outlines an amendment to a solicitation identified by the contract ID M0026425R0004. The amendment addresses several key updates including responding to questions from bidders, adding a required DD-254 form, and including regulations regarding unmanned aircraft systems pertaining to foreign entities. Notably, the due date for proposals has been extended to January 15, 2025, at 10:00 AM EST. A summary of changes includes the clarification that the solicitation is not a new requirement, and the incumbent contractor details are provided. Additional information emphasizes security clearance guidance related to the DD-254 form and the content needed for proposal submissions. Highlighted questions and answers cover various aspects of the procurement process, reiterating the importance of adherence to instructions regarding proposal submission modifications. This document reflects standard procedures in government procurement, ensuring compliance with federal regulations while fostering transparency in the bidding process.
    The document appears to be part of a broader announcement regarding government Request for Proposals (RFPs), federal grants, and state and local RFPs. However, it does not contain specific content or instructions and instead shows an error message related to document viewing issues with Adobe Reader. As such, there are no main topics, key ideas, or supporting details to summarize. The lack of substantive content means no analysis can be performed, nor can coherent key points be extracted. To fulfill the piece's intended purpose, access to a properly formatted document is essential. Ultimately, without further information, it is impossible to create a meaningful summary reflecting the unique essence or focus of the intended government file or its context within RFPs and grants.
    The document outlines the Assessor Past Performance Questionnaire (APPQ) specific to the Marine Corps Installations National Capital Region, as part of the solicitation M00264-25-R-0004. It establishes the process for evaluating the past performance of Offerors or Major Subcontractors involved in relevant contracts. Sections I through III must be filled out by the Offeror and submitted to government assessors by a specified deadline. Assessors verify provided information and evaluate contractor performance based on defined criteria: quality, schedule, management, and cost control. Performance ratings range from "Exceptional" to "Unsatisfactory," and detailed justifications are required for each category. The questionnaire aims to facilitate an objective assessment of the contractor's performance history to inform the award decision. The emphasis on e-mail submission underscores the need for efficiency in communication. Overall, this document serves as a critical tool for measuring contractor effectiveness in fulfilling government contracts, ensuring accountability and informed decision-making in federal procurement processes.
    The document is a pricing template for the JTEEP (Joint Training and Exercise Evaluation Program) with RFP number M00264-25-R-0004. It outlines various Contract Line Item Numbers (CLINs) for services, including on-site support, liaison support, training evaluation, and interoperability training. Each CLIN specifies a quantity, unit, and fixed firm price (FFP) for a base period of seven months. Additionally, it provides an estimated total evaluated price of $39,687.00 for all services listed. The template also indicates option pricing for four periods yet to be completed by the offeror. The pricing structure follows regulations under FAR (Federal Acquisition Regulation), emphasizing cost control and structured bidding among contractors. The solicitation reflects the government's initiative to streamline defense training and evaluation through clearly defined pricing and deliverables.
    The document serves as a Past Performance Questionnaire, part of the federal RFP process, designed for contractors to provide reference information about previous contracts. It outlines the required details for a referenced contract, including contractor identification, financial specifics, and the scope of work performed. Contractors must describe their role (prime or subcontractor), performance measures, relevant experience, and any issues faced during execution. Furthermore, it requests specific contact information for references, detailing their role in contract administration and duration of involvement. This structured approach ensures that evaluators can assess the contractor's relevant experience and reliability accurately, contributing to informed decision-making in awarding contracts within federal grants and local RFP frameworks.
    Similar Opportunities
    Training and Education Command - Human Performance Branch
    Dept Of Defense
    The Department of Defense, through the Training and Education Command (TECOM) Human Performance Branch, is seeking qualified vendors to provide technical and analytical support for the development and revision of physical readiness testing and fitness policies for the United States Marine Corps (USMC). The primary objectives include enhancing physical readiness standards, expanding the Sports Medicine and Injury Prevention program, and ensuring compliance with military fitness requirements. This opportunity is crucial for maintaining the physical readiness of Marine Corps personnel and involves collaboration with various military and defense organizations. Interested parties must submit their qualifications and feedback on the performance work statement by February 28, 2025, to the primary contact, Shaye Nelson, at shaye.nelson@usmc.mil, or the secondary contact, Christa Eggleston-Scott, at christa.eggleston-sc@usmc.mil.
    Training and Education Command (TECOM) Statistical Analysis Support
    Dept Of Defense
    The Department of Defense, specifically the Training and Education Command (TECOM) of the U.S. Marine Corps, is seeking contract support for statistical analysis related to military training and operational readiness. The primary objective is to assist with the Trends Reversal and Reinforcement Process (TRRP) and the Assessment Working Group (AWG) by utilizing advanced data science technologies, including Artificial Intelligence (AI) and Machine Learning (ML), to automate data processing and enhance predictive analytics capabilities. This contract is crucial for improving the Command's Performance Management (PfM) activities through rigorous data analysis and reporting. Interested parties, particularly SBA Certified Women-Owned Small Businesses (WOSB), must submit their proposals by January 30, 2025, with inquiries directed to Shaye Nelson at shaye.nelson@usmc.mil.
    Virtual Drill Camp Competition Grading
    Dept Of Defense
    The Department of Defense, specifically the Marine Corps Training & Education Command, is seeking qualified small businesses to provide grading services for the Virtual Drill Camp Competition associated with the Marine Corps Junior Reserve Officers' Training Corps (MCJROTC). The contractor will be responsible for evaluating approximately 270 video performances, totaling 90 hours, across various drill events, including Regulation Drill, Exhibition Drill, and Color Guard, ensuring adherence to established performance metrics and standards. This procurement is crucial for maintaining the integrity and professionalism of the competition, which emphasizes discipline and skill among cadets. Interested vendors must submit their quotations by January 21, 2025, and direct any inquiries to Danny Ly at danny.ly@usmc.mil or Bradley Hoover at bradley.hoover@usmc.mil, with a firm fixed-price contract expected to be awarded shortly thereafter.
    Bridge to Evolution STE TESS (BEST) Multi Award Contract (MAC)
    Dept Of Defense
    The Department of Defense is seeking innovative approaches for its Bridge to Evolution STE TESS (BEST) Multi-Award Contract (MAC). The objective is to enhance and extend the functionality of the Army's tactical engagement simulation systems (TESS), aligning them with evolving training requirements. This procurement is divided into two lots. Lot 1 involves modifying existing TESS equipment to meet updated Army specifications, focusing on adaptability and future expansion. Lot 2 centers on developing and producing new TESS solutions, including dismounted, vehicle-mounted, and shoulder-launched munition systems. The government seeks to integrate emerging STE LTS TESS technology with the existing MILES TESS ecosystem, encouraging vendors to propose adaptable procedures and processes. The scope of work encompasses software and hardware modifications, production and delivery of TESS kits, and integration with the STE LTS TESS platform. The government aims to foster competition by avoiding solution-specific proposals and encouraging creativity in meeting the outlined objectives. Potential offerors are invited to provide feedback on the Draft Request for Proposal (DRFP), which outlines the requirements, Statement of Work (SOW), and evaluation criteria. The government seeks to revise and finalize the RFP based on industry responses, emphasizing efficiency and the removal of unnecessary requirements. Offerors should possess the capabilities and expertise to modify and produce TESS solutions, with a focus on past performance and technical merit. The contract is anticipated to be an Indefinite Delivery/Indefinite Quantity (ID/IQ) vehicle, attracting multiple awardees. The primary contact for this opportunity is Gloria Susie Hoybach, with additional inquiries directed to Roberto J. Gotay and Rafael A. Manzano. The deadline for feedback submission is 12:00 PM EST on 3rd June 2024, with the government aiming to release the final RFP shortly afterward. For this BEST MAC initiative, the Army seeks adaptable and cost-effective TESS solutions, leveraging industry feedback to shape the acquisition process.
    Live Training, Ranges, and Combat Training Centers (LTRaC) Multiple Award Contract (MAC) 1
    Dept Of Defense
    The Department of Defense, specifically the U.S. Army, is seeking proposals for the Live Training, Ranges, and Combat Training Centers Multiple Award Contract (LTRaC MAC 1), which is a Total Small Business Set-Aside initiative. This contract aims to procure and install target lifters, initial targets, and ancillary range control computers to enhance military training capabilities at various installations. The estimated annual funding for this contract is approximately $45 million, with a total ceiling amount of around $359.83 million over an eight-year period, structured as an Indefinite Delivery Indefinite Quantity (IDIQ) contract with a five-year base period and a three-year option. Proposals are due by 4:00 PM EST on February 12, 2025, and industry questions must be submitted by January 23, 2025. Interested parties can contact Helen G. Simpson at helen.g.simpson2.civ@army.mil or Amanda J. Harris at amanda.j.harris42.civ@army.mil for further information.
    Notice of Tentative Acquisition Strategy USMC ATS COMS/CIS FTSS V
    Dept Of Defense
    The Department of Defense, through the Naval Air Warfare Center Training Systems Division (NAWCTSD), is preparing to solicit proposals for Contractor Operation and Maintenance Services (COMS) and Contractor Instructional Services (CIS) under the Fielded Training Systems Support (FTSS) program for the United States Marine Corps Aviation Training Systems (USMC ATS). The procurement aims to provide essential support services at various Marine Corps Air Stations, ensuring the effective operation and maintenance of training systems over a projected period of 60 months, which includes a base year and multiple option years. This initiative is critical for maintaining the operational readiness and effectiveness of Marine Corps aviation training programs. Interested contractors can reach out to Christopher Chase Couture or Reagan Gill via their provided emails for further information, with the anticipated RFP release and site visits scheduled for February 2025 and an award date expected in August 2025.
    MULTI-MISSION PARACHUTE COURSE (MMPC) - REQUEST FOR INFORMATION
    Dept Of Defense
    The Department of Defense, specifically the Department of the Navy, is issuing a Request for Information (RFI) for the Multi-Mission Parachute Course (MMPC) aimed at training non-Military Free Fall (MFF) qualified Marines in Military Free Fall techniques using the USMC Parachute System-2 (PS-2). The procurement seeks to explore industry capabilities to enhance training methodologies and operational readiness for airborne operations, emphasizing safety and compliance with established military standards. Interested organizations are encouraged to submit their capabilities and insights by January 17, 2025, with no contract obligations arising from the submissions. For further inquiries, contact Christa Eggleston-Scott at christa.eggleston-sc@usmc.mil or Jamie A. Dufrene at jamie.dufrene@usmc.mil.
    M282905652564 EMT Training-2
    Dept Of Defense
    The Department of Defense, specifically the United States Marine Corps (USMC), is seeking qualified contractors to provide National Registered Paramedic Training for ten Navy personnel at Camp Pendleton, California. This training is essential for certifying personnel as Paramedics to fulfill Search and Rescue Medical Technician (SMT) billet requirements, enhancing operational capabilities during large-scale combat operations. The program will include didactic instruction, clinical, and field internships totaling 744 hours, with the anticipated period of performance from March 31, 2025, to October 10, 2025. Interested contractors must submit their proposals electronically by January 22, 2025, and can contact Dylan Armstrong at dylan.armstrong@usmc.mil or Quintin Pollard at Quintin.Pollard@USMC.mil for further details.
    U008 - Combat Skills Course of Instruction
    Dept Of Defense
    The Department of Defense, through the NAVSUP Fleet Logistics Center Jacksonville, intends to issue a Request for Quote (RFQ) for the provision of Combat Skills Course of Instruction (COI) Services in support of the Center for Explosive Ordnance Disposal and Diving (CEODD) located in Panama City, Florida. This procurement is specifically set aside for Service-Disabled Veteran-Owned Small Businesses (SDVOSB) and aims to enhance the training capabilities of military personnel. The contract period is scheduled from July 1, 2025, to June 30, 2026, with options for four additional years and a potential six-month extension. Interested parties should prepare for the RFQ release on or about March 17, 2025, and are encouraged to register with GSA eBuy for access to the solicitation documents. For inquiries, contact Kenneth Brown at 904-541-6420 or via email at kenneth.b.brown4@navy.mil.
    RFI - Joint Enterprise Task Management Software Solution (JETMS) formerly ETMS2
    Dept Of Defense
    The Department of Defense, specifically the Army Contracting Command-Rock Island, is issuing a Request for Information (RFI) for the Joint Enterprise Task Management Software Solution (JETMS), previously known as ETMS2. The objective is to gather industry insights on Commercial-off-the-Shelf (COTS) software solutions that can provide a cloud-based task management system, which must be compatible with the Office of the Secretary of Defense’s Correspondence and Task Management System (CATMS) and support various Department of Defense entities as well as other government agencies. This initiative is crucial for enhancing task management capabilities across the DoD, emphasizing requirements such as scalability, data migration, role-based access control, and compliance with security guidelines. Interested parties are required to submit their responses by 1200 Central Time on January 31, 2025, to the designated contacts, Megan Haffey and Nicole Feddersen, with specific instructions on the format and content of their submissions.