Training Video Production
ID: PANMCC25P0000007781Type: Sources Sought
Overview

Buyer

DEPT OF DEFENSEDEPT OF THE ARMYW6QM MICC-FT BELVOIRFORT BELVOIR, VA, 22060-5116, USA

NAICS

Motion Picture and Video Production (512110)

PSC

PHOTO/MAP/PRINT/PUBLICATION- FILM/VIDEO TAPE PRODUCTION (T006)

Set Aside

Total Small Business Set-Aside (FAR 19.5) (SBA)
Timeline
    Description

    The Department of Defense, specifically the U.S. Army Acquisition Support Center (USAASC), is seeking qualified contractors to produce and update training video modules, particularly for the "Welcome to the Acquisition Workforce" program. The objective is to enhance onboarding for new acquisition personnel by refreshing existing training materials and creating professional quality Computer Based Training (CBT) videos, which will involve tasks such as script development, production, post-production, and distribution, all while adhering to Army regulations and quality standards. This initiative is crucial for supporting the recruitment and training of the Army's extensive acquisition workforce, ensuring compliance with accessibility requirements and security measures. Interested parties must submit their responses to the Sources Sought Notice by February 10, 2025, with a budget cap of $50,000 per year for the contract, which is anticipated to span a base year plus two option years.

    Point(s) of Contact
    Files
    Title
    Posted
    The Performance Work Statement (PWS) outlines a multi-year contract for the U.S. Army Acquisition Support Center (USAASC) focusing on updating and creating professional quality Computer Based Training (CBT) video modules. The project involves replacing and refreshing existing training materials, particularly the "Welcome to the Acquisition Workforce" modules, to enhance onboarding for new acquisition personnel within the Army Acquisition Workforce. Key tasks include script development, production, post-production, and distribution of final deliverables, all adhering to strict quality control measures and compliance with Army regulations. The contract specifies a budget cap of $50,000 per year, with completion deadlines set for September 2025, 2026, and 2027. It emphasizes the importance of coordination between contractor personnel and the government, ensuring that productions maintain the necessary security, quality standards, and accessibility requirements. Moreover, the contractor must meet various guidelines, including Section 508 compliance for technology, providing accessibility for individuals with disabilities. Overall, this initiative aims to support the recruitment and training efforts of the Army's extensive acquisition workforce while ensuring adherence to required standards and effective delivery of training materials.
    Lifecycle
    Title
    Type
    Training Video Production
    Currently viewing
    Sources Sought
    Similar Opportunities
    U008-sole source for Acquisition Workforce Training-sole source for Acquisition Workforce Training and legacy training needed for certification, Period of Performance: 5/1/2023-9/30/2023
    Buyer not available
    The Department of Veterans Affairs is seeking a sole source contractor for the Acquisition Workforce Training and legacy training necessary for certification, with a performance period from May 1, 2023, to September 30, 2023. This procurement aims to ensure that the acquisition workforce is adequately trained and certified, which is critical for maintaining effective operations within the department. The opportunity is classified under the PSC code U008, focusing on education and training, specifically in training and curriculum development. Interested parties can reach out to Maribel Fratina at maribel.fratina@va.gov or by phone at (240) 215-1661 for further details regarding this opportunity.
    EnCase Additional Training
    Buyer not available
    The Department of Defense, specifically the Department of the Army, is seeking a firm-fixed-price contract modification for additional EnCase Endpoint Investigator training. This procurement is aimed at enhancing the capabilities of the Program Executive Office-Enterprise Information System Project Manager for Defensive Cyberspace Operations (PM DCO) by providing necessary training to personnel involved in cybersecurity operations. The training is part of an existing task order awarded to CKA, LLC under the Computer Hardware, Enterprise Software and Solutions (CHESS) and Information Technology Enterprise Software and Solutions 3 Services (ITES-3S) contracts. Interested parties can reach out to Lisa Burt at lisa.a.burt5.civ@army.mil or call 309-782-5794 for further details regarding this opportunity.
    ACO-P Cyber School course
    Buyer not available
    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.
    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.
    CSO - U.S. Army Aviation Training
    Buyer not available
    The U.S. Army, through the Department of Defense, is seeking innovative solutions for aviation training under a Commercial Solutions Opening (CSO) aimed at enhancing aviator training capabilities. The primary objectives include rapidly training and qualifying aviators across various platforms, improving pilot proficiency through modern commercial practices, and expanding the aviation industrial base to support Army operations. This initiative is critical for maintaining a competitive edge in national defense and includes three key Areas of Interest: Fixed-Wing Aircraft Training, Rotary-Wing Aircraft Training, and Unmanned Aerial Systems Training. Interested vendors must submit proposals that align with these areas, with evaluations based on technical merit and feasibility. For further details, contact Susan Ruzicka at susan.e.ruzicka2.civ@army.mil or 520-674-8460, or Terry E. Walker at terry.e.walker10.civ@army.mil. The solicitation remains open until canceled, and submissions must comply with the outlined guidelines and formats.
    Army Targetry Systems (ATS) III, Multiple Award (MA), Indefinite- Delivery Indefinite-Quantity (IDIQ) base contracts
    Buyer not available
    The Department of Defense, through the Army, is seeking contractors for the Army Targetry Systems (ATS) III, which involves Multiple Award Indefinite-Delivery Indefinite-Quantity (IDIQ) base contracts. This procurement aims to support the development and provision of armament training devices, which are critical for military training and operational readiness. The contract, identified as W56HZV-18-D-0001, has been modified to enhance the capabilities of the ATS III program, ensuring that the Army has access to the necessary training systems. Interested parties can reach out to Delaney Tepel at delaney.e.tepel.civ@army.mil or Patricia Pierce at patricia.pierce3.civ@army.mil for further information regarding this opportunity.
    Bridge to Evolution STE TESS (BEST) Multi Award Contract (MAC)
    Buyer not available
    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.
    Mission Video Distribution System (MVDS) Services
    Buyer not available
    The Department of Defense, specifically the Air Combat Command (ACC), is seeking industry sources for the Mission Video Distribution System (MVDS) Services, with a focus on providing engineering and technical support for the HQ 9th Air Force (Air Forces Central). The procurement aims to ensure the availability and operational support of the MVDS, which is critical for military operations within the United States Central Command (USCENTCOM) Area of Responsibility, including on-site support at Shaw Air Force Base in South Carolina and Al Udeid Air Base in Qatar. Interested parties must demonstrate their capability to meet the requirements, including software development, system engineering, and compliance with security standards, while adhering to government regulations. Responses are due by January 6, 2026, at 2:00 PM EST, and inquiries should be directed to Scott D. Bedford or Nicholas Bachman via email.
    Acupuncture Training for Walter Reed Medical Staff
    Buyer not available
    The Defense Health Agency (DHA) intends to award a sole-source, firm-fixed-price contract to ACUMED-ORG, LLC for Integrated Structural Acupuncture Training for 12 Department of Defense (DoD) attendees at Walter Reed National Military Medical Center (WRNMMC). This training aims to certify medical staff in acupuncture techniques to enhance pain management for military beneficiaries, supporting the National Capital Region Pain Initiative. Interested parties may submit statements of capabilities to demonstrate their ability to provide the required training by December 12, 2025, at 10:00 AM EST, via email to Ealed Nuru at ealed.m.nuru.civ@health.mil, with a copy to Erica S. Oh at erica.s.oh.civ@health.mil. This notice is not a request for competitive proposals, and the contract will be awarded under FAR 13.106-1 (b)(1) for purchases not exceeding the simplified acquisition threshold.
    F-35 "Lightning II" Training Systems and Simulation
    Buyer not available
    The Department of Defense, specifically the Department of the Navy's NAWC Training Systems Division, is seeking to issue a sole-source Indefinite Delivery Indefinite Quantity (IDIQ) contract for the F-35 "Lightning II" Training Systems and Simulation. This contract aims to provide a comprehensive range of services, including analysis, modeling, simulation, design, development, production, modification, test and evaluation, and product support for F-35 training systems and simulation products, ensuring realistic training events for pilots, aircrew, and maintainers. The integration of these capabilities into the Training Infrastructure System (TIS) Operational Environment is crucial for the effective training of personnel on the complex F-35 air system. Interested parties may respond to the sources sought notice within 15 calendar days to identify their capabilities; however, the government is not obligated to award a contract and will not cover any costs incurred in preparing responses. For further inquiries, contact Tara Malloy-Paull at tara.malloy-paull@jsf.mil or Michael Donaldson at Michael.donaldson2@jsf.mil.