Engagement Skills Trainer II (EST II) Instructor/Operator Support Services
ID: W9124C25RA017Type: Solicitation
Overview

Buyer

DEPT OF DEFENSEDEPT OF THE ARMYW6QM MICC-FT JACKSONCOLUMBIA, SC, 29207-5490, USA

NAICS

All Other Professional, Scientific, and Technical Services (541990)

PSC

SUPPORT- PROFESSIONAL: OTHER (R499)

Set Aside

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

    The Department of Defense, specifically the U.S. Army's Mission and Installation Contracting Command at Fort Jackson, South Carolina, is seeking proposals for Engagement Skills Trainer II (EST II) Instructor/Operator Support Services. This procurement involves providing all necessary labor, materials, and equipment to support training management related to rifle marksmanship and tactical decision-making, with a focus on operating training systems and ensuring compliance with safety regulations. The contract is anticipated to be awarded as a Firm Fixed-Price (FFP) arrangement, with a total estimated value of $19.5 million, covering a base period from August 17, 2025, to May 16, 2028, including two optional years. Interested parties, particularly Service-Disabled Veteran-Owned Small Businesses (SDVOSB), should submit their proposals by 1:00 PM on July 30, 2025, and may contact Tequlia D. Holmes at tequlia.d.holmes.civ@army.mil for further information.

    Point(s) of Contact
    Files
    Title
    Posted
    This Performance Work Statement (PWS) outlines a contract for non-personal services to provide Engagement Skills Trainer II (EST II) Instructor/System Operator support at Fort Jackson, South Carolina, starting July 16, 2024. The contractor is responsible for training management related to basic and advanced rifle marksmanship and tactical decision-making. Key tasks include operating training systems, conducting preventive maintenance, and generating reports like Monthly Status Reports and After Action Reviews. The contract spans one base year plus two optional years. The contractor must develop a Quality Control Plan and monitor performance in accordance with government standards. Compliance with safety regulations, background checks, and access control is emphasized. Specific performance requirements are detailed, with a focus on quality assurance, management of training facilities, and communication of training effectiveness. The contractor's responsibilities encompass submitting various reports, maintaining equipment, and ensuring the safety and preparedness of personnel. Overall, this PWS establishes the framework for high-quality training support while adhering to federal regulations and safety standards.
    This document outlines the insurance requirements for contractors working on government installations, in accordance with FAR clause 52.228-5. It specifies the necessary types and minimum coverage amounts for various insurances. Contractors must comply with Federal and State workers' compensation laws and cover occupational diseases through employer's liability insurance, set at a minimum of $100,000. Comprehensive general liability insurance is required for bodily injury at $500,000 per occurrence, with additional mandates for property damage coverage at $50,000 per occurrence. For automobile liability, the document stipulates $20,000 for property damage, $200,000 per person, and $500,000 per occurrence for bodily injury. Furthermore, deductibles for general liability must be capped at specified amounts to ensure adequate protection. This set of requirements aims to protect both the workers and the government entity during contract execution, highlighting the importance of financial responsibility and safety compliance in public projects.
    The document is a Wage Determination issued by the U.S. Department of Labor under the Service Contract Act, detailing the minimum wage and fringe benefits required for contractors in South Carolina, specifically for various occupations. It highlights that contracts awarded after January 30, 2022, must pay a minimum wage of at least $17.75 per hour, while those awarded between January 1, 2015, and January 29, 2022, must adhere to a lower minimum of $13.30, unless specified otherwise. The document lists detailed wage rates for a broad range of occupations, including administrative, automotive, food service, health care, and technical roles. Fringe benefits such as health and welfare payments, vacation, and paid holidays are outlined, emphasizing compliance with recent Executive Orders. Moreover, the document explains the conformance process for unlisted job classifications, ensuring workers are compensated fairly. It also notes that certain occupations may qualify for higher wages under specific conditions. This Wage Determination serves as a critical tool for government contracts, ensuring fair payment standards and employee protections within awarded contracts across various sectors in South Carolina.
    The Fort Jackson Contractor Vetting Policy outlines the procedures for vetting contractor employees authorized to access Fort Jackson, ensuring compliance with federal regulations regarding identity verification and employment eligibility. The policy mandates that all contractors must be identified through the Contractor Verification System (CVS) or the DES Standardized Contractor ID vetting program. Contractors must provide contract data, including employee identification and documentation necessary for background checks to confirm legal employment. The Directorate of Emergency Services (DES) is responsible for maintaining the vetting process and ensuring contractors are compliant with the Immigration and Nationality Act and other related laws. All contractors are encouraged to participate in the ICE Mutual Agreement between Government and Employers (IMAGE) Program, which enhances workforce security and reduces instances of unauthorized employment. Additionally, the policy outlines the procedures for badge issuance, maintenance of contractor records, and responsibilities for badge collection upon employee termination. Failure to comply with badge regulations could lead to adverse actions under the contract terms. Overall, the policy aims to promote a secure working environment at Fort Jackson through rigorous contractor vetting and monitoring practices.
    This document outlines a solicitation by the U.S. Army for Women-Owned Small Businesses (WOSB) to provide instructor/operator support services for the Engagement Skills Trainer II (EST II) at Fort Jackson, SC. The solicitation includes detailed requirements for the performance work statement, estimated costs, and evaluation criteria based on technical capability, price, and past performance. The contract, estimated at $19,500,000, includes a firm-fixed pricing arrangement with specific performance periods extending from August 2025 to May 2028. The evaluation process emphasizes a Lowest Price Technically Acceptable (LPTA) approach, meaning proposals must not only meet the technical specifications but also offer the best price. Key performance criteria include management structure, staffing approaches, and compliance with federal regulations. The document encompasses numerous provisions including clauses for contract terms, subcontracting limitations, and procedures for payment submissions. This RFP demonstrates the government's commitment to supporting small businesses, particularly those owned by women, while ensuring that they can meet stringent service standards within prescribed regulations.
    Lifecycle
    Similar Opportunities
    Army Targetry Systems (ATS) III, Multiple Award (MA), Indefinite- Delivery Indefinite-Quantity (IDIQ) base contracts
    Dept Of Defense
    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.
    BATTLEFIELD STAFF RIDES (BSR) RENEWAL CONTRACT
    Dept Of Defense
    The Department of Defense, through the U.S. Army Regional Contracting Office Bavaria, is soliciting proposals for the Battlefield Staff Rides (BSR) Renewal Contract, aimed at providing educational services to U.S. Army Europe's subordinate commands. The contract, which will be a firm-fixed-price, Indefinite Delivery Indefinite Quantity (IDIQ) agreement, seeks to enhance leadership development through historical battlefield tours, including logistical support such as transportation, accommodations, and meals. With a maximum value of $15,294,484 and a guaranteed minimum of $5,000, the contract period spans from May 27, 2026, to May 26, 2031. Interested parties should contact Matthew Troyer at matthew.e.troyer.mil@army.mil or Andrea Lucas at andrea.r.lucas.ln@army.mil for further details and to ensure compliance with the proposal submission requirements.
    Master Breacher Range Support
    Dept Of Defense
    The Department of Defense, specifically the Department of the Army, is seeking proposals for the Master Breacher Range Support contract at Fort Benning, Georgia. This procurement aims to provide materials and labor for the Regimental Master Breacher Course (RMBC), which includes responsibilities such as constructing and cleaning targets, procuring materials, and ensuring compliance with safety and environmental regulations. The contract is significant for enhancing demolition training for the 75th Ranger Regiment and is set aside for small businesses, with a total award amount of $45 million. Proposals are due by December 18, 2025, at 10:00 AM EST, and interested parties should direct inquiries to SSG Dwayne Phelps or Rafael Alamedapabon via the provided email addresses.
    Draft PWS for the MIOSS Program
    Dept Of Defense
    The Department of Defense, specifically the Department of the Army, is seeking qualified 8(a) contractors to provide Instructor Operator Support Services (MIOSS) for the Medical Simulation Training Center (MSTC). The contract aims to deliver instructor/operator support for medical training, including teacher-led and scenario-based training for both medical and non-medical personnel, with a focus on sustaining Combat Medic (68W MOS) skills and other tiered medical training. This opportunity is crucial for enhancing the training capabilities of U.S. military personnel and ensuring adherence to medical certification standards. Interested contractors are encouraged to submit questions and comments regarding the Draft Performance Work Statement (PWS) by January 6, 2026, and an Industry Day is planned for the week of January 11, 2026, at Fort Stewart, Georgia. For further inquiries, contact Carly Haning at carly.j.haning.civ@army.mil or Christina Minnon at christina.l.minnon.civ@army.mil.
    Master Breacher Course Support
    Dept Of Defense
    The Department of Defense, specifically the Department of the Army, is soliciting proposals for the Master Breacher Course Support at Fort Benning, Georgia. This procurement involves providing materials and labor for training site support, including the construction and maintenance of targets and training aids for the 75th Ranger Regiment's Regimental Master Breacher Course, which is conducted three times a year. The contractor will be responsible for adhering to specific construction standards, ensuring quality control, and complying with safety and environmental regulations, while the government will provide range access and coordination. Proposals are due by December 18, 2025, at 2:00 PM EST, and interested parties should submit their quotes electronically to the designated contacts, Rafael Alamedapabon and Jack Konrat, with no paper submissions accepted.
    Mortar Fire Control Systems (MFCS) Hardware and Operator New Equipment Training and Maintainer New Equipment Trainng (OPNET/MNET) Services
    Dept Of Defense
    The Department of Defense, through the U.S. Army Contracting Command–New Jersey, is seeking to extend the ordering period for the Mortar Fire Control Systems (MFCS) Hardware and Operator New Equipment Training and Maintainer New Equipment Training (OPNET/MNET) Services. This procurement involves a modification to Contract W15QKKN-17-D-0007, which will extend the ordering period by one year and increase the maximum contract value to facilitate the production, kitting, delivery, fielding, testing, and training associated with the Mortar Fire Control Systems. These systems are critical for enhancing the operational capabilities of U.S. Army units. Interested parties can reach out to Michael Samra at michael.w.samra.civ@army.mil or by phone at 973-724-3965, or contact Amy Sentner at amy.sentner.civ@army.mil or 609-562-5649 for further details.
    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.
    Fielded Training Systems Support V (FTSS V) Submarine Contractor Maintenance Services (SubCMS)
    Dept Of Defense
    The Department of Defense, through the Naval Air Warfare Center Training Systems Division (NAWCTSD), is seeking contractors to provide maintenance services under the Fielded Training Systems Support V (FTSS V) Submarine Contractor Maintenance Services (SubCMS) initiative. The objective is to ensure that various training systems and equipment remain in a "ready-for-training" state across six locations, including Groton, CT, Norfolk, VA, Kings Bay, GA, Bangor, WA, San Diego, CA, and Pearl Harbor, HI. This contract, which will be awarded as a Cost Plus Fixed Fee Task Order, is critical for maintaining the operational readiness of submarine training devices and is expected to commence on June 1, 2026, with a total performance period of 60 months. Interested vendors must contact Ms. Valentina Walsh at valentina.p.walsh.civ@us.navy.mil for further details and to obtain necessary RFP attachments, with a pre-proposal conference scheduled for December 5, 2025, and an anticipated award date of April 24, 2026.
    U.S. Navy (USN) Tactical Combat Training System Increment II (TCTS II) and United States Air Force (USAF) equivalent P6 Combat Training System (P6CTS)
    Dept Of Defense
    The Department of Defense, specifically the U.S. Navy, is seeking proposals for the Tactical Combat Training System Increment II (TCTS II) and the United States Air Force's equivalent P6 Combat Training System (P6CTS). This procurement involves a comprehensive Request for Proposal (RFP) that outlines various Contract Line Item Numbers (CLINs) for airborne and ground subsystems, ancillary mission equipment, and related support services, which are critical for enhancing military training capabilities. The contract will cover essential components such as program management, systems engineering, cyber engineering, logistics, and technical data packages, with performance expected in Orlando, Florida, over multiple fiscal years from FY26 to FY30. Interested parties should contact Kurt Susnis at kurt.a.susnis.civ@us.navy.mil or Andrea Gordon-Eubanks at andrea.l.gordoneubanks.civ@us.navy.mil for further details and to ensure compliance with the submission requirements.
    USSOUTHCOM J2 EDA IDIQ
    Dept Of Defense
    The Department of Defense, through the Department of the Army, is soliciting proposals for the USSOUTHCOM J2 Enhanced Domain Awareness (EDA) Indefinite Delivery, Indefinite Quantity (IDIQ) contract. This contract aims to provide strategic and technical support services to enhance domain awareness, requiring various IT and data management professionals, including roles such as Cloud Web Developer and Geospatial Solutions Architect. The contract includes a one-month phase-in period followed by a four-month base period, with three optional 12-month extensions, and emphasizes the reimbursement of other direct costs based on actual expenses incurred. Interested contractors must submit their proposals by January 5, 2026, at 11:00 AM, and can direct inquiries to Tonya Johnson at tonya.k.johnson11.civ@mail.mil or Sherwin Riley at sherwin.d.riley.civ@mail.mil.