FORSCOM Language and Culture Services
ID: W91247-25-R-A022Type: Solicitation
Overview

Buyer

DEPT OF DEFENSEDEPT OF THE ARMYW6QM MICC FDO FT BRAGGFORT BRAGG, NC, 28310-0000, USA

NAICS

Language Schools (611630)

PSC

EDUCATION/TRAINING- GENERAL (U009)

Set Aside

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

    The Department of Defense, specifically the Department of the Army, is seeking proposals for the FORSCOM Language and Culture Services contract, aimed at providing comprehensive language and cultural training to military personnel. The contract requires qualified contractors to deliver instruction in various languages, develop curricula, and support technical language programs, ensuring that military personnel achieve necessary proficiency levels for operational effectiveness. This initiative is crucial for enhancing communication and cultural understanding within military contexts, thereby improving readiness for international engagements. The contract is set aside for Service-Disabled Veteran-Owned Small Businesses (SDVOSBC) and has an estimated value of $20.5 million, with performance expected to commence on November 1, 2025, and run through October 31, 2030. Interested parties should direct inquiries to Contract Specialist Andrena Zamor at andrena.s.zamor.civ@army.mil or by phone at 910-908-3469, and note that proposal submissions are due by August 21, 2025.

    Point(s) of Contact
    Andrena ZamorContract Specialist
    (910) 908-3469
    andrena.s.zamor.civ@army.mil
    John MachineContracting Officer
    john.j.machine.civ@army.mil
    Files
    Title
    Posted
    The Performance Work Statement (PWS) outlines a non-personal services contract for the United States Army Forces Command (FORSCOM) to provide Language and Culture Services. These services encompass curriculum development, translation, and both individual and group instruction either onsite or virtually. The contractor is responsible for supplying personnel, materials, and equipment, adhering to government-defined standards without direct oversight. Key objectives include helping Army personnel achieve proficiency levels from ILR 0+ to 4+ for military assignments, integrating culturally relevant content into training, and leveraging technology to enhance the learning environment. The contract includes quality control obligations, requiring the contractor to implement a Quality Control Program to ensure service delivery standards are met. Personnel involved must maintain relevant certifications, including a favorable National Agency Check. The scope of the contract is extensive, emphasizing compliance with security protocols, safety regulations, and educational standards for instructors and administrative staff while detailing reporting and documentation requirements. The contract has specific provisions for performance periods, phase-in and out strategies, and handling of proprietary information, ensuring continuity and efficiency in delivering language and culture training critical for military engagement.
    The Women-Owned Small Business (WOSB) solicitation outlines a contract for commercial products and services related to the FORSCOM Language Contract. The contract, designated with requisition number W9124725RA0220001, is valued at approximately $20.5 million and will commence on 1 August 2025. It focuses on providing language and cultural training programs that align with the government’s operational needs, encompassing support for foreign language instruction and related services. Key deliverables include technical resource support, command language programs, and the integration of current teaching methodologies and technologies. This contract is vital for enhancing the language competencies of military personnel, ensuring they can effectively engage in duty-related tasks and operations. The procurement process encourages participation from women-owned small businesses, promoting economic inclusivity while fulfilling essential military language training requirements. The terms specify deliverables, timelines, payment arrangements, and acceptance criteria, emphasizing compliance with the Performance Work Statement (PWS). Overall, the initiative underscores the importance of linguistics in military preparedness and cultural understanding.
    The document outlines a Performance Work Statement (PWS) for a non-personal services contract to deliver language and culture services for the United States Army Forces Command (FORSCOM). Key services include instruction, curriculum development, and translation/interpretation for military personnel, both in-person and virtually. The program aims to enhance soldiers' language and cultural skills to meet Department of Defense (DOD) engagement requirements, using frameworks such as the Interagency Language Roundtable (ILR) proficiency levels. The contractor is responsible for quality assurance, requiring a Quality Control Plan (QCP) to ensure performance standards are met. The contract also emphasizes the need for security compliance, personnel background checks, and adherence to safety regulations. Other essential elements include contractor qualifications, training requirements, and communication protocols with the Government. This initiative is crucial for maintaining language proficiency standards among military personnel, supporting operational effectiveness in a global context. The document reflects a structured approach to addressing the needs of the military in language and cultural competencies, ensuring that contractors align with government objectives and quality standards.
    The document is a solicitation for a federal contract under the Women-Owned Small Business program, specifically aimed at obtaining commercial products and services. The requisition, identified by various codes, outlines the details of the contract, including the awarded amount of $20,500,000 and expectations for performance starting from November 1, 2025, to October 31, 2030. Key requirements include the delivery of language and cultural training programs compliant with performance standards established by the U.S. Army. Contractors are expected to provide instructional services tailored to different proficiency levels and to integrate technology and real-world scenarios into lessons. The contract adheres to various federal acquisition regulations (FAR) and incorporates significant clauses aimed at protecting rights and ensuring compliance with federal standards. Overall, this document serves as a formal invitation for qualified businesses to submit proposals for providing essential language training programs to military personnel, showcasing the government's commitment to diversifying its contractor base and enhancing military training capabilities.
    The document outlines performance requirements for contractors involved in language instruction and translation services for military operations. Key performance objectives include ensuring contractors hire personnel with favorably adjudicated security clearances and demonstrating proficiency in English and target languages, assessed regularly at the government's discretion. Additionally, contractors must complete a mandatory Pre-Service Instructor Certification, consisting of at least 80 hours of training in relevant areas, and provide ongoing in-service instruction for teachers annually to maintain competency. All instructional materials developed during training will belong to the government. Contractors are held to 100% compliance across the outlined performance standards, with non-compliance affecting their performance ratings in Contractor Performance Assessment Reporting (CPAR). The government maintains the right to monitor compliance beyond specified performance objectives, ensuring a comprehensive oversight of contractor obligations. This document emphasizes rigor in performance standards and accountability, aligning with the broader objectives of government contracts aimed at enhancing operational effectiveness and communication in diverse settings.
    The document outlines a comprehensive deliverable schedule associated with a federal contract, detailing the various responsibilities and reporting requirements under specific Performance Work Statements (PWS). Key deliverables include the Quality Control Plan, background checks, various training certifications (AT Level 1, OPSEC, etc.), and ongoing reporting obligations, such as attendance and inventory logs. Requirements dictate the submission format to be in electronic form as Word attachments via email, typically to the Contracting Officer (KO) or Contracting Officer's Representative (COR). Specific timelines are provided for each deliverable, with deadlines ranging from immediate submissions to annual reports, ensuring compliance and consistency in service delivery. This document serves to ensure that the contractor adheres to established protocols for training, reporting, and operational transitions, emphasizing accountability and attention to quality management throughout the contract lifecycle.
    The document outlines language proficiency levels for speaking, listening, reading, and writing as part of the Interagency Language Roundtable guidelines. It categorizes proficiency into six base levels, ranging from Level 0 (no proficiency) to Level 5 (functionally native proficiency), with plus levels indicating proficiency that exceeds base criteria. Each level provides detailed descriptions of abilities in various language tasks, including comprehension, vocabulary usage, and fluency. These classifications aim to assist in evaluating language skills for individuals in government roles requiring language proficiency. The document is structured into four main sections, detailing criteria for each modality of language and the implications for proficiency assessments. This framework supports government contracting, grants, and RFPs by establishing consistent standards for language capabilities in federal and local contexts, ensuring effective communication across diverse linguistic scenarios.
    The document lists foreign languages that may be included for training under a contract with the Department of the Army. The primary focus is on strategic languages deemed essential for military operations and cultural understanding. The document is structured into two main sections: the first details a selection of key languages such as Arabic, Chinese, Persian, and Spanish, each represented with a specific language code. The second section provides a more comprehensive enumeration of additional languages, ranging from lesser-known dialects to widely spoken languages, highlighting the vast linguistic diversity. This comprehensive listing serves as a resource for government agencies seeking to fulfill their language training needs effectively, indicating a commitment to preparing personnel for global operations and engagements. The purpose of the document aligns with federal initiatives to equip military and government personnel with necessary language skills to enhance their effectiveness in various environments.
    The document outlines the Style Orientation Scale for Language Learning (SOS-L), a tool designed to evaluate individuals' language learning styles through a checklist format. The SOS-L consists of five key activities, each relating to different aspects of language acquisition: sensory preferences, relationships with others, relations with ideas, orientation to learning tasks, and overall orientation. Participants score their responses to various statements to identify their learning preferences, such as visual, auditory, or hands-on styles. It encourages individuals to reflect on their social interactions—whether they are more extroverted or introverted—and how they relate to ideas, be it intuitively or analytically. The objective is to enhance language learning by aligning teaching methods with students' sensory preferences and learning styles. The SOS-L aims to facilitate better educational outcomes by promoting activities that resonate with learners’ inherent tendencies while also challenging them to expand their comfort zones. This initiative is particularly relevant in the context of federal grants and RFPs, as it could guide curriculum development and educational program funding by tailoring approaches to diverse learner needs and fostering effective language acquisition strategies.
    This document outlines the various methods and instruction types required for language training related to military deployments. It emphasizes that optimum class sizes for refresher and maintenance classes should be between six to nine students, with a maximum of ten. Language training may include beginner and conversion courses if the Defense Language Institute is unavailable. Additionally, it features refresher, maintenance, and enhancement instruction aimed at professional linguists, striving to achieve Level 2 proficiency on the Defense Language Proficiency Test (DLPT). Intensive "Iso-immersion" courses, involving extended hours of instruction primarily in the target language, are designed to enhance language skills and cultural exposure. Preparation for deployment includes familiarization classes focusing on military terminology, survival language, and cultural orientations, tailored to unit requirements. Delivery methods comprise tutorials for specialized assignments, unit instruction for individual needs, and distance learning for self-paced study. The overall purpose of this document is to provide guidelines on delivering effective language training to military personnel, ensuring they are adequately prepared for assignments abroad. It serves as a critical resource for contractors and government agencies involved in language instruction for military readiness.
    This document outlines applicable Wage Determinations under the Service Contract Act for a federal contract, listing various revisions and effective dates for multiple geographical areas across the United States. Specifically, it includes wage determinations for regions in North Carolina, Florida, Georgia, Alabama, Kentucky, Michigan, Louisiana, Texas, Kansas, Colorado, Washington, California, Alaska, and New York, with the corresponding revision numbers and dates for each. The document serves to ensure that appropriate wages are paid to service workers in accordance with federal regulations while fulfilling contract requirements. By detailing specific localities and the relevant wage determinations, it aids contractors in understanding their wage obligations under this contract and supports compliance with federal standards.
    The document outlines a pricing schedule for a Foreign Language and Cultural Program for FORSCOM, detailing various Contract Line Item Numbers (CLINs) related to language program support. The contractor is expected to provide services including a 30-day phase-in period, Command Language Program (CLP) support, and Technical Resource Support across Eastern and Western regions, along with Foreign Language Instruction (FLI) services. Each CLIN specifies quantities, units, and mandates compliance with the Performance Work Statement (PWS). Additionally, travel within and outside the Continental United States (CONUS and OCONUS) for contractors is outlined, which requires government preapproval and adherence to Federal Acquisition Regulations (FAR) for travel costs, capped at $53,400. The document emphasizes contract reporting obligations and the requirement for accurate manpower reporting to the System for Award Management. The structure includes a breakdown by phase, each with specified labor categories and conditions, maintaining a focus on consistent compliance with government regulations throughout the contract lifespan. This pricing schedule is crucial for establishing the financial and operational framework for linguistic support services aimed at enhancing military and command capabilities.
    This document outlines the amendment to a solicitation for the FORSCOM Language and Culture Services contract. Key updates include extending the submission deadline from August 14, 2025, to August 21, 2025, and addressing industry questions. The amendment also introduces new documents, such as a pricing matrix template, while superseding prior versions where there are conflicts. Proposal submissions should follow a specific format, including a Mission Capability section that details the Offeror’s management and technical approach, and a Pricing Schedule that includes detailed cost breakdowns for various contract line items (CLINs). Additionally, Offerors must provide supporting documentation showcasing responsibility, compliance with regulations, and any potential conflicts of interest. The amendment emphasizes the necessity of precise and compliant proposals, which will be evaluated based on initial submissions without the expectation of further discussions. Overall, this solicitation is part of a broader government effort to secure qualified contractors for language services while ensuring clarity in the proposal process.
    This document outlines the Performance Requirements Summary (PRS) for a government contract, detailing expectations for contractors in various performance objectives. Each objective comes with specific performance standards, a compliance threshold of 100% or 90%, and associated consequences for non-compliance, primarily reflected in the Contractor Performance Assessment Reporting (CPAR). Key objectives include ensuring employee background checks, English language proficiency, instructor certifications, and management functions, emphasizing that failure to meet these metrics results in less than satisfactory reports. The document also highlights the contractor's role in training, adherence to safety regulations, administrative support, and ensuring effective language instruction, including maintaining lesson plans and adapting teaching methods to suit student needs. Government oversight ensures compliance with all contractual requirements, emphasizing the importance of quality performance in federal contracting.
    This document outlines the deliverables schedule for a federal contract, specifying the frequency, format, and submission requirements for various key deliverables as mandated by the Performance Work Statement (PWS). Key deliverables include a Quality Control Plan, security policies, mandatory training certifications, contractor travel requests, and meeting reports. Most submissions are required within set timeframes, typically as electronic files in Microsoft Word format sent via email to the Key Official (KO) and Contracting Officer Representative (COR). The document highlights training obligations such as AT Level 1, iWATCH, and operational security training, along with detailed procedural requirements for reporting attendance and updates. Additionally, it stipulates the need for a Phase Out Plan and ongoing tracking of contractor employee listings and travel templates. It emphasizes compliance with various PWS checkpoints to ensure accountability and operational readiness, aiming to maintain a high standard of service delivery throughout the contract's duration. This deliverable schedule serves to ensure that all parties remain informed and aligned on expectations and timelines within the framework of government contracts.
    The document presents detailed proficiency level descriptions for spoken, listening, reading, and writing skills in various languages, aimed at assessing individuals' language capabilities. It categorizes proficiency into six base levels (00 to 50), with additional "plus levels" signifying proficiency exceeding a base level. Each section outlines what individuals at each proficiency level can accomplish, providing examples of language use, accuracy, and communication effectiveness. In speaking, for instance, proficiency ranges from Level 0 (no ability) to Level 5 (functionally native), highlighting the challenges faced at lower levels, such as limited vocabulary and difficulty in conversation. The listening section similarly maps comprehension abilities, while reading and writing sections do the same for written texts and written communication, respectively, addressing aspects such as vocabulary control, grammatical accuracy, and stylistic nuances. Overall, the document serves as a comprehensive guideline for evaluating language skills, which is particularly relevant in contexts like federal grant applications, RFPs, and local government projects where effective communication is critical. It assists in establishing standards for language proficiency needed for successful participation in various official tasks.
    The document outlines a comprehensive list of foreign languages that may be included in training under a contract by the Department of the Army. The primary focus is the "Strategic Language List," detailing languages critical for military and governmental operations, such as Arabic, Chinese, and Russian, among others. It categorizes these languages with respective codes for easy identification. The extensive list includes over a hundred languages from various regions, emphasizing the need for language acquisition and cultural understanding in military contexts to enhance communication and operational effectiveness. This procurement reflects the government’s commitment to building linguistic capabilities to better engage in international operations and partnerships.
    The Technical Exhibit 5 outlines the Style Orientation Scale for Language Learning (SOS-L), designed to assess an individual's language learning style through a series of activities. The SOS-L comprises five key activities that evaluate sensory preferences, social interactions, relationships with ideas, orientations to learning tasks, and overall learning preferences. Each activity involves a checklist where respondents rate their tendencies on a scale from "Never" to "Always," aiding in self-assessment. After scoring, individuals can identify their stronger and weaker preferences, which may influence their language learning efficacy. The SOS-L aims to help educators tailor their instruction to better fit students' distinct learning styles, ultimately enhancing the language acquisition process. Its structure facilitates a comprehensive understanding of the ways individuals engage with language, allowing for flexibility in teaching methods that accommodate diverse learning preferences. The tool emphasizes that acknowledging varying learning styles promotes effective language learning experiences.
    The document outlines the various instructional methods and delivery methods for language training tailored to military personnel. Key facets include class sizes, where refresher classes ideally comprise six to nine students, and larger groups for cultural orientations. It details several training types: beginning level and conversion language instruction, refresher courses, and intensive iso-immersion courses designed for enhanced language proficiency and cultural exposure. Additionally, the focus is on pre-deployment familiarization courses that incorporate mission-specific vocabulary and basic survival language skills. Methods of delivery cover tutorials for specialized duties, unit instruction for walk-in language needs, and distance learning for self-paced study. Emphasizing responsiveness, the instruction is shaped according to unit requirements, with the goal of achieving essential language competencies critical for military effectiveness. The document serves as a blueprint for contractors responding to the government RFP, outlining requirements for language training support services essential for preparing military personnel for deployment and operational readiness.
    This document provides the Wage Determinations applicable to a federal contract, specifically under the Service Contract Act. It lists multiple wage determinations by state and county, specifying their identification numbers, revisions, and issue dates. The document references wage determinations from different states, including North Carolina, Florida, Georgia, Alabama, Kentucky, Michigan, Louisiana, Texas, Colorado, Washington, California, Alaska, and New York. Each entry includes the determination number, revision, state abbreviation, county names, and modification dates, indicating adjustments to wage standards for service employees in various regions. The purpose of these wage determinations is to ensure fair compensation for laborers and service employees under federal contracts in compliance with the Service Contract Act, promoting equitable standards across different jurisdictions.
    The document is a technical exhibit detailing estimated workload data for language training services across various U.S. military installations. It specifies the locations, languages offered, the number of students (limited to 10 at any one time), and the estimated number of training days allocated per language annually. Training days vary by location, with most sites offering up to 251 days per year, while a few locations have shorter durations of 20 or 10 days. There is a cautionary note for offerors to consider this data as non-absolute and subject to change based on actual workload requirements. The exhibit serves as informational support for potential contractors responding to Requests for Proposals (RFPs) related to language service contracts, emphasizing that fluctuations in demand may occur. Overall, the document provides critical estimates and operational details relevant to government contracts catering to military language education, allowing contractors to assess their capacity to meet expected service levels.
    The FORSCOM Language and Culture Program solicitation seeks contractors to deliver comprehensive language instruction and cultural training to meet the diverse needs of military personnel. The contract encompasses providing qualified instructors, curriculum development, and resources necessary for successful training outcomes, with an emphasis on flexibility and creativity in instructional methods. Key elements include the management of the program, adherence to quality control measures, and compliance with the Government’s performance expectations. Contractors must furnish all required personnel, equipment, and materials, while the Government will supply certain resource materials. The solicitation outlines specific performance locations, operational hours, and conditions for the provision of services. Furthermore, contractors are expected to quickly adapt to short-notice requests and accommodate various languages as needed. A critical aspect of the procurement process is the proposal evaluation, focusing on technical acceptability, pricing, and past performance. The Government emphasizes the need for demonstrated capability in previous contracts, which helps mitigate risks associated with non-performance. Questions from potential bidders reflect concerns about the clarity and specificity of the solicitation's requirements, particularly regarding staffing, operational responsibilities, and necessary qualifications for personnel. This solicitation exemplifies the complexities involved in federal RFPs, highlighting the importance of clear communications and defined expectations in service contracts.
    Lifecycle
    Title
    Type
    Solicitation
    Similar Opportunities
    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.
    SOF Global Services Delivery Request for Proposal (DRAFT)
    Buyer not available
    The U.S. Department of Defense, through the U.S. Special Operations Command (USSOCOM), is seeking proposals for the Special Operations Forces Global Services Delivery (SOFGSD) contract, which is a Total Small Business Set-Aside opportunity. This procurement aims to secure administrative management and general management consulting services to support USSOCOM's global missions and enterprise needs, with a focus on providing subject matter expertise and knowledge-based services. The contract will be awarded as multiple Indefinite Delivery Indefinite Quantity (IDIQ) contracts, with a requirement for offerors to possess a Top Secret Facility Clearance and to meet specific cybersecurity standards as outlined in the recent DFARS rule. Interested parties should direct inquiries to the primary contact, Sherri Ashby, at sherri.ashby@socom.mil, and note that the final Request for Proposal (RFP) is anticipated to be released in Q2 FY26, following additional drafts and industry engagement sessions.
    Membership in an English Language Proficiency Comprehensive Assessment Consortium
    Buyer not available
    The Department of Defense Education Activity (DoDEA) intends to award a sole source Firm-Fixed Price (FFP) contract for membership in an English Language Proficiency Comprehensive Assessment Consortium. This contract, valued at approximately $1,990,320, will cover a one-year base period with four additional one-year options, aimed at enhancing the assessment of English language proficiency among students. The Government's decision to pursue a sole source contract is based on the unique capabilities required, and interested vendors must provide clear evidence of their ability to meet these needs. Questions regarding this opportunity should be directed to Contract Specialist Krista Chamberlain at krista.chamberlain@dodea.edu, with responses due by the specified deadlines.
    DLITE TO Exception to Fair Opportunity
    Buyer not available
    The Department of Defense, specifically the Department of the Army, is seeking to justify an exception to fair opportunity for the procurement of administrative support services, particularly in translation and interpreting. This opportunity is crucial for ensuring effective communication and operational support within military operations, highlighting the importance of accurate and timely language services. Interested vendors can reach out to Lauren DeRoche at lauren.r.deroche.civ@army.mil or 571-588-9071, or Charles Scott at charles.b.scott44.civ@army.mil or 586-282-7678 for further details regarding this procurement process.
    DLITE TO Exception to Fair Opportunity
    Buyer not available
    The Department of Defense, specifically the Department of the Army, is seeking to justify an exception to the fair opportunity process for a contract related to administrative support services, particularly in translation and interpreting. This procurement aims to address specific needs that may not be met through the standard competitive process, emphasizing the importance of timely and accurate communication in military operations. Interested parties can reach out to Roy Chow at roy.chow.civ@army.mil or 571-588-9315, or Caleb Kollins at caleb.m.kollins.civ@army.mil or 571-588-9160 for further details regarding this opportunity.
    DLITE TO Exception to Fair Opportunity
    Buyer not available
    The Department of Defense, specifically the Department of the Army through the W4GG HQ US Army TACOM, is seeking to justify an exception to fair opportunity for the procurement of administrative support services, particularly in translation and interpreting. This opportunity is crucial for ensuring effective communication and operational efficiency within military operations that require precise language services. Interested vendors can reach out to Brittany Spicer at brittany.m.spicer2.civ@army.mil or by phone at (586) 282-6046, or contact Charles Scott at charles.b.scott44.civ@army.mil or (586) 282-7678 for further details regarding this procurement process.
    SOFAM 26 Austere/Arctic Medical SME
    Buyer not available
    The Department of Defense, through the U.S. Special Operations Command (USSOCOM), is seeking proposals from qualified small businesses for the provision of Austere/Arctic Medical Subject Matter Expertise (SOFAM) in Fairbanks, Alaska. The contract, valued at $16,500,000, aims to deliver specialized training in austere and arctic medicine, including the provision of medical expertise, equipment, and Continuing Education Units (CEUs) for Special Operations Command North (SOCNORTH) from January 4-30, 2026. This opportunity is critical for enhancing the operational readiness of military personnel in extreme environments, necessitating contractors to meet stringent qualifications, including certifications in mountain medicine and avalanche safety. Interested parties must submit their proposals by the deadline for questions on December 3, 2025, and can contact MSG Andre Furman at andre.d.furman.mil@socom.mil or 719-723-6413 for further information.
    DLITE TO Exception to Fair Opportunity
    Buyer not available
    The Department of Defense, specifically the Department of the Army, is seeking to establish an exception to the fair opportunity process for the procurement of administrative support services, including translation and interpreting. This opportunity is categorized under the PSC code R608 and is aimed at fulfilling specific administrative needs that are critical for operational effectiveness. Interested vendors should note that the primary contacts for this opportunity are Stephanie Thom and Roy Chow, who can be reached via email at stephanie.n.thom.civ@army.mil and roy.chow.civ@army.mil, respectively. Further details regarding the justification for this procurement can be found in the associated technical exhibit document.
    Office of Small Business Programs Support Services - Amend 6
    Buyer not available
    The Department of Defense, through the Defense Health Agency (DHA), is seeking proposals for the Office of Small Business Programs Support Services under a Women-Owned Small Business (WOSB) set-aside. The contract aims to provide comprehensive operational and management support for the DHA's Office of Small Business Programs, including business execution, strategic communication, and mentor-protégé program support. This initiative is crucial for enhancing small business participation in defense acquisitions and ensuring compliance with relevant regulations. The contract, valued at up to $24,500,000, will have a base period from January 5, 2026, to January 4, 2027, with four additional one-year options, and proposals are due by December 19, 2025. Interested parties should direct inquiries to Contracting Officer Vicki L. Whiteman at vicki.l.whiteman.civ@health.mil and Contract Specialist Mary Anne Young at mary.a.young138.ctr@health.mil.
    Custodial Services for MO024
    Buyer not available
    The Department of Defense, specifically the Department of the Army, is seeking a contractor to provide custodial services for the MO024 facility at Fort McCoy. The contractor will be responsible for delivering all necessary personnel, labor, equipment, supplies, and supervision to perform janitorial services as outlined in the Performance Work Statement (PWS), excluding government-furnished items. This procurement is critical for maintaining cleanliness and hygiene standards within the facility, with a contract period starting on January 1, 2026, and including four optional 12-month extensions and a potential six-month service extension. Interested parties, particularly Service-Disabled Veteran-Owned Small Businesses (SDVOSBC), should contact Breanna Huff at breanna.d.huff.civ@army.mil or call 502-898-5535 for further details.