Joint Targeting Analyst (JTA) Training Solution Developer (TSD)
Overview
Buyer
Place of Performance
NAICS
PSC
Set Aside
Original Source
Timeline
Qualification Details
Fit reasons
- NAICS alignment with historical contract wins in similar service areas.
- Scope strongly matches core technical capabilities and delivery model.
Risks
- Past performance thresholds may require one additional teaming partner.
- Potential clarification needed on staffing minimums before bid/no-bid.
Next steps
Validate eligibility requirements, assign capture owner, and schedule partner outreach to confirm teaming strategy before submission planning.
Quick Summary
The Department of the Army, through MICC-FT Gordon, is soliciting proposals for Joint Targeting Analyst (JTA) Training Solution Developer (TSD) support for the U.S. Army Cyber School, Cyber Center of Excellence (CCoE) at Fort Eisenhower, GA. This is a Service-Disabled Veteran-Owned Small Business (SDVOSB) Set-Aside for a Firm Fixed-Price contract. The primary objective is to develop, maintain, and deliver comprehensive technical training materials for offensive cyberspace operations. Proposals are due March 13, 2026, at 12:00 PM EST.
Scope of Work
The contractor will provide non-personnel services including:
- Curriculum Development & Maintenance: Researching, compiling, and synthesizing information to create and maintain up-to-date training materials and databases for JTAs. Existing materials require continuous review and update.
- Instruction & Assessment: Delivering instruction using the Army Experiential Learning Model (ELM), developing and administering exams, and evaluating student performance. Instructors will teach principles of BTD/ITD/ATD.
- Administrative Support: Managing training schedules, student rosters, and necessary support documentation.
- Coordination: Proactively coordinating with stakeholders to ensure resource availability and seamless training execution.
Contract Details & Requirements
- Contract Type: Firm Fixed-Price.
- Period of Performance: One Base Year (April 1, 2026 – March 31, 2027) and three 12-month option years, extending through March 31, 2030.
- Place of Performance: Primarily on-site at Fort Eisenhower, GA. Up to 20% travel may be required for training development conferences, certifications, and Mobile Training Teams (MTTs) to CONUS (e.g., Fort Meade) and OCONUS (e.g., Hawaii) locations.
- Security Clearance: Top-Secret Security Clearance with SCI eligibility is required for all staff at the time of proposal submission and must be maintained throughout the contract.
- Personnel Qualifications: Minimum of two years of Offensive Cyberspace Operations (OCO) support experience is required. High level of expertise is expected.
- NAICS Code: 611430 (Training/Curriculum Development) with a $15,000,000 size standard.
Proposal Submission & Evaluation
- Proposal Due Date: March 13, 2026, 12:00 PM EST.
- Submission: Proposals must be emailed.
- Format: Proposals must be organized into four volumes: General, Technical, Past Performance, and Price. Specific formatting and page limits apply.
- Past Performance: Offerors must submit information on at least three (3) but no more than five (5) recent (within 3 years) and relevant government task orders or contracts, including consent letters for subcontractors.
- Pricing: Price proposals must be submitted electronically using the provided Pricing Worksheet (Attachment 4) and Employee Total Compensation Plan (Attachment 5).
- Evaluation Basis: Lowest Priced Technically Acceptable (LPTA) source selection in accordance with FAR 15.3. No trade-offs between cost/price and non-cost/price factors are permitted.
- Evaluation Factors:
- Technical Capability: (Subfactors: Technical Ability; Staffing, Recruitment, Retention, and Management Approach) – Rated Acceptable/Unacceptable.
- Past Performance: (Recency and Relevancy) – Rated Acceptable/Unacceptable.
- Price: Evaluated for reasonableness, completeness, and balance (not scored or rated).
- Discussions: The government intends to award without discussions, so offerors should submit their best technical proposal and pricing initially.
Amendments & Clarifications
Solicitation Amendment W9124926RA0060001, issued March 6, 2026, updated Attachment 8 (Instructions to Offerors) and provided Vendor Questions & Answers. Key clarifications include the incumbent contract (W9124923C0015 with CYNWAVE Solutions, LLC), the requirement for on-site work due to Top Secret material, and no expected phase-in period. Questions were due March 5, 2026.