Joint Targeting Analyst (JTA) Training Solution Developer (TSD)

SOL #: W9124926RA006Solicitation

Overview

Buyer

DEPT OF DEFENSE
Dept Of The Army
W6QM MICC-FT GORDON
FORT GORDON, GA, 30905, United States

Place of Performance

Fort Gordon, GA

NAICS

Professional and Management Development Training (611430)

PSC

Training/Curriculum Development (U008)

Set Aside

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

Timeline

1
Posted
Mar 2, 2026
2
Last Updated
Mar 10, 2026
3
Submission Deadline
Mar 13, 2026, 4:00 PM

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:
    1. Technical Capability: (Subfactors: Technical Ability; Staffing, Recruitment, Retention, and Management Approach) – Rated Acceptable/Unacceptable.
    2. Past Performance: (Recency and Relevancy) – Rated Acceptable/Unacceptable.
    3. 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.

People

Points of Contact

Cedric EllisPRIMARY
Shecoriya ByrdSECONDARY

Files

Files

Download
Download
Download
Download
Download
Download
Download
Download
Download
Download
Download
Download
Download

Versions

Version 4
Solicitation
Posted: Mar 10, 2026
View
Version 3
Solicitation
Posted: Mar 6, 2026
View
Version 2Viewing
Solicitation
Posted: Mar 6, 2026
Version 1
Solicitation
Posted: Mar 2, 2026
View