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, MICC-FT Gordon, is soliciting proposals for a Service-Disabled Veteran-Owned Small Business (SDVOSB) Set-Aside contract to provide Joint Targeting Analyst (JTA) Training Solution Developer (TSD) support. This non-personnel services contract will support the U.S. Army Cyber School, Cyber Center of Excellence (CCoE) at Fort Eisenhower, Georgia. The objective is to develop, maintain, and deliver comprehensive technical training materials for offensive cyberspace operations for Joint Targeting Analysts. Proposals are due March 13, 2026, at 12:00 PM EST.

Scope of Work

The contractor will be responsible for:

  • Curriculum Development & Maintenance: Researching, compiling, and synthesizing information from various sources (Joint Doctrine, SOPs, operational assessments) to create and maintain accurate training materials and databases. This includes developing all course-related products required by USCYBERCOM and T2COM.
  • Instruction & Assessment: Delivering instruction using the Army Experiential Learning Model (ELM), developing and administering exams, and evaluating student performance.
  • Administrative Support: Managing training administration, including schedule development, student roster maintenance, and creating necessary support documentation.
  • Coordination: Proactively coordinating with stakeholders to ensure resource availability and seamless training execution.

Contract Details

  • Contract Type: Firm Fixed Price.
  • Period of Performance: One (1) Base Year (April 1, 2026 - March 31, 2027) and three (3) 12-month option years.
  • Place of Performance: Primarily at Fort Eisenhower, Georgia. Travel for training development, conferences, and Mobile Training Teams (MTTs) is required, potentially up to 20% of the time, including CONUS and OCONUS locations (e.g., Hawaii). Most work requires on-site presence due to Top Secret material.
  • Security Requirements: Contractor personnel must possess a Top-Secret Security Clearance with SCI eligibility at the time of proposal submission and maintain it throughout the contract. Access to National Intelligence Information, SCI, and CUI is required.
  • Personnel Qualifications: Specific qualifications are detailed for Project Lead and Instructor/Writer roles, including experience in targeting processes and relevant certifications (e.g., CEAC-certified instructor, DIA accredited courses). Instructor/Writers are considered key personnel.
  • Incumbent: The previous contract was W9124923C0015 with CYNWAVE Solutions, LLC, but the requirement was paused. This is a follow-on.

Evaluation & Submission

  • Set-Aside: This is a Service-Disabled Veteran-Owned Small Business (SDVOSB) Set-Aside. A small business subcontracting plan is required.
  • Basis for Award: Best value source selection using a Lowest Priced Technically Acceptable (LPTA) approach, in accordance with FAR Part 15.3. No trade-offs between cost/price and non-cost/price factors are permitted.
  • Evaluation Factors:
    1. Technical Capability: Rated Acceptable/Unacceptable, comprising Technical Ability and Staffing, Recruitment, Retention, and Management Approach.
    2. Past Performance: Rated Acceptable/Unacceptable, assessing recency (within 3 years) and relevancy (similar nature, size, complexity) of 3-5 past efforts. Consent letters from subcontractors are required.
    3. Price: Evaluated for reasonableness, completeness, and balance; not scored or rated. Total compensation plans for professional employees will be evaluated.
  • Proposal Submission: Proposals must be submitted electronically via email by March 13, 2026, at 12:00 PM EST. They must be valid for 180 days and organized into four volumes: General, Technical, Past Performance, and Price.
  • Inquiries: Questions were due by March 5, 2026, 02:00 PM EST. No site visit will be held.

People

Points of Contact

Cedric EllisPRIMARY
Shecoriya ByrdSECONDARY

Files

Files

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

Versions

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