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 is soliciting proposals for a Firm Fixed-Price contract to provide Joint Targeting Analyst (JTA) Training Solution Developer (TSD) support for the U.S. Army Cyber School, Cyber Center of Excellence (CCoE) at Fort Gordon, Georgia. This Service-Disabled Veteran-Owned Small Business (SDVOSB) Set-Aside opportunity requires developing, maintaining, and delivering comprehensive technical training materials for offensive cyberspace operations. Proposals are due March 16, 2026, at 3:00 PM EST.
Scope of Work
The contractor will provide non-personnel services focused on:
- Curriculum Development & Maintenance: Researching, compiling, and synthesizing information to create and maintain up-to-date training materials and databases for JTAs. This includes developing course-related products for 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 schedules, student rosters, and necessary support documentation.
- Coordination: Proactively coordinating with stakeholders to ensure resource availability and seamless training execution.
Contract Details
- Contract Type: Firm Fixed Price.
- Set-Aside: Service-Disabled Veteran-Owned Small Business (SDVOSB) Set-Aside (FAR 19.14).
- Period of Performance: One (1) Base Year (April 1, 2026 – March 31, 2027) and three (3) 12-month option years, extending through March 31, 2030.
- Place of Performance: Primarily at Fort Gordon, 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. 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. A TOP SECRET facility security clearance and safeguarding are also required.
- Key Personnel: Instructor/Writers are considered key personnel, requiring specific qualifications including experience in Joint Targeting processes and relevant certifications (e.g., CEAC-certified instructor).
Evaluation Factors
Award will be based on a Lowest Priced Technically Acceptable (LPTA) best value source selection, conducted under FAR Part 15.3. No trade-offs between cost/price and non-cost/price factors are permitted. Proposals will be evaluated on three factors:
- Technical Capability: Rated Acceptable/Unacceptable, comprising Technical Ability and Staffing, Recruitment, Retention, and Management Approach.
- Past Performance: Rated Acceptable/Unacceptable, assessing recency (within 3 years) and relevancy (similar nature, size, complexity) of 3-5 past efforts. Consent letters for subcontractors are required.
- Price: Evaluated for reasonableness, completeness, and balance. Not scored or rated.
Submission Requirements & Deadlines
- Questions Due: March 5, 2026, 2:00 PM EST. Submit in writing via email to the Contract Specialist or Contracting Officer.
- Proposals Due: March 16, 2026, 3:00 PM EST. Electronic submissions via email are required.
- Proposal Format: Proposals must be organized into four volumes: General, Technical, Past Performance, and Price. Specific formatting, page limits, and content requirements apply. Offerors should submit their best technical proposal and pricing initially, as the government intends to award without discussions.
- Small Business Subcontracting Plan: Required in accordance with FAR Part 19.7.
Amendments
This solicitation has undergone several amendments, including updates to the Performance Work Statement, Instructions to Offerors, and a final extension of the proposal due date to March 16, 2026. Consolidated Vendor Q&A responses have also been provided.