Tactical Network Transport (TNT)
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 Tactical Network Transport (TNT) non-personal services contract. This opportunity requires providing At The Halt (ATH) and On The Move (OTM) instruction for seven courses at the U.S. Army Cyber Center of Excellence (CCoE), Fort Gordon, Georgia. This acquisition is a Women-Owned Small Business (WOSB) Program Set-Aside. Proposals are due January 28, 2026, at 3:00 PM EST.
Scope of Work
The contractor will provide instruction for up to 3,250 students annually, including Active Components, National Guard, and Army Reserve Soldiers. Key courses include Network Communications System Specialist (25H10, 25H10Y2), Network Communications System Supervisor (ALC) (25H30), Network Communications System Manager SLC (25H40), Network Management Technician (255N WOBC, 255N WOBC/RC), and Signal Basic Officer Leaders Course (BOLC). Tasks involve platform instruction, student assessment, training resource maintenance, and providing instruction up to a SECRET clearance level. Performance standards require an 80% course pass rate and 70% "SATISFACTORY" instructor ratings from End of Course Critiques.
Contract Details
- Contract Type: Firm Fixed-Price (FFP)
- Set-Aside: Women-Owned Small Business (WOSB) Program Set-Aside (FAR 19.15)
- Product Service Code: U008 (Training/Curriculum Development)
- Period of Performance: One (1) Base Year (March 1, 2026 - February 29, 2027) plus two (2) 12-month option years.
- Place of Performance: Primarily Brant Hall, Building 25810; Fort Gordon, GA.
- Security Requirements: Contractor personnel must possess a SECRET security clearance. A DD Form 254 (Contract Security Classification Specification) details these requirements.
Submission & Evaluation
Proposals must be submitted via email and are due by January 28, 2026, 3:00 PM EST. Inquiries must be submitted by January 20, 2026. No site visit will be held. The source selection will follow negotiated procedures (FAR Part 15.3) as a Lowest Priced Technically Acceptable (LPTA) best-value award, with no trade-offs between cost/price and non-cost/price factors. The government intends to award without discussions but reserves the right to hold them. Proposals require four volumes:
- General: SF 1449, representations, certifications.
- Technical Experience: Demonstrating understanding of PWS, technical ability, staffing, recruitment, retention, and management approach.
- Past Performance: Information on 3-5 recent (within 3 years) and relevant government contracts, including consent letters for subcontractors.
- Price: Completion of pricing worksheets (Attachment 4), employee total compensation plan (Attachment 5), and a Price Narrative. Evaluation factors include Technical Capability (rated Acceptable/Unacceptable), Past Performance (rated Acceptable/Unacceptable based on recency, relevancy, and quality), and Price (evaluated for reasonableness, completeness, and balance).
Key Attachments
- Attachment 4 - Pricing Worksheet.xlsx: Template for detailed cost proposals.
- Attachment 5 - Employee Total Compensation Plan Sample.xlsx: Template for employee compensation structure.
- Attachment 7 - Performance Work Statement.pdf: Details the instructional requirements and performance standards.
- Addendum 52.212-1.pdf: Provides comprehensive instructions for proposal preparation and submission.
- Addendum 52.212-2.pdf: Outlines the basis for award and evaluation criteria.
Contact Information
- Primary: Joseph Guss (joseph.e.guss2.civ@army.mil)
- Secondary: Tia Harris (tia.j.harris.civ@army.mil)