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, MICC-FT Gordon, is soliciting proposals for a 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 Cyber Center of Excellence (CCoE), Fort Gordon, Georgia. This acquisition is a Women-Owned Small Business (WOSB) Program Set-Aside. Proposals are due by February 4, 2026, at 7:00 PM EST.
Scope of Work
The contractor will deliver instruction for up to 3,250 students annually, encompassing Active Components (AC), U.S. Army National Guard (ARNG), and U.S. Army Reserve Components (RC). Courses include Network Communications System Specialist (25H10, 25H10Y2), Network Communications System Supervisor (ALC) (25H30), Network Communications System Manager SLC (25H40), Network Management Technician 255N Warrant Officer Basic Course (WOBC/RC), and Signal Basic Officer Leaders Course (BOLC). Key performance standards include achieving an 80% course pass rate and a 70% "SATISFACTORY" rating from End of Course Critiques (EOCCs).
Contract & Timeline
- Contract Type: Firm Fixed-Price (FFP)
- Set-Aside: Women-Owned Small Business (WOSB)
- 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.
- Proposal Due: February 4, 2026, 7:00 PM EST.
- Published Date: January 28, 2026 (latest update).
Evaluation & Submission
Award will be made to the Lowest Priced Technically Acceptable (LPTA) offeror, with no trade-offs between cost/price and non-cost/price factors. The government intends to award without discussions. Proposals must be submitted electronically via email to the Contracting Officer (Tia Harris) and Contract Specialist (Joseph Guss). Proposals must be organized into four volumes:
- Volume I (General): SF 1449, amendments acknowledgment, representations, certifications.
- Volume II (Technical Experience): Demonstrate understanding of PWS, technical ability, staffing/management approach.
- Volume III (Past Performance): Information on recent (within 3 years) and relevant performance from 3-5 government contracts. CPARS are not accepted as a substitute for PPQ. Subcontractor past performance will be considered.
- Volume IV (Price): Includes revised pricing worksheets (Attachment 4), employee total compensation plans (Attachment 5), and a price narrative. Subcontractors should send pricing directly to the Contract Specialist and Contracting Officer.
Key Requirements / Clarifications
Contractor personnel must possess a SECRET security clearance (interim clearances are acceptable). No personnel are considered "key personnel" for this requirement. An initial Quality Control Plan (QCP) must be submitted with the proposal, with the final QCP due within 30 days of award. Specific formatting requirements for proposals (e.g., font size 11, 9-12 for illustrations) have been clarified. The deadline for inquiries was January 20, 2026.