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 Tactical Network Transport (TNT) instruction services at the Cyber Center of Excellence (CCoE), Fort Gordon, Georgia. This is a Firm Fixed-Price contract set aside for Women-Owned Small Businesses (WOSB) and Economically Disadvantaged Women-Owned Small Businesses (EDWOSB). The requirement is for non-personal services to instruct seven courses for approximately 3,250 students annually. Proposals are due February 4, 2026, at 2:00 PM EST.
Scope of Work
The contractor will provide instruction for seven specific Tactical Network Transport courses, including Network Communications System Specialist (25H10), Network Communications System Supervisor (ALC) (25H30), Network Communications System Manager SLC (25H40), Network Management Technician 255N (WOBC), and Signal Basic Officer Leaders Course (BOLC). Instruction will be provided up to a SECRET clearance level, supporting approximately 3,250 students annually. Key performance standards include an 80% course pass rate and 70% "SATISFACTORY" ratings from End of Course Critiques (EOCCs). The primary place of performance is Brant Hall, Building 25810, Fort Gordon, GA.
Contract Details
- Contract Type: Firm Fixed Price
- Period of Performance: One 12-month base year (March 1, 2026 - February 28, 2027) and two 12-month option years, for a total potential duration of 42 months.
- Set-Aside: Women-Owned Small Business (WOSB) and Economically Disadvantaged Women-Owned Small Business (EDWOSB) concerns (FAR 52.219-30).
- NAICS Code: 611430 (Colleges, Universities, and Professional Schools) with a $15,000,000.00 size standard.
- Security Requirements: Contractors must possess a SECRET facility clearance, and all contractor personnel must hold a SECRET security clearance. Interim Secret Clearances are acceptable.
Submission & Evaluation
- Proposal Due Date: February 4, 2026, at 2:00 PM EST.
- Submission: Electronic submissions via email only. Proposals must be organized into four volumes: General, Technical Experience, Past Performance, and Price. Offerors must use the revised pricing worksheet (Attachment 4) and ensure subcontractor pricing is sent directly to the Contract Specialist and Contracting Officer. Digital signatures are sufficient. Company logos are permitted, but company letterhead is not to be used.
- Evaluation: This will be a Lowest Priced Technically Acceptable (LPTA) source selection per FAR 15.3. Proposals will be evaluated on Technical Capability (rated Acceptable/Unacceptable), Past Performance (rated Acceptable/Unacceptable), and Price. Technical and Past Performance, when combined, are less important than Price. The government intends to award without discussions.
- Past Performance: Recent past performance is defined as within the past three calendar years. CPARS will not be accepted as a substitute for PPQ. Past performance of subcontractors and team members will be considered.
Key Clarifications & Updates
Several addenda have been issued, including an extension of the proposal due date and answers to solicitation questions. An initial Quality Control Plan (QCP) must be delivered with the proposal, with the final QCP due within 30 days of award. No personnel are considered key. No site visit will be held. Inquiries are closed.