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 U.S. Army Cyber Center of Excellence (CCoE), Fort Gordon, Georgia. This Women-Owned Small Business (WOSB) Program Set-Aside opportunity seeks non-personal services to train Officers, Warrant Officers, and Enlisted Soldiers. Proposals are due by February 9, 2026, at 11:00 AM EST.
Scope of Work
The contractor will provide instruction for approximately 3,250 students annually across five courses: Network Communications System Specialist (25H10), Network Communications System Supervisor (25H30), Network Management Technician 255N Warrant Officer Basic Course (WOBC) (for Active Components, National Guard, and Reserve), and Signal Basic Officer Leaders Course (BOLC). Services include platform instruction, student assessment, training resource maintenance, and exercise administration, all conducted up to a SECRET clearance level. Instructors must possess specific TRADOC certifications and relevant experience.
Contract Details
- Contract Type: Firm Fixed Price
- Period of Performance: One (1) Base Year (March 1, 2026 - February 29, 2027) plus two (2) 12-month option years, for a total potential duration of 36 months.
- Place of Performance: Primarily Brant Hall, Building 25810, Fort Gordon, GA, with potential for other locations on Fort Gordon.
- 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: Contractor must possess a SECRET facility clearance, and all personnel must hold a SECRET security clearance.
Evaluation & Submission
Award will be made using a Lowest Priced Technically Acceptable (LPTA) source selection process. Proposals will be evaluated on three factors: Technical Capability (rated Acceptable/Unacceptable based on Technical Ability, Management Approach & Staffing), Past Performance (rated Acceptable/Unacceptable based on recency and relevancy within 3 years), and Price (evaluated for reasonableness, completeness, and balance). The government intends to award without discussions. Proposals must be organized into four volumes: General, Technical Experience, Past Performance, and Price. An initial Quality Control Plan (QCP) must be submitted with the proposal, with the final QCP due within 30 days of award.
Key Updates & Amendments
- Amendment 3 (February 6, 2026): Extended the proposal due date to February 9, 2026, at 11:00 AM EST and updated the Performance Work Statement (PWS) by removing POI numbers, modules, and ICHs.
- Amendment 2 (February 2, 2026): Provided class schedules for FY26-FY28.
- Consolidated Q&A (January 28, 2026): Confirmed the LPTA evaluation method and clarified various submission requirements, including font sizes and subcontractor past performance.