THIS IS A SOURCES SOUGHT NOTICE ONLY.
The U.S. Government desires to procure training instruction to the US Army Cyber School, Cyber Center of Excellence (CCoE), Fort Gordon, Georgia. This effort will support training students for the Army’s Advanced Cyber Operations-Academics (ACO-A) functional course, 170A Cyber Warfare Technician WOIC (170A WOIC) and 170A Cyber Warfare Technician WOAC (Follow-On) (170A WOAC) courses, US Army Cyber School, Cyber Center of Excellence (CCoE), Fort Gordon, Georgia. This effort will support training for the Army’s new Cyber Branch. Your responses to the information requested will assist the Government in determining the appropriate acquisition method, including whether a set-aside is possible. We encourage all small business concerns, in all socioeconomic categories (including, 8(a) Business Development Program, Small Disadvantage Business, Historically Underutilized Business Zone, Service-Disabled Veteran-Owned, Women-Owned Small Business concerns), to identify their capabilities in meeting the requirement at a fair market price.
Telephone inquiries will not be accepted or acknowledged, and no feedback or evaluations will be provided to companies regarding submissions.
This notice is issued solely for information and planning purposes – it does not constitute a Request for Quote (RFQ)/Invitation for Bid (IFB)/Request for Proposal (RFP) or a promise to issue an RFQ, IFB or RFP in the future. This notice does not commit the U.S. Government to contract for any supply or service. Further, the U.S. Government is not seeking quotes, bids or proposals at this time and will not accept unsolicited proposals in response to this sources sought notice. The U.S. Government will not pay for any information or administrative costs incurred in response to this notice. Submittals will not be returned to the responder. Not responding to this notice does not preclude participation in any future RFQ or IFB or RFP, if any is issued. If a solicitation is released, it will be synopsized on the Government wide Point of Entry. It is the responsibility of potential offerors to monitor the Government wide Point of Entry for additional information pertaining to this requirement. The anticipated NAICS code is: 611420 – Computer Training, Size Standard $16.0 M dollars.
The intent of this notice is to determine the availability of qualified commercial sources technically capable of providing the Advanced Cyber Operations Course-Academics (AOC-A) course initiative in accordance with the Statement of Work attached in this notice. The contractor shall provide all personnel, equipment, supplies, facilities, transportation, tools, materials, supervision, and other items and non-personal services necessary to perform this requirement in accordance with the salient characteristics provided.
In response to this source sought, including any capability statement, shall be electronically submitted no later than 1000 EST, Thursday, 15 January 2026, to the Contract Specialist/ Officer, Nina Rachal/ Ashley Scott, in either Microsoft Word or Portable Document Format (PDF), via email nina.m.rachal.civ@army.mil / ashley.t.scott3.civ@army.mil please provide:
1. Name of the firm, point of contact, phone number, email address, UEI number, CAGE code, a statement regarding small business status (including small business type(s)/certifications(s) such as SDB, 8(a), HUBZone, SDVOSB, WOSB, etc.) and the corresponding NAICS code. If the company has a GSA Schedule provide the schedule number.
2. Identify whether your firm is interested in competing for this requirement as a prime contractor or not. Identify subcontracting, joint ventures or teaming arrangement that will be pursued, if any.
3. Identify what percentage of work will be performed by the prime contractor and all similarly situated entity subcontractors.
4. Identify type(s)/certifications(s) such as SDB, 8(a), HUBZone, SDVOSB, WOSB, etc.) of the proposed subcontractors.
5. Information in sufficient detail regarding previous experience (indicate whether as a prime contractor or subcontractor) on similar requirements (include size, scope, complexity, timeframe, government or commercial), pertinent certifications, etc., that will facilitate making a capability determination.
6. Identify how the Army can best structure these contract requirements to facilitate competition by and among small business concerns.
7. Recommendations to improve the approach/specifications/draft PWS/PRS to acquiring the identified items/services.
8. Identify any condition or action that may be having the effect of unnecessarily restricting competition with respect to this acquisition. Please contact the MICC Small Business Advocate for Competition, Scott Kukes, at scott.d.kukes.civ@army.mil or 210-466-2269, if you believe that this action is unreasonably restricting competition. Include the subject of the acquisition, this announcement, and the MICC POC information from the sam.gov notice. Provide the specific aspects that unreasonably restrict competition and the rationale for such conclusion.