This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in the Federal Acquisition Regulation (FAR) Subpart 12.6, as supplemented with additional information included in the notice. This announcement constitutes only solicitation. Solicitation number W9127Q25RA008 is being issued as a Request for Proposal (RFP) with OPEN MARKET PRICING. This solicitation document, incorporated provisions, and clauses are those in effect through Federal Acquisition Circular (FAC) FAC 2025-05, Effective August 7, 2025, and the Defense Federal Acquisition Regulations (DFARS) Publication Notice (DPN) dated January 17, 2025. This requirement is a small business set aside under NAICS 611699 with a size standard of $16.5M.
The MS Army National Guard and the Regional Counterdrug Training Academy (RCTA) have a requirement for Basic and Advanced interview and Interrogation course along with Detecting Danger course.
The USPFO-MS intends to issue a firm fixed price contract for a Base period and one option period for services (CLIN 0001-1003) listed below:
CLIN 0001 – Basic Interview and Interrogation Courses – QTY 14
CLIN 0002 - Advanced Interview and Interrogation Courses – QTY 2
CLIN 0003 – Detecting Danger Course – QTY 4
CLIN 1001 – Basic Interview and Interrogation Courses – QTY 14
CLIN 1002 - Advanced Interview and Interrogation Courses – QTY 2
CLIN 1003 – Detecting Danger Course – QTY 4
POP: Base Period - Sept 2025 – Sept 2026
Option Year One - Sept 2026 – Sept 2027
Exact starting POP will be determined based on award date.
Place and Performance of Services: RCTA – 219 Fuller Road, Meridian, MS 39309 and Camp Shelby, Hattiesburg, MS 39402. Remote classes are not authorized.
Basis of Award: The government intends to award a firm fixed price contract to the responsible offeror whose quote conforms to the solicitation and is considered to be the most advantageous to the Government in accordance with FAR Part 12, Acquisition of Commercial Items, Evaluation will be in accordance with FAR 13.106 and is based on Best Value to the Government in terms of (i) Technical capability of the service offered to meet the Government requirement; (i) Price; (ii) Technical . Technical shall be weighted higher than price.
To ensure a timely and equitable evaluation of proposals, offerors must comply with the instructions contained herein. Proposals must be complete, self-sufficient, and respond directly to the requirements of this RFP. Proposals shall include: (1) Price quote to include itemized description of what is included in the proposals (2) detailed specifications and product literature that sufficiently describe the service(s) being offered. (3) Date for the 1st class to be held in the month of September and date shall be noted on proposal. Note: Proposals submitted without detailed specification will not be considered acceptable and shall be removed from further consideration. Proposals are limited to 10 pages including pricing which shall be itemized and information page.
This notice does not obligate the Government to award the contract; it does not restrict the government's ultimate approach; nor does it obligate the Government to pay for any quote/proposal preparation costs. Only firm fixed price offers will be evaluated. Along with the proposal, please provide company Name with CAGE Code, TIN, UEI and company POC with contact information (email and telephone number). Prompt payment discount terms (i.e. Net 30).
SAM is a mandatory requirement for all DoD Government contracts. You must be registered and have an active status in order to be eligible for the award of a contract. To register online go to http://www.sam.gov/.
It is the contractors' responsibility to be familiar with applicable Clauses and Provisions. Clauses and provisions incorporated by reference may be accessed via https://www.acquisition.gov/. Please see attached listings of Clauses and Provisions.
The deadline for receipt of your proposal is established no later than 10:00 A.M. Central Daylight Time (CDT), Friday, September 5, 2025. Please email proposals to laurie.c.morris3.civ@army.mil and david.a.oglesby.civ@army.mil