Add Bids
Search By Category/Country/Location by state
Bid Entry Form
Project/Contract Name:
City:
Location by state:
Select Country/Location by state
Alabama
Alaska
American Samoa
Arizona
Arkansas
Baker Island
California
Colorado
Connecticut
Delaware
District of Columbia
Florida
Georgia
Guam
Hawaii
Howland Island
Idaho
Illinois
Indiana
Iowa
Jarvis Island
Johnston Atoll
Kansas
Kentucky
Kingman Reef
Louisiana
Maine
Maryland
Massachusetts
Michigan
Midway Atoll
Minnesota
Mississippi
Missouri
Montana
Navassa Island
Nebraska
Nevada
New Hampshire
New Jersey
New Mexico
New York
North Carolina
North Dakota
Northern Mariana Islands
Ohio
Oklahoma
Oregon
Palmyra Atoll
Pennsylvania
Puerto Rico
Rhode Island
South Carolina
South Dakota
Tennessee
Texas
United States Minor Outlying Islands
United States Virgin Islands
Utah
Venezuela
Vermont
Vietnam
Virginia
Wake Island
Washington
West Virginia
Wisconsin
Wyoming
Yemen
Category:
Select Category
Accounting/Audit/Administration
Business Consulting
Construction
Educational Services
Engineering
Food Catering Services
Healthcare/Medical Supplies
Janitorial
Landscaping
Legal
Logistics
Professional Services
Real Estate
Transportation Services
Tree Removing Service
Agency Contact Information:
Phone Number:
Bid/Proposal Due Date:
Bid Close Date:
Bid Walkthrough Date:
Estimate:
Term:
Classifications:
Description:
The contractor shall provide all personnel, equipment, supplies, transportation, tools, materials, and any other items or non-personal services necessary to perform SOFACC instruction as defined in this Performance Work Statement, except for those items specified as government furnished property and services. The contractor shall perform to the standards in this contract. Please see attached PWS for specific tasks associated with this requirement. Period of Performance: 23 MARCH 2026 - 22 MARCH 2027 with 4 Option Periods Key Requirements Include: Phase 1 Distance Learning (DL): The contractor shall provide computer-based distance learning instruction to students in NREMT-B, PHTLS and AMLS which will satisfy required didactic hours and prepare them for the rigorous classroom instruction and national testing IAW PWS Section 1.4.2. Phase 2 Residence: This phase will be conducted on-site at Government provided facilities on Fort Bragg, NC. The Contractor provides POI’s to satisfy requirements for NREMT-B. AMLS, PHTLS and TCCC tier III. This training will include battlefield, disease and non-battle injury (DNBI) -centric medical scenarios requiring students to demonstrate competency in the treatment modalities consistent with the scopes of practice for a SOFAMT IAW PWS Section 1.4.3. CULEX: This Contract Line Item Number (CLIN) will be utilized if the 1st SFC (A) GX SOFACC cadre led Culmination Exercise (CULEX) is unable to occur, providing SOFACC students with the opportunity to apply their skills in a simulated Irregular Warfare (IW) environment. If selected, this CLIN is to be finalized at least one quarter (three months) prior to training. The contractor will be prepared to plan, coordinate, manage and execute a CULEX without government assistance.1st SFC (A), GX, SOFACC Cadre will work with the contractor to plan, develop and execute the CLIN IAW PWS Section 1.4.4. Refresher Distance Learning (DL): This Contract Line-Item Number (CLIN) will provide a one-week NREMT-B DL refresher course. This refresher course will occur up to five times per fiscal year. Each refresher course will facilitate up to 20 DL students in a virtual classroom format, supported by at least four hours of live instruction, answering questions and classroom facilitation by a qualified instructor. This refresher course can run in conjunction with or independent of the SOFACC course IAW PWS Section 1.4.5. This Request for Quote (RFQ) is being issued using Simplified Acquisition Procedures under the authority of Federal Acquisition Regulation (FAR) Part 13. This requirement will be awarded as a firm-fixed-price (FFP) IDIQ type contract. This requirement is set aside 100% for small business. The award will be made to the responsible offeror whose quote represents the best value to the government. This will be a Best Value decision considering the following factors, listed in descending order of importance: Factor 1: Technical Acceptability Factor 2: Price Factor 3: Past Performance The Government reserves the right to award to a higher-priced offeror if it is determined that the technical superiority of their quote warrants the additional cost. Instructions for Interested Parties: *Please see attached PWS for specific tasks associated with this requirement.* All questions regarding this solicitation must be submitted in writing to the Points of Contact. The deadline for receipt of questions is March 10, 2026 at 4:00 PM EST. Responses to questions and a Solicitation amendment will be post by March 12, 2026 at 3:00 PM EST. Please use attached Questions and Answers format for requesting information regarding this solicitation. Questions not submitted using the provided form will not be answered. POCs: SSG Smith, Saisha at Saisha.a.smith.mil@socom.mil SSG Tinoco, Ramneek at ramneek.s.tinoco.mil@socom.mil SFC Modlin, Jeffery at jeffery.s.modlin.mil@socom.mil CPT Wisniewski, Dereck at dereck.c.wisniewski.mil@socom.mil
Submit Bid