Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF AUGUST 29, 2025 SAM #8677
SOLICITATION NOTICE

U -- Radiology Specialist Gen Education Instruction

Notice Date
8/27/2025 2:56:04 PM
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
611710 — Educational Support Services
 
Contracting Office
W6QM MICC-FDO FT SAM HOUSTON FORT SAM HOUSTON TX 78234-1361 USA
 
ZIP Code
78234-1361
 
Solicitation Number
W9124J-25-Q-RSGE
 
Response Due
9/12/2025 10:00:00 AM
 
Archive Date
09/27/2025
 
Point of Contact
Tanisha Bush, Angelic M. Hatcher
 
E-Mail Address
tanisha.a.bush.civ@army.mil, angelic.m.hatcher.civ@mail.mil
(tanisha.a.bush.civ@army.mil, angelic.m.hatcher.civ@mail.mil)
 
Small Business Set-Aside
NONE No Set aside used
 
Description
Combined Synopsis/Solicitation U.S. Army Medical Center of Excellence Radiology Specialists Gen Education Instruction W9124J-25-Q-RSGE 1. This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in FAR 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; proposals are being requested, and a written solicitation will not be issued. 2. The combined synopsis/solicitation number is W9124J-25-Q-RSGE. This solicitation is issued as a Request for Quote (RFQ). 3. The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2025-05, effective 07 August 2025. Please reference https://www.acquisition.gov/ for clauses and provisions incorporated by reference. 4. This requirement will be solicited utilizing full and open competition and will be fulfilled in accordance with FAR Parts 12 and 13. The North American Industry Classification System (NAICS) code is 611710 (Educational Support Services). 5. A list of contract line-item numbers and items are included in CLIN Schedule (See Attachment 02). a. NOTICE TO OFFERORS: Offerors shall complete the CLIN Schedule and the Pricing Breakdown (Attachment 02) herein of the Combined Synopsis/Solicitation. b. Offerors shall include unit prices and extensions for all CLINs. Unit prices shall be displayed with no more than two (2) decimal places. c. Offerors shall include Unique Entity ID, CAGE, and Federal Tax Identification numbers. In addition, Offeror�s shall include email addresses and phone number for point of contact. 6. The Contractor shall provide all personnel, equipment, supplies, facilities, transportation, tools, materials, supervision, and non-personal services necessary to perform the instruction required as defined in this Performance Work Statement (PWS) detailed in the Performance Work Statement (See Attachment 01). Special Contract Instructions are as follows: The instruction must be provided by an accredited institution for 12 cohorts per year monthly. Approximately 3.5 weeks of each month will be dedicated to providing the instruction needed for the six (6) credit hours. Twice per year there will be an overlap where 2 cohorts will overlap for approximately one (1) week. Contract Type: Firm Fixed Price (FFP). Each cohort will contain between 10-20 Army students. These students will need to be enrolled into the university/college within three (3) business days of arrival to Joint Base San Antonio � Fort Sam Houston (JBSA FSH). This shall be accomplished prior to the start of the Gen Ed classes. Instruction may be provided 100% in person or in a blended learning environment. However, no more than 60% of the instructions may be provided remotely/online. In person instruction will be conducted in a classroom on JBSA FSH between the hours of 0800 and 1530. This contract will be solely awarded and administered by the Mission and Installation Contracting Command-Fort Sam Houston. 7. Dates and place of delivery/performance and acceptance: Place of delivery/performance is detailed in PWS (See Attachment 01). Department of Defense Activity Address Codes (DoDAAC�s) are included in the Provisions and Clauses (See Attachment 03) Services will be inspected and accepted at destination by the Government. Period of Performance: The period of performance shall include a twelve (12) month Base and two (2) 12-month Option Years. The anticipated start date is on or before 29 September 2025.
 
Web Link
SAM.gov Permalink
(https://sam.gov/opp/d8b3bf9de6d648a1b9563a2f998acbd4/view)
 
Place of Performance
Address: JBSA Ft Sam Houston, TX 78234, USA
Zip Code: 78234
Country: USA
 
Record
SN07568688-F 20250829/250827230046 (samdaily.us)
 
Source
SAM.gov Link to This Notice
(may not be valid after Archive Date)

FSG Index  |  This Issue's Index  |  Today's SAM Daily Index Page |
ECGrid: EDI VAN Interconnect ECGridOS: EDI Web Services Interconnect API Government Data Publications CBDDisk Subscribers
 Privacy Policy  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.