Search Contract Opportunities

Joint Terminal Attack Controller (JTAC) Support Services

ID: W912JB25QA017 • Type: Synopsis Solicitation • Match:  100%
Opportunity Assistant

Hello! Please let me know your questions about this opportunity. I will answer based on the available opportunity documents.

Please sign-in to link federal registration and award history to assistant. Sign in to upload a capability statement or catalogue for your company

Some suggestions:
Please summarize the work to be completed under this opportunity
Do the documents mention an incumbent contractor?
Does this contract have any security clearance requirements?
I'd like to anonymously submit a question to the procurement officer(s)
Loading

Description

(I) This is a combined synopsis/solicitation for commercial products or commercial services prepared in
accordance with the format in subpart 12.6, as supplemented with additional information included in this
notice. This announcement constitutes the only solicitation; quotes are being requested, and a
written solicitation will not be issued. Quotes will be effective for 60 days.
(II) Solicitation number: W912JB-25-Q-A017 Joint Terminal Attack Controller (JTAC) Support Services
Request for Quote (RFQ) pursuant to FAR 13.5.
(III) This solicitation incorporates provisions and clauses for commercial items in effect through Federal
Acquisition Circular 2025-05, effective 7 Aug 2025. The complete text of any of the clauses and provisions
may be accessed in full text at https://www.acquisition.gov/. Deviations at
https://www.acq.osd.mil/dpap/dars/class_deviations.html.
(IV) This solicitation is being issued as a 100% Service Disable Veteran Owned Small Business
(SDVOSB)Set-Aside. The associated NAICS Code for this acquisition is 541990 (All other professional,
scientific and technical services). The Small business Size Standard is $19.5M.
(V) Description of Service:
The contractor shall provide all personnel, equipment, transportation, tools, materials, supervision, and
quality control necessary to perform Joint Terminal Attack Controller (JTAC) Support Services, as defined
in this PWS. The contractor shall enable seamless integration of external exercises into the Northern Strike
event, and shall be responsible for the planning, training coordination of Joint Terminal Attack Controller
training events and participants in JNTC accredited Northern Strike (NS).
Quotes are due No Later Than (NLT) 1 September 2025 at 12:00 Local and in accordance with 52.212-1
ADDENDUM. Quotes shall be submitted with pricing according to each individual line item listed
below. The Government reserves the right to make an award on any item for a quantity less than the quantity
offered, at the unit prices offered, unless the offeror specifies otherwise in the offer.

(VI) Services are to be provided in accordance with the Description of Service, applicable SCA wage determination and attached documents.
(VII) The intended contract vehicle will be a Firm-Fixed price Contract. Period of Performance is one 12-month Base Year, and three 12-month Option Years. The anticipated start date is 24 Sep 2025.
(VIII) FOB point is Destination to Lansing, MI 48906. Interested parties must be registered in the System for Award Management (SAM). Information on SAM registration can be obtained at https://www.sam.gov/SAM/. Please contact SAM Customer Service at (866) 606-8220 regarding questions/problems regarding SAM registration.
(IX) The provision FAR 52.212-1, Instructions to Offerors, Commercial in its latest edition, and its addendum apply to this solicitation.
(X) Quotes will be technically evaluated for conformance with the requirements of the Performance Work Statement and all attachments. The government intends to award a contract to the lowest priced technically acceptable quote without discussions. The government, however, reserves the right to conduct discussions if deemed in the best interest of the government.
(XI) Offerors are to include a completed copies of the following provisions with their quote: (1) 52.212-3
Alt 1, Offeror Representations and Certifications Commercial Items, (2) 52.219-1, Small Business
Program Representations, (3) 52.204-26 Covered Telecommunications Equipment or Services-
Representations if one or both of the answers is/are DOES add: 52.204-24 Representations Regarding
Certain Telecommunications and video Surveillance Services or equipment. ***Only if you answered
DOES in 52.204-26**. This can be completed electronically at https://sam.gov/SAM/.
(XII) The following FAR clauses and provisions also apply to this acquisition:
The clause at 52.204-25, Prohibition on Contracting for Certain Telecommunications and Video Surveillance
Services or Equipment (Aug 2020 or later), applies to this acquisition.
The provision at 52.212-1, Instructions to Offerors - Commercial, applies to this acquisition (See attachment
for Addendum)
The provision at 52.212-2, Evaluation -- Commercial Items, applies to this acquisition (See attachment for
Addendum).
The clause at 52.212-4, Contract Terms and Conditions -- Commercial Items, applies to this acquisition.
The clause at 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders
-- Commercial Items, applies to this acquisition.
(XIII) 52.232-18 Availability of Funds. Funds are not presently available for this contract. The
Government's obligation under this contract is contingent upon the availability of appropriated funds
from which payment for contract purposes can be made. No legal liability on the part of the
Government for any payment may arise until funds are made available to the Contracting Officer for
this contract and until the Contractor receives notice of such availability, to be confirmed in writing by
the Contracting Officer.
(XIV) Written questions must be furnished to the Government no later 12:00 pm Local on 25 Aug
2025, in order to ensure a timely response is provided by the solicitation closing date. All questions are
to be submitted in writing at the time indicated in the solicitation or they may not be addressed before
solicitation closing date; therefore, contractors are advised to submit questions as soon as possible.
Please provide your company name, telephone, point of contact, e- mail address, and solicitation
number on all questions. Closing date: 1 September 2025

Background
The solicitation is issued by the government for Joint Terminal Attack Controller (JTAC) Support Services as part of a combined synopsis/solicitation for commercial products or services. The agency aims to enable seamless integration of external exercises into the Northern Strike event, which is crucial for military training and operations. This contract is set aside for 100% Service Disabled Veteran Owned Small Businesses (SDVOSB).

Work Details
The contractor shall provide all personnel, equipment, transportation, tools, materials, supervision, and quality control necessary to perform Joint Terminal Attack Controller (JTAC) Support Services. Key responsibilities include: enabling seamless integration of external exercises into the Northern Strike event; planning and coordinating training events for Joint Terminal Attack Controllers; ensuring participation in JNTC accredited Northern Strike (NS); and adhering to applicable SCA wage determinations and other attached documents. The contractor will also be responsible for quality control throughout the execution of these services.

Period of Performance
The contract will have a period of performance consisting of one 12-month Base Year followed by three 12-month Option Years. The anticipated start date for the contract is September 24, 2025.

Place of Performance
The services are to be performed at a destination in Lansing, MI 48906.

Overview

Response Deadline
Sept. 2, 2025, 12:30 p.m. EDT (original: Sept. 1, 2025, 12:30 p.m. EDT) Past Due
Posted
Aug. 19, 2025, 11:35 a.m. EDT (updated: Aug. 29, 2025, 10:37 a.m. EDT)
Set Aside
Service Disabled Veteran Owned Small Business (SDVOSBC)
Place of Performance
Lansing, MI 48906 United States
Source

Current SBA Size Standard
$19.5 Million
Pricing
Fixed Price
Evaluation Criteria
Lowest Price Technically Acceptable (LPTA)
Est. Level of Competition
Average
Est. Value Range
Experimental
<$250,000 (solicitation indicates Simplified Acquisition Procedures, which in most cases, applies to contracts expected to be less than $250K in value)
Signs of Shaping
71% of obligations for similar contracts within the Department of the Army were awarded full & open.
On 8/19/25 Michigan National Guard issued Synopsis Solicitation W912JB25QA017 for Joint Terminal Attack Controller (JTAC) Support Services due 9/2/25. The opportunity was issued with a Service Disabled Veteran Owned Small Business (SDVOSBC) set aside with NAICS 541990 (SBA Size Standard $19.5 Million) and PSC R499.
Primary Contact
Name
Kelli Kelley   Profile
Phone
(517) 481-7852

Documents

Posted documents for Synopsis Solicitation W912JB25QA017

Question & Answer

The AI Q&A Assistant has moved to the bottom right of the page

Incumbent or Similar Awards

Contracts Similar to Synopsis Solicitation W912JB25QA017

Potential Bidders and Partners

Awardees that have won contracts similar to Synopsis Solicitation W912JB25QA017

Similar Active Opportunities

Open contract opportunities similar to Synopsis Solicitation W912JB25QA017

Additional Details

Source Agency Hierarchy
DEPT OF DEFENSE > DEPT OF THE ARMY > NGB > W7NF USPFO ACTIVITY MI ARNG
FPDS Organization Code
2100-W912JB
Source Organization Code
100026342
Last Updated
Aug. 29, 2025
Last Updated By
kelli.m.kelley3.civ@army.mil
Archive Date
Sept. 17, 2025