U.S. Army Continuing Education System (ACES) Centralized Education Support Services
Overview
Buyer
Place of Performance
NAICS
PSC
Set Aside
Original Source
Timeline
Qualification Details
Fit reasons
- NAICS alignment with historical contract wins in similar service areas.
- Scope strongly matches core technical capabilities and delivery model.
Risks
- Past performance thresholds may require one additional teaming partner.
- Potential clarification needed on staffing minimums before bid/no-bid.
Next steps
Validate eligibility requirements, assign capture owner, and schedule partner outreach to confirm teaming strategy before submission planning.
Quick Summary
The U.S. Army Installation Management Command (IMCOM) is conducting a Sources Sought to identify qualified small businesses for Centralized Education Support Services for the U.S. Army Continuing Education System (ACES). This market research aims to determine if the requirement can be set aside for small businesses. The services involve supporting adult education programs at over 70 CONUS and OCONUS Army locations. Responses are due April 14, 2026.
Purpose & Scope
This Sources Sought notice is for information and planning purposes only and does not constitute a solicitation. The government seeks to procure United States Army Continuing Education Program Support Services, as detailed in the attached DRAFT Performance Work Statement (PWS) and DRAFT Technical Exhibit 1 (CME Workload Spreadsheet). The objective is to assist Government professionals in delivering adult education programs, promoting lifelong learning for Soldiers and eligible personnel. Services include counseling, credentialing, testing, instruction, technological/automation services, and administration support across numerous Army installations in the U.S., Japan, and Korea. The CME Workload document provides detailed estimates of staffing needs and hours for various support functions at these locations.
Contract Details & Set-Aside
The anticipated NAICS code is 611710, Educational Support Services, with a size standard of $24M. The government desires to set aside this requirement for small businesses, contingent on receiving sufficient responses (two or more qualified small businesses). The current contract (W9124J-21-C-0019) is held by Indtai, Inc., valued at over $123M, and runs until January 2027. The new contract is expected to include a 12-month base period (with phase-in) and four 12-month option periods.
Submission Requirements & Evaluation
Interested small businesses are encouraged to submit responses detailing their capabilities. Submissions should include firm information, intent to compete, subcontracting plans, relevant experience, pricing information, and recommendations for structuring the requirement to facilitate competition. Vendors should also provide recommendations for improving the DRAFT PWS/PRS and address specific questions regarding financial stability, personnel recruiting/retention, global staffing, OCONUS operations (including SOFA expertise), quality control, and technical/virtual service delivery. Responses are limited to 10 pages (single-spaced, 12-point font) and must be submitted via email.
Deadlines & Contacts
- Questions Due: April 1, 2026, by 12:00 p.m. CDT.
- Submissions Due: April 14, 2026, by 12:00 p.m. CDT.
- Points of Contact: Ms. Tanisha Bush (tanisha.a.bush.civ@army.mil) and Ms. Angelic Hatcher (angelic.m.hatcher.civ@army.mil).