Safety, Health, and Environmental and Emergency Management Training
ID: N0018925Q0091Type: Combined Synopsis/Solicitation
Overview

Buyer

DEPT OF DEFENSEDEPT OF THE NAVYNAVSUP FLT LOG CTR NORFOLKNORFOLK, VA, 23511-3392, USA

NAICS

Professional and Management Development Training (611430)

PSC

EDUCATION/TRAINING- OTHER (U099)

Set Aside

Service-Disabled Veteran-Owned Small Business (SDVOSB) Set-Aside (FAR 19.14) (SDVOSBC)
Timeline
    Description

    The Department of Defense, specifically the Naval Supply Systems Command (NAVSUP) Fleet Logistics Center Norfolk, is seeking qualified vendors to provide Safety, Health, and Environmental Emergency Management Training. This procurement aims to deliver up to ten training courses annually over a five-year period, focusing on federal regulations and National Fire Protection Association standards, with training potentially occurring at various locations including Norfolk, San Diego, and Pearl Harbor. The initiative is crucial for enhancing safety skills and knowledge among personnel, ensuring compliance with safety protocols and operational readiness. Proposals for this firm fixed-price contract are due by February 25, 2025, with training expected to commence on June 6, 2025. Interested vendors should contact Alexandria McCune at alexandria.e.mccune.civ@us.navy.mil or Christopher Whiteside at christopher.d.whiteside2.civ@us.navy.mil for further details.

    Files
    Title
    Posted
    The Past Performance Information Form is a structured document used in federal Requests for Proposals (RFPs) to gather essential data regarding an offeror's previous contract performance. Key components include the name and identifier of the offeror, contract details, customer information, and a description of the work performed. It requires the total dollar value of the contract broken down by year, the duration of performance, and the number of full-time equivalent personnel involved. Additionally, the form must outline the scope and magnitude of the work, demonstrating its relevance to the current solicitation. Information regarding subcontractors, including their roles and financial contributions, is also necessary. This form is vital for assessing the qualifications and past performance of potential contractors in the context of federal grants and state/local RFPs, ensuring that only capable entities are selected for government projects.
    The document is a Past Performance Report Form intended for evaluation of contractors by the U.S. Naval Supply System (NAVSUP) Fleet Logistics Center Norfolk (FLCN). It requires companies to provide detailed information about their past performance on contracts, including the ability to recruit and retain skilled personnel, meet contract requirements, maintain customer satisfaction, and manage timelines effectively. Key areas of evaluation include quality of service, responsiveness to issues, and cost control. Contractors are prompted to assess their recent contracts regarding personnel recruitment, retention, customer satisfaction, and troubleshooting effectiveness, along with details on any costs changes or problems encountered. Additional observations about the contractor's strengths, weaknesses, and prior relevant work are also solicited. The completion of this report is required by a specified due date and must be returned to a specific FLCN official, not the originating contractor. This report is vital for informing the government’s decisions on future contract awards and ensuring compliance with procurement regulations.
    This government document outlines a Request for Proposals (RFP) for Fire Protection and Life Safety Courses spanning multiple ordering periods from June 2025 to December 2030. It details the units and quantities for the services, which include the courses and associated travel, though unit prices and total amounts are not specified. The structure breaks down scheduled deliveries into five ordering periods, with a final ordering period that allows for additional service requests as needed. Each period consists of a consistent requirement for 10 training sessions and 1 travel arrangement. The contract is aimed at ensuring a continuous supply of training services, reflecting a commitment to ongoing fire safety education over a five-year time frame. The reference to the FAR clause indicates adherence to federal acquisition regulations, reinforcing the formal process underlying this procurement initiative.
    The Quality Assurance Surveillance Plan (QASP) outlines the government's strategy to ensure the effective administration of the Performance Based Service Contract (PBSC) for Fire Protection and Life Safety Training. Its primary purpose is to guarantee that the contractor meets performance standards and that the government receives quality services, thus safeguarding taxpayer interests. The QASP establishes roles for the Contracting Officer and the Contracting Officer's Representative (COR) in maintaining oversight and accountability. The plan details various methods of quality assurance surveillance, including customer feedback, periodic audits, and routine inspections. Specific items for monitoring include attendance sheets, course completion reports, student critiques, instructor qualifications, and timely submission of invoices. Clear performance standards are set for accuracy and timeliness with specified maximum error rates of 0% for critical deliverables, emphasizing the need for prompt and accurate reporting. This comprehensive approach ensures that all aspects of the training service are evaluated, documented, and aligned with contract expectations, thus promoting accountability and continuous improvement within the contracting process.
    The document outlines the Quality Assurance Surveillance Plan (QASP) for a fire protection and life safety training contract. It specifies key deliverables or services, measurement metrics, performance standards, maximum allowable error rates, and methods of surveillance. For instance, course completion reports must be submitted accurately and timely within 30 days post-course, with a zero tolerance for delays. Student critiques aim for participation from at least 95% of attendees, and contractor personnel turnover must not exceed 20%. Regular audits require corrections within a set timeframe. Invoices must be submitted within five working days after travel, maintaining accuracy and completeness. Compliance with FAR 52.222-50 regarding trafficking and related issues is mandatory. The QASP emphasizes routine inspections and documentation to monitor contractor performance, highlighting procedures to address failures in meeting performance standards. This structured approach aims to ensure high-quality training services consistent with federal and local requirements and robust oversight mechanisms.
    The Navy's Fire Protection and Life Safety Course (CIN A-493-0075) facilitates training for safety personnel, focusing on federal regulations and National Fire Protection Association standards. Over the contract's five-year term, approximately ten courses may be offered annually across various U.S. and overseas locations, depending on funding and demand. The training curriculum includes key topics such as the Life Safety Code, firefighting agents, fire protection systems, and emergency planning. The contractor is responsible for providing qualified instructors, course materials, and managing the overall training program, including student evaluation and remediation of academic issues. Contractors must adhere to safety and security protocols and ensure a conducive learning environment while also maintaining high instructional standards and accountability. The course's success hinges on participant engagement, with an expectation that student critiques inform continuous improvement of training delivery. Compliance with the course structure and requirements is a core expectation, as the Navy aims to enhance safety skills and knowledge for its personnel. This initiative not only promotes operational safety but also aligns with broader governmental standards for training and environmental safety protocols.
    The NAVSUP Fleet Logistics Center in Norfolk, VA, is seeking qualified vendors for a firm fixed-price contract to provide safety, health, and environmental emergency management training for the Naval Safety and Environmental Training Center. Proposals for this solicitation, N0018925Q0091, will be accepted until February 25, 2025, with training anticipated to commence on June 6, 2025. Vendors should prepare to offer up to ten courses each year, with potential fluctuations in quantity based on demand and funding. Training may occur at various locations, including Norfolk, San Diego, Pearl Harbor, and overseas sites. Vendors must submit a capability statement and comply with federal registration requirements. The contract includes a five-year period, with an option for extension, evaluated based on technical merit, past performance, and pricing. Proposals should detail the vendor's training approach, including qualifications and contingency plans for instructor availability. Evaluation will prioritize technical and past performance criteria over cost. Vendors are instructed to provide comprehensive and compliant submissions, adhering to specific logistical and content requirements. A thorough understanding of the solicitation's terms is critical for consideration in the award process.
    Lifecycle
    Title
    Type
    Combined Synopsis/Solicitation
    Similar Opportunities
    U--Machinery and Machine Guarding Safety Courses
    Buyer not available
    Presolicitation DEPT OF DEFENSE DEPT OF THE NAVY is seeking curriculum development and instructor services for Machinery and Machine Guarding Safety courses in various locations, including overseas, in support of Naval Safety and Environmental Training Center, Norfolk, VA (NAVSAFENVTRACEN). The contract will be a single award, Firm Fixed-Price (FFP) Indefinite Delivery/Indefinite Quantity (IDIQ) contract. The North American Industry Classification System code for this acquisition is 611519 - Other Technical and Trade Schools. The contract will have a twelve (12) month base period and four (4) twelve month option periods. The solicitation will be available for download on or about 17 March 2016 at https://www.neco.navy.mil or www.fbo.gov. The contract will be evaluated using a 100% Small Business Set-Aside. Contractors must be registered in the System for Award Management (SAM) Registration database prior to invoicing.
    NICET Training
    Buyer not available
    The Department of Defense, specifically the Department of the Navy through NAVFACSYSCOM MID-ATLANTIC, is seeking proposals for NICET Training services under a total small business set-aside. The objective of this procurement is to provide professional and management development training that aligns with the National Institute for Certification in Engineering Technologies (NICET) standards, which is crucial for enhancing the technical skills and certifications of personnel involved in engineering and construction projects. Interested vendors should note that the primary contact for this opportunity is Sheena Lassiter, who can be reached at sheena.lassiter@navy.mil or by phone at 757-341-0905. Further details regarding the submission process and deadlines will be provided in the solicitation documents.
    U--DMSS-N training for NAVIFOR
    Buyer not available
    Presolicitation notice from the Department of Defense, Department of the Navy, NAVSUP Fleet Logistics Center Norfolk, for DMSS-N training for Naval Information Forces (NAVIFOR). The training is intended to be conducted under a Firm Fixed Price contract using the procedures of FAR part 13. The requirement is brand-specific and will be solicited with Other Than Full and Open Competition. The resulting contract will be for a one-year period, starting on September 20, 2019, and ending on September 19, 2020. The NAICS code for this acquisition is 611420 with a size standard of $12 million. The complete RFP package will be available for download on or about September 5, 2019, on the NECO Website. Contractors must be registered in the System for Award Management (SAM) database to be eligible for award. For more information, contact the POC identified in the synopsis.
    NAWCAD HCMG CDD Leadership & Supervisory Training
    Buyer not available
    The Department of Defense, through the Naval Air Warfare Center Aircraft Division (NAWCAD), is seeking qualified vendors to provide leadership and supervisory training focused on cultivating an outward mindset among its personnel. The initiative aims to enhance collaboration, trust, and psychological safety within the organization, ultimately fostering a performance-oriented culture among 957 executive leaders and supervisors. This training will be delivered over a five-year period, beginning in May 2025, under a Blanket Purchase Agreement, with the selected contractor responsible for curriculum development and training delivery at various NAWCAD locations. Interested vendors must submit their capability statements electronically by March 7, 2025, to Rosalyn A. Dickerson at rosalyn.a.dickerson.civ@us.navy.mil or Ashley Wingfield at ashley.m.wingfield2.civ@us.navy.mil.
    Human Performance Training for USS RUSSELL
    Buyer not available
    The Department of Defense, specifically the Department of the Navy, is seeking qualified contractors to provide Human Performance Training for the USS RUSSELL, scheduled from March 18 to March 20, 2025, at Naval Base San Diego, California. The objective of this procurement is to enhance crew readiness and morale by integrating Human Performance Specialists trained in the EAT SWEAT THRIVE® methodology into tactical and shipboard organizations, delivering tailored education and training to optimize mental and physical performance. This initiative underscores the federal government's commitment to improving the health, wellness, and performance of its tactical personnel, ensuring compliance with all applicable laws and safety standards. Interested parties can contact Leliza G. Sarino at leliza.g.sarino2.civ@us.navy.mil or by phone at 619-556-7742 for further information.
    U--BASIC TRAINING REVALIDATION, ADVANCED FIREFIGHTING REVALIDATION, RADAR RENEWAL
    Buyer not available
    Presolicitation DEPT OF DEFENSE DEPT OF THE NAVY is seeking BASIC TRAINING REVALIDATION, ADVANCED FIREFIGHTING REVALIDATION, and RADAR RENEWAL services. These services are typically used for safety training at NAVAL BASE KITSAP BANGOR - SWFPAC. The procurement will be a Small Business Set-Aside using commercial, simplified acquisition procedures. The anticipated posting date of the solicitation is on or about 10-Jan-2019 with a closing on 22-Jan-2019. Prospective offerors should register on the NECO website for updates. Contact Julio Hernandez at 360-476-4832 or julio.a.hernandez@navy.mil for more information.
    U--Anti-terrorism/Navy Security Force Instructor - East Region
    Buyer not available
    Special Notice DEPT OF DEFENSE DEPT OF THE NAVY: The NAVSUP Fleet Logistics Center (FLC) Norfolk is holding an Industry Day to gather market research for the acquisition of Instructor support services for the Center for Security Forces (CENSECFOR). The services will involve delivering Anti-terrorism/Navy Security Forces (ANTSF) training courses to Navy personnel, Government civilians, and contractors in the East Region. The Instructors will be responsible for presenting course curriculums, grading student performance, providing remediation assistance, adhering to safety protocols, and providing logistical support. The Industry Day will provide information on program requirements, acquisition strategy, competition timeline, and networking opportunities. The conference will be held in the Norfolk/Virginia Beach region in Virginia on June 21, 2017. Registration is required by June 14, 2017.
    U--Anti-terrorism/Navy Security Force Instructor -West Region
    Buyer not available
    Special Notice DEPT OF DEFENSE DEPT OF THE NAVY: The NAVSUP Fleet Logistics Center (FLC) Norfolk is holding an Industry Day to gather market research for the acquisition of Instructor support services for the Center for Security Forces (CENSECFOR). The services are required to deliver Anti-terrorism/Navy Security Forces (ANTSF) training courses to Navy personnel, Government civilians, and contractors in the West Region, including San Diego, California, Bangor, Washington, Pearl Harbor, Hawaii, and Yokosuka, Japan. The Instructors will be responsible for presenting course curriculums, grading student performance, providing remediation assistance, adhering to safety protocols, providing logistical support, and acting as security during transportation of weapons and ammunition. The Industry Day will provide information on program requirements, acquisition strategy, competition timeline, and networking opportunities. Registration for the conference must be sent by June 14, 2017, and the conference will be held on June 21, 2017, in the Norfolk/Virginia Beach region in Virginia.
    U--APPLIED PHYSICS HEALTH TRAINING
    Buyer not available
    Presolicitation DEPT OF DEFENSE DEPT OF THE NAVY is seeking APPLIED HEALTH PHYSICS TRAINING. This training is typically used to provide education and training in the field of applied health physics. The acquisition will be negotiated on a FULL AND OPEN basis, and interested parties can submit proposals prior to the offer due date. The solicitation is expected to be posted on the NECO website on or about 7 AUGUST 2017, with proposals due by 29 AUGUST 2016. A Firm-Fixed Price, Service type contract will be awarded. All responsible sources may submit a proposal. Prospective offerors are responsible for downloading the solicitation from the NECO website. No telephone or fax requests will be accepted. Emailed completed solicitations are acceptable.
    Notice of Intent to Award a Sole Source to Franklin Covey
    Buyer not available
    The Department of Defense, specifically the Naval Supply Systems Command San Diego, intends to award a sole-source contract to Franklin Covey Client Sales Inc. for Leadership and Management Training under the CESOS program. This procurement aims to enhance professional and management development training, which is critical for improving leadership capabilities within the Navy. The contract will be a Firm-Fixed Price agreement, and interested parties are invited to submit capability statements within three calendar days of this notice, with a deadline of March 3, 2025, by 10:00 PM PST. For further inquiries, interested vendors can contact Janet Nunez at 619-556-5199 or via email at janet.nunez@navy.mil.