Combatant Craft Assault (CCA) Craft Courses of Instruction
ID: H9224025Q1001Type: Special Notice
Overview

Buyer

DEPT OF DEFENSEUS SPECIAL OPERATIONS COMMAND (USSOCOM)NAVAL SPECIAL WARFARE COMMANDSAN DIEGO, CA, 92155-5583, USA

NAICS

Other Technical and Trade Schools (611519)

PSC

TECHNICAL REPRESENTATIVE- SHIP AND MARINE EQUIPMENT (L020)
Timeline
  1. 1
    Posted Jan 7, 2025, 12:00 AM UTC
  2. 2
    Updated Jan 7, 2025, 12:00 AM UTC
  3. 3
    Due Feb 6, 2025, 2:00 PM UTC
Description

The Department of Defense, specifically the Naval Special Warfare Command under the US Special Operations Command (USSOCOM), is seeking to procure Courses of Instruction (COIs) for the Combatant Craft Assault (CCA) electrical and propulsion systems. The objective is to familiarize students with the design, function, repair, calibration, emergency procedures, and troubleshooting of the CCA systems onboard NSW craft, utilizing a sole source acquisition approach under FAR 6.302-1. This training is critical for ensuring operational readiness and safety of the CCA systems, which are vital for naval operations. The government intends to award a five-year Indefinite Delivery/Indefinite Quantity (IDIQ) contract with five one-year optional ordering periods, issuing Firm Fixed Price task orders to United States Marine, Inc. (USMI). Interested parties can contact Jackson Gabriel at jackson.t.gabriel.civ@socom.mil for further information.

Point(s) of Contact
Files
Title
Posted
Jan 7, 2025, 6:11 PM UTC
Lifecycle
Title
Type
Special Notice
Similar Opportunities
Wing Inflatables Combat Rubber Raiding Craft (CRRC) Maintenance, Repair, Parts & Training
Buyer not available
The Department of Defense, through the Naval Special Warfare Command, is seeking qualified vendors for the maintenance, repair, parts, and training of Wing Inflatables Combat Rubber Raiding Craft (CRRC). This procurement aims to establish a five-year Indefinite Delivery/Indefinite Quantity (IDIQ) contract, primarily targeting Wing Inflatables, Inc., under the authority of simplified acquisition procedures. The CRRC is a critical asset for special operations, necessitating reliable support to ensure operational readiness. Interested parties must submit their capabilities and relevant information to Ms. Kelly McNeill via email by April 7, 2025, at 10:00 AM EST, to be considered for this opportunity.
CCA, ENGINE CONTROL
Buyer not available
The Department of Defense, specifically the Department of the Navy through NAVSUP Weapon Systems Support Mechanicsburg, is soliciting proposals for the repair of CCA, Engine Control units. The procurement aims to establish a contract for the repair services, with a required Repair Turnaround Time (RTAT) of 288 days, emphasizing the importance of timely and efficient service delivery. These units are critical for operational readiness and functionality within naval systems, highlighting the necessity for high-quality repair standards. Interested contractors should submit their quotes, including pricing and RTAT details, to Ashley Betlock at ASHLEY.H.BETLOCK.CIV@US.NAVY.MIL or by phone at 717-605-1028, with the solicitation details indicating a focus on compliance with various quality assurance and inspection requirements.
SURFACE NAVY CURRICULUM AND TRAINING DEVICE DEVELOPMENT - N6134025R0043
Buyer not available
The Department of Defense, through the Naval Air Warfare Center Training System Division (NAWCTSD), is seeking information from small businesses capable of supporting the development of courseware and training devices for the Surface Navy's Hull, Mechanical, and Engineering (HM&E) sectors. The procurement aims to create new training materials and modify existing curricula across various naval training areas, including firefighting, navigation, and amphibious warfare. This initiative is crucial for enhancing the training capabilities of the Surface Navy and will be conducted under an Indefinite Delivery/Indefinite Quantity (IDIQ) contract, valued at approximately $99 million, with an anticipated award timeframe in the third quarter of FY26. Interested parties, particularly those classified as HUBZone, 8(a), Service-Disabled Veteran-Owned, and Woman-Owned small businesses, should contact Lisa Castelli at lisa.m.castelli2.civ@us.navy.mil or Duane Drury at duane.p.drury.civ@us.navy.mil to express their interest and demonstrate their technical capabilities.
59--CCA, CARD, RECEIVER, IN REPAIR/MODIFICATION OF
Buyer not available
The Department of Defense, specifically the Department of the Navy, is seeking a contractor for the repair and modification of a specific electrical component, identified as the CCA, Card, Receiver, under a presolicitation notice. The procurement involves a quantity of four units of the part with National Stock Number (NSN) 7H-5998-016292748-VN, which must be delivered to designated distribution centers in Pennsylvania and California. This component is critical for military operations, and due to the lack of available data or rights for alternative sourcing, the government intends to negotiate with only one source under FAR 6.302-1. Interested parties are encouraged to express their interest and capability to fulfill the requirement within 45 days of the notice, and they may contact Helen Carmelo at (717) 605-6055 or via email at HELEN.I.CARMELO.CIV@US.NAVY.MIL for further information.
Force on Force Training Systems Production & Lifecycle Support
Buyer not available
The Department of Defense, through the Marine Corps Systems Command, is seeking potential vendors for the continued production and lifecycle support of the Marine Corps Tactical Instrumentation Systems (MCTIS). The procurement aims to provide Contractor Logistics Support (CLS), engineering support, training systems integration, and post-deployment software support to enhance the training capabilities of the Fleet Marine Forces. This initiative is crucial for maintaining and improving military training systems, ensuring adaptability for future integrations with other training devices. Interested companies are encouraged to submit a capabilities statement by April 11, 2025, detailing their qualifications and relevant experience, as the anticipated contract type is Indefinite Delivery Indefinite Quantity (IDIQ) with awards expected in the first quarter of FY26. For further inquiries, interested parties may contact Tania Mercado at tania.j.mercado.civ@usmc.mil or Catherine Opsahl at catherine.opsahl@usmc.mil.
Patrol Boat Repowering
Buyer not available
The Department of Defense, through the Naval Special Warfare Command, is soliciting proposals for the repowering of patrol boats under solicitation number H9224025Q0016. The project involves removing existing outboard engines from six patrol boats and installing twelve Yamaha 150 hp outboards, ensuring all systems are functional and compliant with environmental safety regulations. This initiative is crucial for maintaining the operational readiness of maritime assets, reflecting the government's commitment to working with small business vendors while adhering to stringent federal regulations. Proposals are due by 10:00 AM on April 10, 2025, and interested contractors should contact Kelly L. McNeill at kelly.mcneill@socom.mil for further details.
Command Aircraft Crew Training (CACT) Program for Academic Maintenance Training on the C-40A Aircraft Recompete
Buyer not available
The Department of Defense, through the Naval Air Warfare Center Training Systems Division (NAWCTSD), is seeking qualified contractors to support the Command Aircraft Crew Training (CACT) program, specifically for academic maintenance training on the C-40A aircraft (Boeing 737-700C). This procurement aims to facilitate practical training on various aircraft systems, ensuring that the training courses meet the Air Transport Association (ATA) Specification 104 Level II or higher criteria. The selected contractor will be responsible for delivering comprehensive maintenance training programs, which include certified instructors, necessary facilities, and training materials, with a focus on hands-on training using actual or mock components. Interested parties must submit their capabilities and qualifications by April 10, 2025, as the anticipated Firm Fixed Price (FFP) contract will commence on February 1, 2026, following the expiration of the current contract with Delta Air Lines, Inc. For further inquiries, interested contractors can contact Sara Falk at sara.r.falk.civ@us.navy.mil or Virginia Marquez at virginia.l.marquez.civ@us.navy.mil.
Combat Technical Rescue (CTR) EOD Rigging & Ordnance Extrication (ROE) Training
Buyer not available
The Department of Defense, through the NAVSUP Fleet Logistics Center San Diego, is soliciting proposals for a total Small Business set-aside contract to provide Combat Technical Rescue (CTR) EOD Rigging & Ordnance Extrication (ROE) training courses for EOD Groups ONE and TWO. The procurement aims to enhance the capabilities of EOD personnel by delivering comprehensive instruction in access, rigging, extrication, and heavy-lift operations, with a focus on safety and operational readiness. The contract will be structured as an Indefinite Delivery, Indefinite Quantity (IDIQ) agreement, with a total potential value of $1,840,000 over a five-year period, including a one-year base period and four one-year options. Interested contractors must submit their proposals by the specified deadline and ensure they are registered in the SAM database prior to contract award; for inquiries, contact Christine Jordan at christine.jordan@navy.mil or 619-556-6121.
U.S. Coast Guard Special Purpose Craft – Boarding Team Delivery II and Special Purpose Craft – Law Enforcement Boats, Maintenance and Upgrades
Buyer not available
The Department of Homeland Security, specifically the U.S. Coast Guard, is seeking qualified contractors to provide maintenance, repair, and upgrade services for its Special Purpose Craft – Boarding Team Delivery II (SPC-BTD II) and Law Enforcement (SPC-LE) boats. The procurement aims to ensure the operational readiness and reliability of these vessels, which are critical for maritime security operations, by performing routine maintenance and emergent repairs at designated sites in San Diego, California, and Chesapeake, Virginia. Interested parties are invited to submit tailored capability statements addressing their experience and capacity to fulfill these requirements by April 14, 2025, at 11:00 AM EST, to the primary contact, Miranda V. Smith, at Miranda.V.Smith@uscg.mil, with a copy to Adam Petty at Adam.F.Petty1@uscg.mil. This opportunity is part of a Total Small Business Set-Aside initiative and will result in a firm fixed price Indefinite Delivery Indefinite Quantity (IDIQ) contract over a five-year period.
59--CONTROL BOARD CCA
Buyer not available
The Department of Defense, specifically the Department of the Navy through NAVSUP Weapon Systems Support Mechanicsburg, is soliciting proposals for the manufacture of Control Board CCA, a critical component in electrical and electronic assemblies. The procurement requires adherence to strict quality and inspection standards, including compliance with MIL-STD-129 and ISO 9001, ensuring that the supplied items meet the necessary specifications for use in military applications. This contract is vital for maintaining operational readiness and safety in naval operations, with a delivery timeline of 180 days for specified line items. Interested vendors should direct inquiries to Abigail R. Hurlbut at 717-605-6805 or via email at ABIGAIL.R.HURLBUT.CIV@US.NAVY.MIL, and must provide proof of being an authorized distributor of the original manufacturer's items to be considered for the award.