Boat Operator Course
ID: N0060425Q4037Type: Combined Synopsis/Solicitation
Overview

Buyer

DEPT OF DEFENSEDEPT OF THE NAVYNAVSUP FLT LOG CTR PEARL HARBORPEARL HARBOR, HI, 96860-4549, USA

NAICS

Educational Support Services (611710)

PSC

EDUCATION/TRAINING- TRAINING/CURRICULUM DEVELOPMENT (U008)

Set Aside

Total Small Business Set-Aside (FAR 19.5) (SBA)
Timeline
    Description

    The Department of Defense, specifically the Department of the Navy through NAVSUP Fleet Logistics Center Pearl Harbor, is seeking qualified contractors to provide a Small Boat Operator Course for the Underwater Construction Team Two (UCT-2) located in Port Hueneme, California. The procurement aims to deliver technical training support services that encompass both basic and advanced boat operation skills, including navigation, tactics, and operational procedures for various small craft. This training is crucial for enhancing the operational readiness of naval personnel, particularly in high-risk environments, and will take place from September 8 to September 26, 2025. Interested contractors must submit their quotes by June 10, 2025, and can contact Lyle Perez at lyle.b.perez.civ@us.navy.mil or by phone at 808-473-7967 for further details.

    Point(s) of Contact
    Files
    Title
    Posted
    The Statement of Work (SOW) outlines requirements for a Rigid Hull Inflatable Boat (RHIB) Operator Course aimed at enhancing the operational capabilities of Underwater Construction Team Two (UCT-2) in Port Hueneme, California. UCT-2 is responsible for the construction, inspection, and maintenance of ocean facilities. The course will provide essential training for combatant craft operators, filling a critical training gap as no formal Navy training exists for this purpose. The training includes comprehensive curricula covering boat operations, navigation, engineering systems, safety procedures, and mission planning. Contracted instructors must possess specific qualifications, including relevant maritime licenses and military training experience. The course will feature practical applications and assessments, ensuring participants develop proficiency in RHIB operations. Deliverables include lesson plans, student guides, testing materials, and a post-training report. The training is conducted in various local waters and requires coordination with UCT-2. This initiative reflects the government's commitment to maintaining operational readiness through specialized technical training.
    The Statement of Work (SOW) outlines the requirements for a Small Craft Operator Course by the Underwater Construction Team Two (UCT-2) in Port Hueneme, California. The purpose is to provide Technical Training Support Services for deploying personnel through courses that develop basic and advanced boat operation skills, alongside tactical and technical knowledge of associated small craft systems. The training will focus on multiple craft types, including the 7 Meter Rigid Hull Inflatable Boat and the Colds Inflatable Boat/Combat Rubber Raiding Craft. Key deliverables include lesson plans, student guides, curriculum outlines, and post-training reports documenting each course's outcomes. The course will last three weeks, accommodating 6 to 12 students, with a rigorous instructor qualification process, emphasizing real-world training and safety protocols. Compliance with numerous established instructional documents and training regulations is mandated to ensure the effectiveness and safety of operations. Overall, this initiative aims to maintain high readiness levels of small craft operators within the Navy and Marine Corps operations, supporting broader mission objectives including disaster response and combat readiness.
    The Statement of Work (SOW) outlines a requirement for Technical Training Support Services for the Underwater Construction Team Two (UCT-2) to provide Small Craft Operator Training. Located in Port Hueneme, California, UCT-2 needs qualified small craft operators to conduct training in basic and advanced boat operator skills, including tactics, navigation, and operational procedures specific to various small craft. The SOW specifies that the training curriculum must adhere to regulatory documents and include detailed course materials such as lesson plans, performance sheets, and testing materials. Following each course, a comprehensive post-training report will document course statistics, attendance, practical application hours, and lessons learned. Qualified instructors, with specific qualifications such as US Coast Guard licensing and experience in military training, will manage the training, ensuring a 3:1 student-to-instructor ratio at night. Training is set for September 8-26, 2025, at Naval Station Port Hueneme, with contingencies for minimum class sizes and safety requirements. The document's purpose aligns with federal and military training contracts aimed at enhancing operational readiness, maintaining safety standards, and ensuring proficient small craft operations to support naval and marine operations in various scenarios, including combat and disaster recovery.
    The Underwater Construction Team Two (UCT-2) seeks technical training support services for its Small Craft Operator Course, aimed at enhancing operational readiness for naval and Marine Corps personnel. The course encompasses both basic and advanced skills in small craft operations, encompassing various boat types such as the 7 Meter Rigid Hull Inflatable Boat and Colds Inflatable Boat/Combat Rubber Raiding Craft. The training will involve a structured curriculum, incorporating theoretical and practical applications, safety protocols, and a rigorous assessment process for participants. Key requirements include the development of lesson plans, student guides, and performance evaluation materials, all of which must be submitted for review prior to the course initiation. There are also specified instructor qualifications, including valid US Coast Guard certifications and experience in high-risk operations, to maintain safety and ensure effective training delivery. The contract defines specific training dates and locations, primarily at Naval Station Port Hueneme, CA, and emphasizes adherence to safety and operational protocols throughout the training process. The overall objective is to ensure UCT-2 personnel are proficiently trained in small craft operations to fulfill mission requirements efficiently.
    The purpose of OPNAV Instruction 1500.75D is to establish clear policies and governance for conducting high-risk training within the Navy. It emphasizes the need for careful planning, risk assessments, and safety protocols to minimize risks associated with high-risk training activities. The instruction applies to all naval commands that manage and oversee such training, detailing responsibilities for training authorities, agencies, and executors. Key policies include mandatory screening of instructors for physical and psychological suitability, adherence to risk management practices, and the implementation of emergency action plans. Training events classified as high-risk require thorough documentation of safety protocols, instructor qualifications, and regular evaluations to ensure compliance with safety standards. The directive also specifies the procedures for reporting mishaps and ensuring emergency preparedness. The document is structured around various topics including purpose, scope, policy guidelines, responsibilities of different entities, definitions of terms related to high-risk training, and procedural guidelines for screening instructors. This comprehensive approach reinforces the Navy's commitment to maintaining high safety standards and effective training programs in potentially hazardous environments.
    The document outlines RFP provisions related to telecommunications and video surveillance services, specifically under 52.204-24. It mandates that Offerors state whether they will provide covered telecommunications equipment or services in their government contracts. Definitions of key terms such as "backhaul" and "critical technology" are provided, and significant prohibitions are established under Sections 889(a)(1)(A) and (B) of the John S. McCain National Defense Authorization Act of 2019, which restrict procurement involving covered telecommunications systems. Offerors must assess and disclose their usage of such equipment and provide detailed information about any equipment or services related to maintenance, including specified attributes and explanations regarding compliance with the prohibitions. The document also instructs Offerors to review the System for Award Management (SAM) for entities excluded from federal awards for these services, ensuring transparency and compliance with federal regulations. This provision aims to mitigate risks associated with critical telecommunications equipment in federal contracts.
    The document is a Wage Determination under the Service Contract Act issued by the U.S. Department of Labor, detailing minimum wage rates and fringe benefits for various occupations within federal contracts. As of 2025, contracts started or extended after January 30, 2022, require a minimum payment of at least $17.75 per hour under Executive Order 14026, while contracts awarded between January 1, 2015, and January 29, 2022, must adhere to an hourly rate of $13.30 unless listed rates are higher. The determination includes specified wages for a range of occupations in California's Ventura County, alongside mandated health and welfare benefits, vacation, and holiday provisions. Additionally, it emphasizes compliance with Executive Order 13706 regarding paid sick leave and outlines the conformance process for any unlisted job classifications. The document serves as a critical reference for contractors to ensure fair compensation and legal adherence when managing federal contracts. Its structured format categorizes occupations, their corresponding wages, and additional compensation requirements, reflecting the government's commitment to upholding labor standards.
    The document outlines federal contract clauses and requirements applicable to government procurement, specifically focusing on compliance, payment processes, and vendor qualifications. It features numerous clauses related to whistleblower rights, cybersecurity measures, antiterrorism training, and representation concerning business practices (e.g., dealings with the Maduro regime and other sanctioned entities). Key sections include instructions on using the Wide Area WorkFlow (WAWF) for payment submissions, emphasizing electronic invoicing procedures. Obligations for contractors regarding their representations in the System for Award Management (SAM) are highlighted, including certifications about the business's size, ownership, and compliance with federal laws. Additional clauses regarding environmental compliance, employment practices, and reporting requirements for greenhouse gas emissions reflect a commitment to broader policy goals. The overall purpose of the document is to ensure that contractors adhere to specific legal and ethical standards when engaging with federal contracts, underscoring the government's focus on transparency, accountability, and compliance within the procurement process.
    The document outlines a Q&A session related to the Boat Operator Course, specified under solicitation N0060425Q4037. It addresses inquiries about course logistics, including the provision of the Course of Instruction (COI), instructor qualifications, student numbers, and curriculum ownership. The course, aimed at high-risk small boat operations, necessitates instructors to have High-Risk Training Instructor credentials and is expected to have around 10-12 students due to previous scheduling issues. The contractor's responsibilities include providing instructors while the Government furnishes specific equipment, such as boats and safety gear. Additionally, it confirms the Government will assist with facility access, fuel, and credentialing for instructors. The course structure involves a tailored curriculum and requires instructors to ensure an effective learning environment, with flexibility in scheduling to accommodate weather-related interruptions. Overall, the document emphasizes the importance of prior experience and preparedness for the successful delivery of the training program, which has specific requirements for instructor ratios, curriculum development, and safety protocols. This reflects the government's approach to securing capable contractors for specialized military training programs while ensuring operational safety and efficiency.
    The document outlines a solicitation for a Boat Operator Course, detailing the requirements and expectations for potential contractors in providing training for military small boat operations. Key points include the necessity for instructors to possess high-risk training qualifications, adherence to specified student-to-instructor ratios, and the provision of a tailored curriculum based on specific vessel platforms. The curriculum and materials created under this contract will remain the intellectual property of the contractor. Fuel, maintenance, and vessels will be provided by UCT TWO, with specific requirements for contractor responsibilities pertaining to safety equipment and gear. The document establishes a firm-fixed price structure, specifies submission requirements for proposals, and outlines expectations for training delivery, including scheduling, instructor qualifications, and the management of weather-related training interruptions. Additionally, it emphasizes the importance of contractors having prior experience in military small boat instruction and a robust contingency plan for medical emergencies during high-risk training evolutions. Overall, the solicitation emphasizes rigorous standards and detailed operational requirements for effective military training delivery.
    Lifecycle
    Title
    Type
    Boat Operator Course
    Currently viewing
    Combined Synopsis/Solicitation
    Similar Opportunities
    COMMAND AIRCRAFT CREW TRAINING (CACT) PROGRAM FOR ACADEMIC AND SIMULATOR TRAINING ON THE UC-35D AIRCRAFT
    Dept Of Defense
    The Department of Defense, through the Naval Air Warfare Center Orlando Training Systems Division (NAWCTSD), is seeking qualified contractors to provide academic and simulator training for the Navy's Command Aircraft Crew Training (CACT) Program on the UC-35D aircraft. The procurement involves a Firm Fixed Price (FFP) Requirements contract anticipated to span 60 months, commencing on or about October 30, 2026, and aims to fulfill comprehensive training requirements, including Pilot Initial and Recurrent Training, as well as International Procedures Training. This training is critical for ensuring military aviators are proficient in operating the UC-35D aircraft, which is vital for various Navy operations. Interested parties must submit their capabilities statements by 2 PM EST on January 7, 2026, and can direct inquiries to Joseph Willdigg at joseph.willdigg.civ@us.navy.mil or Audrey Rolland at audrey.rolland@navy.mil.
    Weaponeering Courses
    Dept Of Defense
    The Department of Defense, through the Naval Surface Warfare Center Dahlgren Division (NSWCDD), is soliciting proposals for Weaponeering Courses and related materials, specifically targeting Worldwide Counter Threat Solutions (WCTS) as the sole source provider. The procurement includes both Introductory and Advanced Weaponeering Courses, along with associated books, emphasizing the need for continuity in training methodology and quality. This opportunity is critical for maintaining instructional consistency and ensuring effective training for defense personnel. Interested vendors must submit their quotes by December 15, 2026, with an anticipated award date of January 15, 2026. For further inquiries, contact Heather Hostinsky at heather.g.hostinsky.civ@us.navy.mil or by phone at 540-742-8882.
    Training in the fabrication and flying of First Person View (FPV) small, unmanned aircraft system (sUAS)
    Dept Of Defense
    The Department of Defense, specifically the Naval Special Warfare Command under the US Special Operations Command (USSOCOM), is seeking quotes for a training program focused on the fabrication and operation of First Person View (FPV) small unmanned aircraft systems (sUAS). The procurement aims to provide a comprehensive biannual, ten-day Initial Qualification Training (IQT) course for up to six personnel, covering essential topics such as FPV system theory, design, assembly, and advanced flight techniques, with a total of 80 hours of instruction. This opportunity is set aside for Service-Disabled Veteran-Owned Small Businesses (SDVOSB) and will be awarded as a Firm-Fixed-Price contract, with the base year commencing on January 15, 2026, and includes two option years. Interested parties should direct inquiries to Jeffrey S. Morris at Jeffrey.S.Morris.civ@socom.mil, and note that the current solicitation is not funded as per FAR Clause 52.232-18.
    Fielded Training Systems Support V (FTSS V) Submarine Contractor Maintenance Services (SubCMS)
    Dept Of Defense
    The Department of Defense, through the Naval Air Warfare Center Training Systems Division (NAWCTSD), is seeking contractors to provide maintenance services under the Fielded Training Systems Support V (FTSS V) Submarine Contractor Maintenance Services (SubCMS) initiative. The objective is to ensure that various training systems and equipment remain in a "ready-for-training" state across six locations, including Groton, CT, Norfolk, VA, Kings Bay, GA, Bangor, WA, San Diego, CA, and Pearl Harbor, HI. This contract, which will be awarded as a Cost Plus Fixed Fee Task Order, is critical for maintaining the operational readiness of submarine training devices and is expected to commence on June 1, 2026, with a total performance period of 60 months. Interested vendors must contact Ms. Valentina Walsh at valentina.p.walsh.civ@us.navy.mil for further details and to obtain necessary RFP attachments, with a pre-proposal conference scheduled for December 5, 2025, and an anticipated award date of April 24, 2026.
    Maritime Operations Center (MOC) Support Services
    Dept Of Defense
    The Department of Defense, through the Department of the Navy's NAVSUP Fleet Logistics Center Norfolk, is soliciting proposals for Maritime Operations Center (MOC) Support Services. The primary objective of this procurement is to provide a comprehensive range of technical services aimed at enhancing warfighting capabilities and addressing operational gaps within the MOC framework, which is critical for effective command and control of naval operations. This solicitation is intended for a sole source contract, with a performance period spanning four months, and requires offerors to possess a current Top Secret facilities clearance. Interested parties should direct inquiries to Mary Taylor at mary.a.taylor263.civ@us.navy.mil or Jacob Gephart at jacob.n.gephart.civ@us.navy.mil, with proposals due by December 15, 2025, at 10:00 AM.
    Micro-Unmanned Underwater Vehicle (UUV), Multi-Vehicle Pods
    Dept Of Defense
    The Department of Defense, through the Naval Supply Fleet Logistics Center Norfolk, is seeking information from qualified sources for the procurement of Micro-Unmanned Underwater Vehicles (UUV) and Multi-Vehicle Pods for the United States Naval Academy. The UUVs will be utilized to autonomously collect high-resolution biogeochemical, hydrographic survey, and passive acoustic data, supporting academic missions, faculty research, and Midshipmen projects in coastal oceanography and underwater acoustics. The contractor must provide lightweight, single-person deployable UUVs with capabilities for remote control, autonomous missions, and compatibility with various data formats, with delivery expected within 60 days of contract award. Interested parties should submit their capability statements to Claudette Jones at claudette.j.jones.civ@us.navy.mil by 12:00 PM EST on December 17, 2025, referencing Sources Sought number 1301303963.
    USCGC HEALY SULZER ADVANCED ENGINE TRAINING
    Homeland Security, Department Of
    The Department of Homeland Security, through the United States Coast Guard (USCG) Surface Forces Logistics Center (SFLC), intends to award a Sole Source Firm Fixed Price Contract to Wartsila North America Inc. for the provision of Advanced Engine Maintenance Training for the USCGC HEALY. This specialized training, designated as course code 501425, is crucial for ensuring the proper operation and maintenance of the vessel, particularly during deployments in Arctic regions, and will be conducted over five days from March 16 to March 20, 2026, in Fort Lauderdale, Florida. Interested parties may submit inquiries or demonstrate their capability to compete by December 18, 2025, at 8:00 AM Pacific Time, to Ms. Donna O'Neal via email at donna.j.oneal@uscg.mil, although the decision to pursue competitive procurement remains at the Government's discretion.
    Bravo Dive Boat 65DS1101
    Dept Of Defense
    The Department of Defense, through the Puget Sound Naval Shipyard Intermediate Maintenance Facility, is seeking qualified small businesses to provide maintenance, repair, and preservation services for a 65-foot Bravo Dive Boat (65DS1101). The contract will encompass a range of tasks including hull inspections, corrosion repairs, system maintenance, and preservation work, all to be conducted in accordance with ABYC standards and commercial marine practices. This procurement is critical for ensuring the operational readiness and safety of the vessel, which is essential for various naval operations. Interested contractors must submit their quotes by December 16, 2025, with the period of performance scheduled from March 25, 2026, to May 29, 2026. For further inquiries, potential bidders can contact Katherine Lauer at katherine.e.lauer.civ@us.navy.mil or Chris Davidson at christopher.t.davidson7.civ@us.navy.mil.
    DRY CARGO TUGCON
    Dept Of Defense
    The Department of Defense, through the Military Sealift Command Norfolk, is seeking information from qualified vendors regarding the procurement of a Dry Cargo Tugcon for an open-ocean tow mission. The objective is to identify a U.S. flag, ocean-going certified tug capable of towing a YRBM-32 Berthing Barge from Joint Base Pearl Harbor-Hickam, HI, to Puget Sound Naval Shipyard, Bremerton, WA, between January 5-23, 2026, with specific requirements including a minimum tow speed of six knots and internet and satellite phone capabilities. This opportunity is critical for ensuring the effective transportation of military assets and requires interested parties to submit detailed information, including a lump-sum price and transit plan, by November 18, 2025. For further inquiries, vendors may contact David Anaya at david.c.anaya.civ@us.navy.mil or Christopher Tomlin at christopher.a.tomlin5.civ@us.navy.mil.
    Fielded Training Systems Support V (FTSS V) Submarine Contractor Maintenance Services (SubCMS)
    Dept Of Defense
    The Department of Defense, through the Naval Air Warfare Center Training Systems Division (NAWCTSD), is seeking contractors to provide maintenance services and material support for the Fielded Training Systems Support V (FTSS V) Submarine Contractor Maintenance Services (SubCMS). This procurement aims to ensure that various submarine training systems and associated equipment remain in a 'ready-for-training' state across six locations, including Groton, CT, and Norfolk, VA, among others. The contract will span 60 months, starting with a two-month mobilization period, followed by a ten-month base year and four optional twelve-month periods, with contractor performance expected to commence on June 1, 2026. Interested parties should note the anticipated RFP release date of November 14, 2025, and contact Valentina Walsh at valentina.p.walsh.civ@us.navy.mil or Dean Deford at dean.p.deford.civ@us.navy.mil for further inquiries.