First Aid and CPR Training
ID: N6449826Q5006Type: Combined Synopsis/Solicitation
Overview

Buyer

DEPT OF DEFENSEDEPT OF THE NAVYNSWC PHILADELPHIA DIVPHILADELPHIA, PA, 19112-1403, USA

NAICS

Administrative Management and General Management Consulting Services (541611)

PSC

EDUCATION/TRAINING- TRAINING/CURRICULUM DEVELOPMENT (U008)

Set Aside

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

    The Department of Defense, through the Naval Surface Warfare Center Philadelphia Division (NSWCPD), is seeking qualified contractors to provide First Aid, CPR, and AED Safety Training services for its personnel. The procurement aims to train 220 employees across 18 sessions during Fiscal Year 2026, ensuring that all training includes hands-on skills and valid completion certifications from recognized organizations such as the American National Red Cross or American Heart Association. This training is essential for personnel engaged in shipboard work, emphasizing the importance of safety and preparedness in critical situations. Interested parties must submit their quotes electronically to Brooke Steele at brooke.a.steele3.civ@us.navy.mil by 5:30 PM EST on October 30, 2025, with an estimated contract value of $24,500,000.00.

    Point(s) of Contact
    Files
    Title
    Posted
    This document is a Request for Quote (RFQ) from the Naval Surface Warfare Center Philadelphia Division (NSWCPD) for First Aid, CPR, and AED Safety Training services. The solicitation, N6449826Q5006, seeks to train 220 NSWCPD personnel throughout Fiscal Year 2026 across 18 sessions, with each session accommodating approximately 12 employees. The training is crucial for personnel performing shipboard work and must include hands-on skills, cover the "Good Samaritan" rule, and provide valid completion certifications from recognized organizations like the American National Red Cross or American Heart Association. The contractor must have at least five years of experience and conduct training on-site at NSWCPD. Quotes are due by October 30, 2025, at 5:30 PM local time and must be emailed. The total estimated award amount is USD 24,500,000.00. Key administrative details include electronic submission of payment requests via Wide Area WorkFlow (WAWF) and specific points of contact for contract administration. The document also outlines various FAR and DFARS clauses, including those related to small business set-asides (specifically Women-Owned Small Business), organizational conflict of interest, and payment instructions.
    Lifecycle
    Title
    Type
    Combined Synopsis/Solicitation
    Similar Opportunities
    COMMAND AIRCRAFT CREW TRAINING (CACT) PROGRAM FOR ACADEMIC AND SIMULATOR TRAINING ON THE UC-35D AIRCRAFT
    Buyer not available
    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.
    DOT/NRC RAD WASTE Training
    Buyer not available
    The Department of Defense, specifically the Norfolk Naval Shipyard, is soliciting proposals for a Firm Fixed Price contract to provide DOT/NRC RAD WASTE Training, aimed at qualifying personnel in radioactive/mixed waste shipping. This training will encompass a total of 40 hours, including 32 hours focused on Department of Transportation (DOT) requirements, 4 hours on Load Securement, and 4 hours on International Air Transportation Association (IATA) regulations, with the objective of ensuring compliance and safety in shipping operations. The training is scheduled to take place from January 12 to January 16, 2026, and is set aside exclusively for small businesses, with proposals due by December 9, 2025. Interested offerors should direct inquiries to Jordan Moore at jordan.e.moore.civ@us.navy.mil and ensure all required documentation is submitted by the deadline to be considered for the award.
    Training in the fabrication and flying of First Person View (FPV) small, unmanned aircraft system (sUAS)
    Buyer not available
    The Department of Defense, through the Naval Special Warfare Command, is soliciting proposals for training in the fabrication and operation of First Person View (FPV) small unmanned aircraft systems (sUAS). The procurement aims to provide Initial Qualification Training (IQT) for up to six personnel biannually, encompassing a comprehensive ten-day course that includes system fundamentals, supervised build instruction, and extensive flight training. This training is critical for enhancing the operational capabilities of unmanned systems operators within the military context. Interested Service-Disabled Veteran-Owned Small Businesses (SDVOSB) must submit their quotations by December 17, 2025, with the contract expected to commence on January 15, 2026, contingent upon future funding availability. For inquiries, contact Jeffrey S. Morris at jeffrey.s.morris.civ@socom.mil.
    Fielded Training Systems Support V (FTSS V) Submarine Contractor Maintenance Services (SubCMS)
    Buyer not available
    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.
    Acupuncture Training for Walter Reed Medical Staff
    Buyer not available
    The Defense Health Agency (DHA) intends to award a sole-source, firm-fixed-price contract to ACUMED-ORG, LLC for Integrated Structural Acupuncture Training for 12 Department of Defense (DoD) attendees at Walter Reed National Military Medical Center (WRNMMC). This training aims to certify medical staff in acupuncture techniques to enhance pain management for military beneficiaries, supporting the National Capital Region Pain Initiative. Interested parties may submit statements of capabilities to demonstrate their ability to provide the required training by December 12, 2025, at 10:00 AM EST, via email to Ealed Nuru at ealed.m.nuru.civ@health.mil, with a copy to Erica S. Oh at erica.s.oh.civ@health.mil. This notice is not a request for competitive proposals, and the contract will be awarded under FAR 13.106-1 (b)(1) for purchases not exceeding the simplified acquisition threshold.
    Redacted SAP Single Source Determination
    Buyer not available
    The Department of Defense, specifically the Department of the Navy through the NAVFAC Systems and Expeditionary Warfare Center, is seeking a contractor to provide leadership training aimed at enhancing leadership capabilities within NAVFAC EXWC. The training program will focus on key areas identified in the DEOCS survey and individual development plans, including decision-making, effective communication, conflict mediation, team leadership, and collaboration. This initiative is crucial for fostering a more effective leadership culture within the organization. Interested parties can reach out to Matthew Duong at matthew.h.duong.civ@us.navy.mil or Jonathan Demorest at jonathan.p.demorest.civ@us.navy.mil for further details regarding this opportunity.
    U.S. Coast Guard Flood Response Training
    Buyer not available
    The Department of Homeland Security, specifically the U.S. Coast Guard (USCG), is seeking to award a sole source firm fixed price contract for flood response training in urban environments. The primary objective of this training is to equip students with the necessary skills to effectively utilize response platforms and specialized equipment in various flood-affected areas, including urban settings, flooded waterways, and enclosed ports. This training is crucial for enhancing the Coast Guard's operational readiness and response capabilities during flood emergencies. Interested parties can reach out to William E. Lewis at william.e.lewis3@uscg.mil or Joshua A. Janney at Joshua.A.Janney@uscg.mil for further information regarding this opportunity.
    Betatron Training
    Buyer not available
    The Department of Defense, through the Naval Surface Warfare Center Indian Head Division (NSWC IHD), intends to award a sole-source contract to QSA Global for the provision of a PXB 7.5 Betatron Training Course. This procurement is based on the determination that QSA Global is the only known source capable of fulfilling the government's specific training requirements, which are critical for the operation and maintenance of betatron technology. Interested vendors have until December 11, 2025, at 10 AM EST to express their interest and demonstrate their capability to meet these requirements, with all communications directed to Marjorie Gray at marjorie.m.gray2.civ@us.navy.mil. The contract will be a firm fixed price, and responses must be submitted electronically, as oral communications are not permitted.
    Fielded Training Systems Support V (FTSS V) Submarine Contractor Maintenance Services (SubCMS)
    Buyer not available
    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.
    February 2025 NSWCPD Multiple Award Contract Task Order Forecast
    Buyer not available
    The Department of Defense, through the Naval Surface Warfare Center Philadelphia Division (NSWCPD), is forecasting multiple award contract task orders for various U.S. Navy projects scheduled for February 2025. These projects will involve installation and maintenance work primarily under the Big Blue MAC and D40 Equipment Services MAC contracts, focusing on upgrading critical naval equipment systems such as Voyage Data Recorders, Integrated Bridge Systems, and Engine Repairs. The anticipated contract values for these projects range from under $2 million to $50 million, reflecting the Navy's ongoing commitment to enhancing operational capabilities. Interested contractors should prepare for upcoming Requests for Proposals (RFPs) and note that specific project details, including contact information and timelines, are outlined in the associated documentation.