Siemens NX CAD Training
ID: N32253-25-Q-1003Type: Solicitation
Overview

Buyer

DEPT OF DEFENSEDEPT OF THE NAVYPEARL HARBOR NAVAL SHIPYARD IMFPEARL HARBOR, HI, 96860-5033, USA

NAICS

Computer Training (611420)

PSC

EDUCATION/TRAINING- VOCATIONAL/TECHNICAL (U006)

Set Aside

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

    The Department of Defense, specifically the Pearl Harbor Naval Shipyard & Intermediate Maintenance Facility (PHNSY & IMF), is seeking a contractor to provide Siemens NX Computer-Aided Design (CAD) training services, focusing on mentorship for complex sheet metal products. The contractor will be required to supply a Manufacturer Trained Certified Technician to enhance drawing and drafting techniques beyond the standard Siemens training, with a performance period tentatively set from July 1, 2025, to June 30, 2029. This initiative is crucial for optimizing the Navy's industrial operations and supporting its fleet maintenance capabilities in the Pacific. Interested parties must submit their quotes by May 20, 2025, and ensure compliance with all safety, environmental, and security requirements as outlined in the solicitation documents. For further inquiries, contact Fiona Lynch at fiona.c.lynch.civ@us.navy.mil or Evangeline Calaustro at evangeline.b.calaustro.civ@us.navy.mil.

    Files
    Title
    Posted
    The Pearl Harbor Naval Shipyard and Intermediate Maintenance Facility (PHNSY&IMF) outlines Operations Security (OPSEC) contract requirements to protect sensitive information from unauthorized disclosure. OPSEC involves a structured plan that contractors must develop to monitor their activities and safeguard Critical Information (CI). Contractors must submit their OPSEC plans through secure channels and are responsible for preventing inadvertent disclosures. The document emphasizes the importance of personal electronic devices (PEDs) and specifies the conditions under which they can be used, along with examples of Critical Information that must be protected, such as Personally Identifiable Information (PII) and operational schedules. Contractors are prohibited from sharing sensitive information through public channels or social media, and strict procedures must be followed regarding controlled unclassified information (CUI). Security violations may lead to contract termination and legal consequences. Overall, these OPSEC requirements highlight the commitment of PHNSY&IMF to maintain the integrity and security of sensitive operations and information during contract performance, thereby supporting federal compliance and national security measures.
    The document outlines the safety and health practices required for contractors working at the Pearl Harbor Naval Shipyard and Intermediate Maintenance Facility (PHNSY & IMF). It emphasizes the Navy's commitment to worker safety, adhering to OSHA standards while implementing specific requirements unique to the Navy environment. Contractors must submit a comprehensive safety and accident prevention plan prior to commencing work, which addresses potential hazards and necessary controls. Key components include management collaboration, work site analysis, hazard prevention, and training. Contractors are responsible for ensuring compliance with all OSH standards and ensuring their workforce is aware and equipped for safety measures, including personal protective equipment (PPE) and emergency procedures. The document stipulates general protocols for handling hazardous materials like asbestos, silica, lead, and mercury, requiring that work be conducted within strict safety such as maintaining cleanliness, notifying authorities of mishaps promptly, and conducting necessary inspections. PHNSY & IMF is recognized under OSHA's Voluntary Protection Program, reinforcing the expectation for an effective safety management system among contractors. The document culminates in specific requirements for hazardous materials, hot work operations, and confined space entries, emphasizing the paramount importance of safety throughout contracted projects.
    The "Environmental Protection Guidelines for Contractors on Facilities Projects" at Pearl Harbor Naval Shipyard & Intermediate Maintenance Facility outlines essential environmental compliance directives for contractors involved in facility projects. Emphasizing the Navy's commitment to environmental stewardship, the guidelines mandate adherence to relevant federal, state, and local regulations, including various environmental protection permits. Contractors must appoint an Environmental Manager (EM) responsible for overseeing compliance and must maintain a comprehensive Environmental Record Binder. Key responsibilities include conducting regular inspections, identifying waste management protocols, ensuring spill prevention measures, and maintaining work areas to prevent pollution. Detailed plans, including a Waste Management Strategy and a Best Management Practices plan for in-water work, are required. The guidelines also elaborate on specific handling procedures for hazardous materials, waste disposal protocols, and compliance with air and water quality standards. As part of this initiative, contractors must also conduct rigorous training, submit plans for environmental protection, and ensure immediate reporting of environmental incidents. The document positions environmental protection as critical to the Navy's operational goals, highlighting the collaborative responsibility of contractors in maintaining environmental integrity.
    The document outlines Contractor Security Requirements for access to sensitive areas at Pearl Harbor Naval Shipyard and Intermediate Maintenance Facility (PHNSY&IMF). These requirements apply to contracts and agreements involving Controlled Industrial Areas (CIA), Controlled Nuclear Information Areas (CNIA), and other designated sensitive spaces. Access is restricted to U.S. citizens, with specific protocols for contractors and subcontractors needing security clearances. All contractor personnel must present proof of citizenship and undergo mandatory security training to gain unescorted access to restricted areas, supported by detailed visitor request processes. The document emphasizes strict control over vehicle access, equipment security, and worker accountability within the facility. Provisions for photography, portable electronic devices, and the handling of sensitive information address security risks. The guidelines ensure a secure environment, highlighting the need for compliance with federal security regulations in contractor operations. The document serves as a critical resource for firms engaged with PHNSY&IMF to maintain safety and security standards while fulfilling contractual obligations.
    The document outlines a solicitation for a contract related to providing training services for Siemens NX CAD software at the Pearl Harbor Naval Shipyard and Intermediate Maintenance Facility. The contractor is required to supply a certified technician for mentorship and training to improve drawing and drafting skills, specifically for complex sheet metal products. The contract specifies a firm fixed price arrangement for the base year with options for three additional years, emphasizing on-site training and requirements for contractor qualifications, including U.S. citizenship and background checks. Additionally, the document details performance requirements, safety and environmental compliance, and operational coordination with the Navy's facilities. The contractor is responsible for maintaining a clean work environment during training sessions. Overall, the solicitation supports the Navy's operational needs for advanced CAD training and emphasizes compliance with federal regulations and standards concerning small businesses, particularly those owned by women or economically disadvantaged individuals. This initiative reflects the government's commitment to fostering diversity in contracting and enhancing technical capabilities within the Navy's workforce.
    The document addresses inquiries regarding a new government requirement. It confirms that this is a new project and does not involve any incumbent or recompete contracts. The government explicitly states that it cannot disclose any information about past contract awards or the incumbent's details due to office policy. This reflects standard practices in government RFPs, where transparency and competitive bidding are emphasized, yet sensitive information about existing contracts is safeguarded to maintain integrity in the procurement process. Overall, the response indicates a focused approach toward establishing new procurement opportunities without disclosing prior contractual relationships.
    Lifecycle
    Title
    Type
    Siemens NX CAD Training
    Currently viewing
    Solicitation
    Similar Opportunities
    USS DEWEY DDG105 FY26 6C1 SRA(d) Bundle #5 Chief of Naval Operation Availability Yokosuka Japan
    Buyer not available
    The Department of Defense, through the NAVSUP Fleet Logistics Center Yokosuka, is soliciting proposals for the Chief of Naval Operation Availability (CNO) maintenance and repair work on the USS DEWEY (DDG-105) for fiscal year 2026. The procurement involves a comprehensive scope of work consisting of twenty-two Task Group Instructions (TGIs) that encompass various ship repair, overhaul, preservation, and replacement tasks necessary for the operational readiness of the vessel. This contract is critical for maintaining the Navy's fleet capabilities and ensuring compliance with NAVSEA and SRF-JRMC standards. Proposals must be submitted by January 8, 2026, with the performance period running from March 30, 2026, to September 7, 2026. Interested contractors can reach out to Takayo Shiba at takayo.shiba.ln@us.navy.mil or Ai Gillard at ai.gillard.ln@us.navy.mil for further details.
    USNS MEGAR EVERS 2026 MTA
    Buyer not available
    The Department of Defense, specifically the Department of the Navy, is soliciting proposals for the USNS MEGAR EVERS 2026 Maintenance and Technical Assistance (MTA) contract. This opportunity involves various amendments to the original solicitation, including the addition and revision of work instructions, correction of contract line item numbers, and updates to the period of performance, which has been adjusted to span from August 19, 2026, to October 7, 2026. The contract is critical for ensuring the operational readiness and maintenance of naval vessels, particularly in the shipbuilding and repairing sector. Interested parties should note that the request for comments (RFC) is due by 10:00 AM EST on February 16, 2026, with the request for proposals (RFP) closing at 1:00 PM EST on March 5, 2026. For further inquiries, potential bidders can contact Darius Swift at darius.swift.civ@us.navy.mil or by phone at 564-226-4528.
    Shop 89 Touch Labor Support - Shipwrights
    Buyer not available
    The Department of Defense, through the Norfolk Naval Shipyard, is seeking proposals from qualified small businesses for the Shop 89 Touch Labor Support - Shipwrights contract. This procurement involves providing skilled personnel in various trades, including Shipwrights, Program Managers, Project Managers, and Supervisors, to support the maintenance and repair of naval vessels at the shipyard in Portsmouth, Virginia. The contract is crucial for ensuring the operational readiness of vessels such as the USS GEORGE H. W. BUSH and USS HARRY S. TRUMAN, with a performance period anticipated from February 2, 2026, to January 29, 2027, and an option to extend through July 30, 2027. Interested parties should direct inquiries to Alicia Almberg at alicia.l.almberg.civ@us.navy.mil or Melissa White at melissa.e.white13.civ@us.navy.mil, with proposals due by December 2, 2025.
    VXRail Support
    Buyer not available
    The Department of Defense, through the Naval Undersea Warfare Center, is conducting market research to identify vendors capable of providing license renewal for Dell VXRail Support Services. The specific requirements include software support and on-site service, with 24/7 hardware technical support for a total of 16 units, as well as ProSupport Next Business Day service for 32 units, covering vSAN and enterprise configurations for one year. This opportunity is crucial for maintaining operational efficiency and reliability of the Navy's IT infrastructure. Interested parties are encouraged to complete the attached "Questionnaire for Industry" and submit it via email to Naomi Newton at naomi.n.newton2.civ@us.navy.mil by the specified response deadline. Please note that this notice is for information planning purposes only and does not constitute a request for proposals.
    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.
    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.
    USS DEWEY DDG-105 FY26 6C1 SRA(d)
    Buyer not available
    The Department of Defense, through the NAVSUP Fleet Logistics Center Yokosuka, is soliciting proposals for the repair and maintenance of the USS DEWEY (DDG-105) during its scheduled availability from March 30, 2026, to June 20, 2026, at the Commander, Fleet Activities Yokosuka Naval Base in Japan. Contractors must possess an active U.S. Master Ship Repair Agreement (MSRA) or Agreement for Boat Repair (ABR) to be eligible for award, and the work will include structural, sheet metal, and rigging tasks, along with managing anticipated growth work. This procurement is critical for maintaining naval readiness and operational capability, ensuring that the USS DEWEY remains in optimal condition for future missions. Proposals are due by December 15, 2025, and interested parties should contact Josabeth Brizuela at josabeth.a.brizuela.civ@us.navy.mil or Neil Flint at neil.s.flint.civ@us.navy.mil for further information and access to the work specifications.
    J059 - Shore Equipment Installation and Maintenance Management Program (SEIMMP)
    Buyer not available
    The Department of Defense, through the Naval Supply Systems Command (NAVSUP) Fleet Logistics Center Norfolk, is seeking proposals for the Shore Equipment Installation and Maintenance Management Program (SEIMMP) under solicitation number N0018926R0001. This procurement aims to secure contractor support services for the engineering, installation, and maintenance of electronic systems and equipment, primarily in support of Fleet Cyber Command/Commander U.S. 10th Fleet (FCC/C10F) and related IT mission requirements. The contract will cover a five-year period with an option for a six-month extension, focusing on various Navy and non-Navy installations across the continental United States and overseas, with key performance locations including Fort Meade, MD, Chesapeake, VA, and Oahu, HI. Interested vendors must submit their proposals by January 6, 2026, and can direct inquiries to Ethan Othersen or Jacob Gephart via their provided email addresses.
    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.
    Unmanned Maritime Systems Support (UMSS)
    Buyer not available
    The Department of Defense, through the Naval Information Warfare Center (NIWC) Pacific, is soliciting proposals for Unmanned Maritime Systems Support (UMSS) under Request for Proposal (RFP) No. N6600126R0018. The procurement aims to provide comprehensive services including design, fabrication, integration, testing, and maintenance of unmanned maritime systems that support various U.S. Navy missions, such as explosive ordnance disposal and anti-submarine warfare. This contract is crucial for advancing the Navy's capabilities in both current and future maritime operations, with an anticipated award of multiple indefinite-delivery, indefinite quantity (IDIQ) contracts over an eight-year period. Interested firms should note that the RFP response deadline is extended to December 11, 2025, and for inquiries, contact Paige Miller at paige.r.miller5.civ@us.navy.mil or call 619-553-4386.