Joint Interoperability Division (JID) Support Services Joint Tactical Operations (JTO) Interface Training Program
ID: N0018924RZ048 Type: Solicitation
Overview

Buyer

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

NAICS

Engineering Services (541330)

PSC

SUPPORT- PROFESSIONAL: ENGINEERING/TECHNICAL (R425)

Set Aside

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

    The Department of Defense, specifically the Department of the Navy through NAVSUP FLT LOG CTR Norfolk, is soliciting proposals for the Joint Interoperability Division (JID) Support Services Joint Tactical Operations (JTO) Interface Training Program. The primary objective of this procurement is to provide academic support services for the Joint Interoperability & Data Link Training Center (JID-TC), focusing on training and curriculum maintenance related to Tactical Data Link (TDL) interoperability for U.S. and allied forces. This initiative is crucial for enhancing joint military capabilities and ensuring operational readiness through effective training programs. Proposals are due by September 23, 2024, and interested parties should direct inquiries to Kevin Brennan at kevin.m.brennan21.civ@us.navy.mil or Mary Mezzatesta at mary.l.mezzatesta.civ@us.navy.mil. The project is set to commence in December 2024 and run through December 2025, with options for extension.

    Point(s) of Contact
    Files
    Title
    Posted
    The document outlines a Request for Proposals (RFP) for academic support services for the Joint Interoperability & Data Link Training Center (JID-TC), which focuses on delivering training and development for data link interoperability within the U.S. Department of Defense and allied nations. Proposals are due by September 23, 2024, and should be submitted via email to the designated contact, Kevin Brennan. The scope of work includes providing instructional support for numerous courses, curriculum maintenance, and operational capabilities enhancement related to Tactical Data Link (TDL) systems. Key tasks encompass developing, planning, and coordinating educational programs that comply with Joint Training Policy, delivering both in-person and online training sessions, and maintaining updated course materials. There’s also emphasis on training for Joint Interface Control Officers (JICO) and integration of new training technologies. The document specifies a timeline for the performance period from December 2024 through December 2025, with options for expansion. It is structured into sections detailing solicitation instructions, supply requirements, specific performance requirements, and curriculum management responsibilities. Overall, the RFP demonstrates the government's initiative to enhance collaborative training, ensuring readiness in joint and coalition operations through structured academic support and logistical planning.
    The document outlines a federal Request for Proposal (RFP) for the Joint Interoperability & Data Link Training Center (JID-TC) support services. The primary objective is to deliver academic instruction and curriculum maintenance related to Tactical Data Link (TDL) interoperability. Key tasks include developing course materials, training instructors, and certifying allied courses. The services will cover various modes of training delivery, including classroom instruction, mobile training teams, and online formats, to ensure compliance with Joint Training Policy and Guidelines. Proposals are due on September 23, 2024, and inquiries must be submitted by September 10, 2024. The solicitation allows for various itemized services such as academic support and curriculum development spanning from 2024 to 2025, with multiple optional items for extended periods. Detailed requirements for personnel qualifications highlight the need for experienced instructors in relevant technical fields to ensure high training standards. Overall, the RFP emphasizes the need for skilled contractors to support the JID-TC's mission of enhancing joint military capabilities through effective training programs and development, thereby maintaining the operational readiness of the U.S. armed forces and allies.
    The document serves as a Corporate Experience and Past Performance Information Form required for federal and state RFPs. It collects vital information about an offeror's previous contracting performance, including contractual details such as contract numbers, customer information, and total project costs over the past five years. It requires details about personnel involved, the period of performance, and a thorough description of the work undertaken, emphasizing its relevance to current solicitations. Additionally, the form seeks to identify any issues encountered during the contract period, along with corrective actions taken to address these challenges. It also requires information about any subcontractors used, detailing their contributions and financial value. This structured approach allows for comprehensive evaluation of an offeror’s experience, ensuring that government entities can assess past performance effectively to make informed contracting decisions. The focus on detailed accountability reflects the commitment to transparency and quality in government contracting processes.
    The document is a Contract Security Classification Specification (DD Form 254) for a Department of Defense contract. It outlines the security requirements and classification levels needed for a project aimed at supporting the Joint Interoperability & Data Link Training Center (JID-TC) for the Joint Interface Control Officer (JICO) course, intended for U.S. and allied training. The project requires a Top Secret Facility Security Clearance but does not necessitate safeguarding classified materials at the contractor's facility. The prime contract number is N0018923F3042, with a due date for submission of proposals on January 17, 2024. The document specifies access needs and mentions that no public release of information is permitted without prior government approval. Additionally, it details the necessary security measures and responsibilities associated with the handling of classified and Controlled Unclassified Information (CUI). The contractor is responsible for ensuring that all security incidents are reported appropriately. The certification signatures confirm that security requirements are deemed adequate for the project's classified information. Overall, the file serves to ensure compliance with the National Industrial Security Program and outlines the responsibilities of those involved in the contract.
    The document is a Request for Proposals (RFP) N0018924RZ048, focusing on pricing for various labor categories and courses related to Joint Tactical Training and Allied Training instructor services. It includes a detailed pricing worksheet where offerors are instructed to fill out the hourly rates, hours, and total costs for specified labor categories, including Program Manager, Logistician, Instructional Designer, Adult Education Specialist, and others. The RFP outlines project phases, which span from December 2024 to December 2028, segmented into base periods and options for extensions. The RFP requires offerors to specify costs for each category across different periods, supporting various training courses. The categories are tied to specific training initiatives aimed at enhancing government educational programs. The document emphasizes the importance of curriculum development support, ensuring qualified personnel are in place for effective training delivery. Additionally, it underscores transparency in pricing to facilitate government budgeting and procurement processes for these educational services.
    Similar Opportunities
    Training Support Team (J-7)
    Active
    Dept Of Defense
    The Defense Health Agency (DHA) is soliciting proposals for a non-personal services contract to support its Training Support Team (J-7), focusing on e-Learning courseware development and instructional system design (ISD). The contractor will be responsible for delivering comprehensive training support, including the creation and administration of instructional materials, Learning Management System (LMS) operations, and ensuring compliance with Section 508 standards. This initiative is crucial for enhancing the training efficiency and educational offerings of the DHA, ultimately serving over 9.6 million beneficiaries within the military healthcare system. Proposals are due by September 19, 2024, with inquiries accepted until August 8, 2024; interested parties should contact Linda M. Walker or Janet H. Lee via email for further information.
    U--DMSS-N training for NAVIFOR
    Active
    Dept Of Defense
    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.
    The Joint Threat Emitter (JTE) Program/Logistics Support
    Active
    Dept Of Defense
    The Department of Defense, specifically the Department of the Air Force, is soliciting proposals for the Joint Threat Emitter (JTE) Program/Logistics Support under solicitation number FA8210-24-R-5014. This procurement involves a Firm Fixed Price Indefinite Delivery Indefinite Quantity (IDIQ) contract aimed at providing comprehensive support for the JTE system, including software maintenance, training, and logistics for various command and control units over a five-year period, with an estimated maximum value of $250 million. The JTE system is crucial for military training and operational readiness, facilitating realistic threat simulation for air defense systems. Interested contractors must submit their proposals, adhering to specific guidelines and deadlines, and can direct inquiries to Patrick Robello at patrick.robello.1@us.af.mil.
    FINAL: Fielded Training Systems Support V (FTSS V) Navigation Seamanship and Ship-handling (NSS) Contractor Instructor Services (CIS)
    Active
    Dept Of Defense
    The Department of Defense, specifically the Department of the Navy, is soliciting proposals for the Fielded Training Systems Support V (FTSS V) Navigation Seamanship and Ship-handling (NSS) Contractor Instructor Services (CIS). This procurement aims to secure contractor instructor services to enhance training systems related to navigation and seamanship, which are critical for operational readiness and effectiveness in naval operations. Interested parties, particularly FTSS V Lot 1 MAC holders, are encouraged to request the associated RFP documents from the Contract Specialist, Rebecca Woods, at rebecca.a.woods2.civ@us.navy.mil, with questions due by September 17, 2024. The procurement process will be informed by the qualifications and past performance of the bidders.
    MK-18 COMMAND & CONTROL (C2) COURSE OF INSTRUCTION
    Active
    Dept Of Defense
    The Department of Defense, through NAVSUP Fleet Logistics Center San Diego, is soliciting proposals for the MK-18 Command & Control (C2) Course of Instruction, aimed at enhancing the operational capabilities of U.S. Navy Explosive Ordnance Disposal (EOD) forces. The contract, set aside for small businesses, requires the contractor to deliver a comprehensive five-day training program for EOD leadership on the effective use of the MK-18 Unmanned Underwater Vehicle (UUV) system, with courses scheduled for EODGRU ONE and EODGRU TWO. This training is critical for ensuring that EOD personnel can meet current operational requirements and effectively employ advanced underwater technologies. Interested contractors must submit their proposals by September 20, 2024, and are encouraged to register in the System for Award Management (SAM) prior to submission. For further inquiries, potential bidders can contact Patricia Castillo at patricia.castillo26.civ@us.navy.mil or Christine Jordan at christine.jordan@navy.mil.
    Joint Tactical Terminal – Transceiver (JTT-X)
    Active
    Dept Of Defense
    The Department of Defense, through the Naval Air Systems Command (NAVAIR), is seeking to procure a replacement for the Joint Tactical Terminal – Receiver (JTT-R), specifically the Joint Tactical Terminal – Transceiver (JTT-X), to be installed on F/A-18E, F/A-18F, and EA-18G aircraft platforms. The JTT-X is designed to provide resilient communications for delivering critical battlefield intelligence and targeting information in near real-time, utilizing advanced satellite communication capabilities and adhering to Modular Open Systems Approach (MOSA) and Sensor Open Systems Architecture (SOSA) standards. Interested businesses must demonstrate their technical capabilities and experience in manufacturing relevant components, with submissions due by October 1, 2024, and a technical clarification meeting scheduled for September 23-24, 2024. For further inquiries, interested parties can contact Ryan Lysaght or Jessica Myers via their provided emails.
    Personnel and Pay Integration and Sustainment
    Active
    Dept Of Defense
    The Department of Defense, through the Naval Information Warfare Systems Command (NAVWAR), is seeking proposals for the Personnel and Pay Integration and Sustainment requirement, aimed at maintaining and enhancing the Navy's manpower and personnel systems. This procurement involves the operation, sustainment, and integration of the Navy Standard Integrated Personnel System (NSIPS) with pay capabilities, ensuring compliance with cybersecurity regulations and providing essential support services. The anticipated contract will be an Indefinite Delivery/Indefinite Quantity (ID/IQ) contract with a total ceiling of $338 million, and proposals are expected to be submitted by August 1, 2024, with an award anticipated in March 2025. Interested parties can direct inquiries to Contract Specialist Virginia Boyanton at virginia.s.boyanton.civ@us.navy.mil or by phone at 407-380-4440.
    FY 26 CLASSIFIED INDUSTRY DAY
    Active
    Dept Of Defense
    The Department of Defense, specifically the Navy Engineering Logistics Office, seeks industry partners for its FY26 Classified Industry Day. This advanced planning brief to industry (APBI) is a precursor to a classified solicitation planned for release in February/March 2025. The event will share details on the upcoming solicitation for Surveillance, Collection, and Operations Support (SCOS) requirements. Businesses specializing in national security and experimental development for the Department of Defense are encouraged to attend. Registration is required to attend the Industry Day, which will take place on January 14, 2025. Businesses must register by November 15, 2024, to access the event. For more information, interested parties can contact the Contracting Officer via email at BIDShelp@cttso.gov or refer to the additional information available at https://bids.iwtsd.gov. This opportunity is a significant step in the Navy's planning process, and registered attendees will gain valuable insights into the upcoming solicitation.
    Hazardous Substance Incident Response Management (HSIRM) Courses
    Active
    Dept Of Defense
    The Department of Defense, through the Naval Supply Systems Command (NAVSUP) Fleet Logistics Center Norfolk, is seeking qualified contractors to provide Hazardous Substance Incident Response Management (HSIRM) training courses. The procurement involves delivering thirty-two 3-day HSIRM courses and up to forty refresher courses annually, aimed at equipping military and civilian personnel with essential skills for safe hazardous material response in compliance with federal, state, and Navy regulations. This training is critical for ensuring operational readiness and safety in hazardous situations, with the contract structured as a firm fixed price Indefinite Delivery Indefinite Quantity (IDIQ) agreement. Interested vendors must submit their quotations by the deadline, with the solicitation expected to be available on Sam.gov around August 8, 2024. For further inquiries, vendors can contact Angelo Conicelli at angelo.l.conicelli.civ@us.navy.mil or Christopher Whiteside at christopher.d.whiteside2.civ@us.navy.mil.
    User Experience/User Interface (UX/UI) Design and Engineering
    Active
    Dept Of Defense
    The Department of Defense, through the Naval Information Warfare Center (NIWC) Pacific, is preparing to issue a Request for Proposal (RFP) for User Experience/User Interface (UX/UI) design and engineering services aimed at enhancing Command, Control, Communications, Intelligence, Surveillance, and Reconnaissance (C4ISR) systems. The procurement will focus on applying UX/UI methodologies to both software and hardware throughout the lifecycle of the products, ensuring that human factors are systematically integrated into the design process. This opportunity is significant as it addresses critical user interactions and usability standards necessary for effective military operations. The anticipated contract will be a single award indefinite delivery, indefinite quantity (IDIQ) contract with a five-year ordering period, and it is set to be released around mid to late September 2024. Interested parties can direct inquiries to Contract Specialist Magda V. Velarde at magda.velarde@navy.mil or by phone at 619-947-1934.