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, is soliciting proposals for the Joint Interoperability Division (JID) Support Services Joint Tactical Operations (JTO) Interface Training Program. This procurement aims to provide academic support services for the Joint Interoperability & Data Link Training Center (JID-TC), focusing on enhancing training and development for data link interoperability within the U.S. military and allied nations. The selected contractor will be responsible for delivering instructional support, maintaining curriculum, and enhancing operational capabilities related to Tactical Data Link (TDL) systems, with a performance period extending from December 2024 through December 2025. Proposals are due by September 23, 2024, with inquiries accepted until September 10, 2024. Interested parties should submit their proposals via email to Kevin Brennan at kevin.m.brennan21.civ@us.navy.mil, and must acknowledge the amendments to the solicitation as outlined in the attached documents.

    Point(s) of Contact
    Files
    Title
    Posted
    This document is an amendment to a solicitation for a government contract, extending the deadline for proposal submissions to 30 September 2024 at 12:00 PM EST. All terms and conditions of the original solicitation remain unchanged, except for the new submission deadline. Proposals must be sent via email to Kevin Brennan, the point of contact for this RFP, who is also responsible for answering questions related to the solicitation. The deadline for inquiries is set for 10 September 2024. It is noted that the incumbent contractor for this project is Advanced Computer Learning Company, LLC, and bidders are instructed not to use the "submit bid" button on the SAM website for submitting proposals. The document emphasizes the necessity for bidders to acknowledge the amendment and follow specific submission instructions outlined in detail. This amendment serves to ensure clarity and provide additional time for potential offerors, illustrating the government's commitment to transparency and fair competition in the contracting process.
    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.
    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.
    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.
    Naval Postgraduate School
    Active
    Dept Of Defense
    The Department of Defense, through the Naval Supply Systems Command Fleet Logistics Center Norfolk, is seeking to award a Firm, Fixed Price contract for specialized leadership training services at the Naval Postgraduate School (NPS). The procurement involves the co-design and implementation of two leadership workshops aimed at enhancing strategic communication and conflict management for 100 Supply Corps Waterfront leaders, specifically targeting junior officers. These workshops are critical for improving operational readiness within the Department of the Navy and are scheduled to take place in Fall 2024 and Spring 2025 in Norfolk, Virginia. Interested vendors must submit their quotes electronically to Nadia Misa by 10:00 AM EST on September 19, 2024, with the contract period extending from September 23, 2024, to September 22, 2025.
    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.
    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.
    DLPT5 Full Range Test Item Development
    Active
    Dept Of Defense
    The Department of Defense, specifically the Defense Language Institute Foreign Language Center (DLIFLC), is seeking proposals for the development of test items for the Defense Language Proficiency Test (DLPT5) across multiple languages. The procurement aims to create between 5,000 to 7,500 test items annually that assess foreign language proficiency for military and government linguists, adhering to specific development specifications aligned with the Interagency Language Roundtable (ILR) standards. This initiative is critical for ensuring the strategic readiness of the Department of Defense, as the results of these tests directly impact the evaluation of linguists' capabilities. Proposals are due by October 16, 2024, with the contract expected to span from October 31, 2024, to October 30, 2029, including a minimum guarantee of $7,500 and a cumulative ceiling of 35,000 test items. Interested parties can contact Jayson Dillard at jayson.l.dillard.civ@army.mil for further information.
    Intelligence Support Services Joint III – Synopsis (H92402-24-R-0001)
    Active
    Dept Of Defense
    The United States Special Operations Command (USSOCOM) is preparing to release a Request for Proposal (RFP) for Intelligence Support Services Joint III (H92402-24-R-0001), aimed at providing comprehensive intelligence services across various functional areas. The contract will be structured as a single-award Indefinite Delivery Indefinite Quantity (IDIQ) with Cost Plus Fixed-Fee (CPFF) pricing, requiring qualified Service-Disabled Veteran-Owned Small Businesses (SDVOSB) to deliver actionable intelligence in support of military and humanitarian missions worldwide. Interested vendors must register in SAM.gov under NAICS code 541990 and demonstrate a NIST SP 800-171 Assessment score of 110 to access the Statement of Work and related documents. The anticipated RFP release is scheduled for the week of September 23, 2024, with proposals due approximately 45 days thereafter; for inquiries, contact LTC Marsha Leventry at marsha.leventry@socom.mil or Amy Jaskela at amy.c.jaskela.civ@socom.mil.
    Leadership At All Levels Request for Information
    Active
    Dept Of Defense
    The Department of Defense, specifically the Marine Corps Systems Command (MARCORSYSCOM), is seeking proposals for leadership development services aimed at training 50-60 personnel over a 6-7 month period, with training expected to commence by March 17, 2025. The services required include training courses, assessments, self-paced learning activities, and individual coaching, focusing on at least three of the Office of Personnel Management’s designated leadership competencies such as Conflict Management, Team Building, and Problem Solving. Vendors must ensure that training is delivered in either synchronous or asynchronous formats, providing clear learning outcomes and a comprehensive instructional approach. Interested parties should submit their capability statements within 15 days, and for further inquiries, they can contact Mark R. Sanderson at mark.sanderson@usmc.mil or Alex Diviney at alexandra.diviney@usmc.mil.
    ACTS II IDIQ RFP
    Active
    Dept Of Defense
    The Department of Defense, specifically the Department of the Navy's NAWC Training Systems Division, is soliciting proposals for the ACTS II IDIQ RFP, aimed at acquiring engineering services under a Women-Owned Small Business (WOSB) set-aside program. The procurement seeks to establish a contract for training aids, which are critical for enhancing military training and operational readiness. Interested vendors must submit their proposals by October 28, 2024, at 16:00 EST, and are encouraged to direct any inquiries to Dean Deford at dean.p.deford@navy.mil or Samantha Treacy at samantha.a.treacy.civ@us.navy.mil, with questions due by September 26, 2024, at 14:00 EST.