125th STS Dive Master and Dive Locker Service
ID: W50S8Y25QA014Type: Solicitation
Overview

Buyer

DEPT OF DEFENSEDEPT OF THE ARMYW7NW USPFO ACTIVITY ORANG 142PORTLAND, OR, 97218-2797, USA

NAICS

All Other Support Services (561990)

PSC

SUPPORT- PROFESSIONAL: OTHER (R499)

Set Aside

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

    The Department of Defense, specifically the Department of the Army, is seeking a contractor to provide Dive Master and Dive Locker Support Services for the 125th Special Tactics Squadron located in Portland, Oregon. The contractor will be responsible for supplying all necessary personnel, equipment, and technical expertise to maintain diving equipment and assist in operational checks and training sessions, with a strong emphasis on military diving experience and credibility within the Navy dive community. This service is crucial for enhancing the combat readiness and operational capabilities of Special Tactics personnel. Interested parties should direct any inquiries to James Vogt at james.vogt.4@us.af.mil by August 11th, with a consolidated list of questions and answers to be posted by August 15th. This opportunity is set aside for Service-Disabled Veteran-Owned Small Businesses (SDVOSBC) under NAICS code 561990.

    Point(s) of Contact
    Files
    No associated files provided.
    Lifecycle
    Similar Opportunities
    Bravo Dive Boat 65DS1101
    Buyer not available
    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.
    Military Free Fall Training Support Services
    Buyer not available
    The Department of Defense, through the Naval Supply Systems Command (NAVSUP) Fleet Logistics Center Norfolk, is seeking to award a Firm Fixed Price indefinite delivery indefinite quantity (IDIQ) contract for Military Free Fall (MFF) Training Support Services for the Commander, Explosive Ordnance Disposal Group TWO (COMEODGRU TWO). The contractor will be responsible for providing fully qualified Accelerated Free Fall Instructors, parachute riggers, and other personnel necessary for instructional support and quality assurance inspection related to the course of instruction. This procurement is crucial for maintaining the operational readiness and training standards of military personnel involved in explosive ordnance disposal operations. The solicitation is expected to be available on or around February 2, 2026, and interested contractors should direct inquiries to Sherell Brown at sherell.g.brown.civ@us.navy.mil or Morgan Olszak at morgan.e.olszak.civ@us.navy.mil.
    Training in the fabrication and flying of First Person View (FPV) small, unmanned aircraft system (sUAS)
    Buyer not available
    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.
    Drop Zone Safety Officer DZSO Complete Kit
    Buyer not available
    The Department of Defense, specifically the Department of the Army, is seeking proposals for the procurement of a comprehensive Drop Zone Safety Officer (DZSO) Complete Kit. This kit includes various components such as wireless controllers, light modules, wind direction indicators, and other essential equipment designed to enhance safety and operational efficiency during airborne drop zone activities. The goods are critical for ensuring the safety of personnel and equipment during airborne operations, particularly at Camp James E. Rudder, Eglin Air Force Base, FL. Interested small businesses are encouraged to reach out to Christian Quinn at christian.j.quinn3.mil@army.mil for further details, as this opportunity is set aside for total small business participation under FAR 19.5.
    BROAD AGENCY ANNOUNCEMENT - BIOMEDICAL RESEARCH AND DIVING EQUIPMENT DEVELOPMENT
    Buyer not available
    The Department of Defense, specifically the Naval Sea Systems Command (NAVSEA), is soliciting proposals through a Broad Agency Announcement (BAA) for biomedical research and diving equipment development aimed at enhancing diver health, safety, and performance, as well as submarine escape and rescue capabilities. The primary objectives include improving diving equipment and biomedical aspects related to diver operations, with a focus on areas such as breathing gas supply, human performance, environmental protection, decompression, and submarine rescue strategies. This initiative is critical for advancing the safety and effectiveness of Navy personnel during underwater operations, with contracts typically averaging around $300,000 annually. Interested parties must submit pre-proposals by November 30, 2024, for FY26 funding, with full proposals due by February 28, 2025. For further inquiries, contact Lisa Grayum at lisa.m.grayum.civ@us.navy.mil or Daniel Kough at daniel.w.kough2.civ@us.navy.mil.
    25--DAVIT,VEHICLE,BOOM
    Buyer not available
    The Department of Defense, through the Defense Logistics Agency (DLA Land and Maritime), is seeking quotes for the procurement of 89 units of the NSN 2590009532172 DAVIT, VEHICLE, BOOM, under a Combined Synopsis/Solicitation notice. This procurement may lead to an Indefinite Delivery Contract (IDC) with a one-year term or until the total orders reach $350,000, with an estimated 10 orders per year and a guaranteed minimum quantity of 13 units. The items are critical components for military armored vehicles and will be shipped to various DLA depots both within the continental United States (CONUS) and outside (OCONUS). Interested vendors must submit their quotes electronically, and any inquiries should be directed to the buyer via email at DibbsBSM@dla.mil, with the solicitation available online at the DLA's website.
    42--BREATHING APPARATUS
    Buyer not available
    The Department of Defense, through the Defense Logistics Agency (DLA Troop Support), is seeking quotes for the procurement of breathing apparatus, specifically NSN 4240017224795, with a requirement for 93 units to be delivered to FB4654 434 LRS LGRS within 20 days after order (ADO). This equipment is critical for fire, rescue, and safety operations, underscoring its importance in ensuring the safety and operational readiness of military personnel. The solicitation is a total small business set-aside, and all responsible sources are encouraged to submit electronic quotes, as hard copies will not be available. Interested parties should direct any inquiries to the buyer via email at DibbsBSM@dla.mil, and the solicitation can be accessed through the DLA's DIBBS website.
    Stern tube/ Dive Inspection
    Buyer not available
    The Department of Homeland Security, specifically the U.S. Coast Guard, is seeking proposals from qualified small businesses for a stern tube and dive inspection of the USCGC RESOLUTE, scheduled to take place from December 15 to December 19, 2025, in St. Petersburg, Florida. The contractor will be responsible for conducting a thorough underwater inspection of the propulsion shaft bearings, focusing on diagnosing noise and vibration issues, and must adhere to safety protocols and communication requirements as outlined in the Statement of Work. Interested contractors must submit their firm fixed price proposals, including detailed cost breakdowns and compliance with federal regulations, by December 10, 2025, at 12:00 PM EST, to Mr. Cornelius Claiborne via email. For further inquiries, potential offerors may contact Mr. Claiborne or Contracting Officer Patricia Fremming.
    42--BREATHING APPARATUS
    Buyer not available
    The Department of Defense, through the Defense Logistics Agency (DLA Troop Support), is seeking quotes for the procurement of breathing apparatus, specifically NSN 4240015791027, with a requirement for 12 units to be delivered to DLA Distribution San Joaquin within 110 days after order. This equipment is critical for fire, rescue, and safety operations, ensuring the safety of personnel in hazardous environments. The solicitation is set aside for Women-Owned Small Businesses (WOSB), and all responsible sources are encouraged to submit electronic quotes, as hard copies will not be available. Interested parties should direct any questions to the buyer via email at DibbsBSM@dla.mil, and the solicitation can be accessed through the DLA's DIBBS website.
    CENTRAL COAST RANGER DISTRICT SEPTIC/VAULT PUMPING
    Buyer not available
    The U.S. Department of Agriculture, specifically the Forest Service, is soliciting proposals for septic and vault pumping services at the Central Coast Ranger District in Waldport, Oregon. The contractor will be responsible for the removal and disposal of sewage and foreign debris from various vault toilets, ensuring compliance with environmental and safety regulations, with services required year-round and peak demand from April to October. This procurement is vital for maintaining sanitation at public recreation sites, which include campgrounds and day-use areas, and is set aside for small businesses under the NAICS code 562991. Proposals must be submitted by December 15, 2025, to Jared Machgan at jared.machgan@usda.gov, with a fixed firm price required for all services and a base contract period from January 1, 2026, to December 31, 2026, along with two optional years.