Hazardous Substance Incident Response Management (HSIRM) Courses
ID: N0018924Q0245Type: Combined Synopsis/Solicitation
Overview

Buyer

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

NAICS

Professional and Management Development Training (611430)

PSC

EDUCATION/TRAINING- VOCATIONAL/TECHNICAL (U006)

Set Aside

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

    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.

    Files
    Title
    Posted
    The document outlines a Contract Administration Plan (CAP) for managing fixed-price, indefinite delivery contracts within the federal government. It delineates the roles and responsibilities of various parties involved in contract administration, including the Procuring Contract Office (PCO), Contract Administration Office (CAO), Ordering Officer, Contracting Officer's Representative (COR), Technical Assistant (TA), and paying office. Each role encompasses specific responsibilities, such as overseeing pre-award duties, managing contract modifications, monitoring contractor performance, and ensuring proper invoice review. The COR, tasked with technical interface and contract surveillance, must avoid crossing into supervision, reinforce contractual compliance, and conduct performance evaluations. The TA assists the COR by identifying deficiencies and supporting documentation. Overall, the CAP aims to streamline contract administration while providing guidance on compliance and duties, ensuring government contracts are executed efficiently and effectively in line with federal regulations. This structure supports the overarching context of government RFPs and grants by clarifying operational responsibilities and enhancing accountability in contract management.
    The Quality Assurance Surveillance Plan (QASP) for the Hazardous Substance Incident Response Management (HSIRM) Course outlines a structured approach to ensure contractor performance aligns with established standards under the Performance Based Service Contract. This document serves to verify that the services delivered meet the specified quality, enabling the government to ensure it pays only for satisfactory services. The QASP is authorized by the Federal Acquisition Regulation and delineates roles for the Contracting Officer and the Contracting Officer’s Representative (COR), focusing on effective oversight of the contractor’s performance. Key methods for quality assurance include customer feedback, periodic audits, and routine inspections, aimed at monitoring deliverables such as Course Completion Reports and student critiques. A detailed QASP matrix specifies performance metrics, acceptable error rates, and responses for when standards are not met. The COR maintains a Quality Assurance File to keep records throughout the contract's duration, ensuring accountability and thorough documentation of contractor performance. Overall, the QASP emphasizes compliance and quality control, crucial in government contracting contexts, particularly within federal grants and RFPs.
    The Contractor Discrepancy Report serves to document and address discrepancies observed in a contractor's performance under a specific contract, although the task order details are not applicable. It includes sections for the contractor’s explanation of the issue, the corrective actions taken, and government oversight comments. Key information captured in the document includes the contractor's name, date, and the signature of the contracting officer, ensuring accountability and proper resolution of the discrepancies. The report aims to maintain compliance with federal contracting standards, documenting necessary communication between the contractor and the government's representative (COR). This structure facilitates the identification of issues and reinforces the importance of transparency and corrective measures within contract execution, providing a structured approach to managing contractor performance under government RFPs and grants.
    The PAST PERFORMANCE INFORMATION FORM is a critical component for government procurement processes, particularly in Request for Proposals (RFPs) and grants. This form solicits detailed performance data from offerors, requiring information such as the offeror’s name, contract identifiers, customer contact details, and total contract value. It mandates a breakdown of the performance period, including start and end dates, total personnel involved annually, and a comprehensive description of the work performed, demonstrating relevance to the solicitation's scope. Furthermore, it seeks insight into subcontractor utilization, including their roles and financial contributions. This structured approach ensures that evaluating entities can assess an offeror's relevant experience and capabilities within the context of government contracts, contributing to informed decision-making during the bidding process.
    The document is a Past Performance Report Form related to Solicitation N0018924Q0245, issued by the Fleet Logistics Center Norfolk (FLCN). It is intended for use in evaluating contractor performance for federal contracts. The form requires details about the contractor, including contract and contact information, and solicits feedback on various performance aspects. Key areas of evaluation include quality—specifically in recruiting, retention, meeting contract requirements, timeliness, and responsiveness. Contractors must provide insights on customer satisfaction, issues encountered, cost control, and overall strengths and weaknesses. The report aims to assess the contractor's likelihood of successful performance on future government contracts, emphasizing prior contract fulfillment quality and problem resolution capabilities. The solicitation underscores the importance of thorough evaluation of contractors, guiding decision-making processes for future awards. Overall, the form ensures a systematic approach to performance assessment, aligning with federal acquisition regulations.
    The document details pricing for training services related to Hazardous Substance Incident Response Management (HSIRM) provided by the Naval Safety and Environmental Training Center. It outlines a 5-year ordering period from November 1, 2024, to October 31, 2029, with a maximum financial ceiling of $1,803,353.38 allocated for HSIRM courses and a ceiling of $1,974,870.00 for associated travel costs. Additionally, an option for an 8-month extension from November 1, 2029, to April 30, 2030, is included, which anticipates a total of $200,141.36 for HSIRM courses and $217,210.00 for travel expenses. The pricing spreadsheet follows the structure mandated by federal regulations, providing comprehensive financial information for potential government contracts. Overall, the purpose is to outline the available services and associated costs, ensuring compliance with federal contracting guidelines for training in hazardous response management.
    The document outlines the procurement process for an Indefinite-Delivery, Indefinite-Quantity (IDIQ) contract involving hazardous substance incident response management training. It details the minimum and maximum contract quantities and values, specifying a minimum total contract value of $1,000.00 and maximum value of $3,778,223.38 across various Contract Line Item Numbers (CLINs). An award will be made based on offers evaluated against technical approach, past performance, and pricing, with a significant emphasis on technical factors. Vendors must submit comprehensive quotes divided into three volumes addressing technical compliance, past performance references, and detailed pricing. The evaluation criteria prioritize the vendor’s understanding of requirements and their established performance record. The document emphasizes the importance of adherence to submission guidelines, including formats, page limitations, and specific content required for quote evaluation. Contract performance begins after a specified date, with potential extensions based on task order issuance. This procurement structure is aimed at ensuring the selected vendor provides high-quality training services, maintaining compliance with federal acquisition regulations while optimizing resource expenditure.
    The document outlines a Request for Proposal (RFP) for Hazardous Substance Incident Response Management (HSIRM) training and refresher courses for the Department of Navy. The contractor is required to deliver thirty-two 3-day HSIRM courses and forty potential refresher courses annually, with training conducted both on-site and globally. Classes will be held at various designated CONUS and OCONUS locations, contingent on government funding. The training aims to equip military and civilian personnel with skills for safe hazardous material response in accordance with federal, state, and Navy regulations. The contractor must provide all necessary materials and ensure compliance with specific accreditation and safety standards. Instructors need to possess relevant academic qualifications and substantial experience in safety, health, and environmental training. The document stipulates the roles of both the contractor and the government, detailing expectations for reporting, safety compliance, and evaluation of training effectiveness. The structure emphasizes the importance of maintaining high educational standards and adapting to regulatory updates, which is critical in the context of federal grants and RFPs focused on public safety and environmental protection.
    The document outlines the Agreement between Japan and the United States regarding the facilities and areas and the status of U.S. Armed Forces in Japan, signed on January 19, 1960, and effective from June 23, 1960. It defines critical terms such as "members of the United States armed forces" and "civilian component," establishes the U.S. rights to use specific facilities in Japan, and details the operational measures the U.S. can undertake within these areas. It also delineates obligations related to returns of facilities, exemptions from certain taxes, and the treatment of personnel regarding entry into Japan. The agreement emphasizes cooperation in military and civil activities, ensuring the U.S. maintains operational readiness while respecting Japanese sovereignty. Provisions address customs exemptions, employment regulations for U.S. military personnel, and the non-liability of the U.S. armed forces for Japanese taxes during their service. This comprehensive document reflects the mutual defense relationship symbolized by the Treaty of Mutual Cooperation and Security, aiming to facilitate U.S. military presence while ensuring engagement with Japan's laws and systems.
    The document is a wage determination report by the U.S. Department of Labor under the Service Contract Act, specifically Wage Determination No. 2015-4195, Revision No. 26. This report outlines the minimum wage requirements for contractors servicing federal contracts in New Jersey, effective from January 30, 2022. Contracts must comply with either Executive Order 14026, mandating a wage of at least $17.20 per hour, or Executive Order 13658, which sets a minimum of $12.90 for contracts awarded between January 1, 2015, and January 29, 2022. The report details occupational wage rates across various job classifications, along with required fringe benefits such as health, vacation, and holiday pay. It also explains the conformance process for unlisted job classifications, establishing procedural requirements for contractors when additional classifications are needed. The outlined regulations emphasize worker protections and ensure compliance with federal wage standards, reflecting the government’s commitment to fair labor practices in federal contracting environments.
    The document presents wage determinations under the Service Contract Act (SCA), effective for contracts awarded or extended in Pennsylvania from January 30, 2022, onwards, setting minimum wage rates and benefits for various occupations. Contractors are mandated to comply with Executive Orders, primarily EO 14026, which stipulates a minimum wage of $17.20 per hour for covered workers. The file details specific pay rates for numerous job classifications, including administrative support, automotive service, food preparation, health occupations, protective services, and technical occupations, among others. Additionally, it outlines benefits that must be provided, such as health and welfare compensation, vacation, and holiday pay. Special provisions are made for uniform allowances and hazardous pay for certain roles. The document emphasizes the requirement for contractors to file requests for additional classifications or wage rates for unlisted occupations, ensuring fair compensation aligns with existing classifications. This comprehensive guidance ensures compliance with wage laws in federal contracts, enhancing labor standards in governmental procurement processes.
    The document outlines wage determinations under the Service Contract Act (SCA), directed by the U.S. Department of Labor. It specifies the minimum wage rates that federal contractors must pay their covered workers for contracts entered into or renewed after January 30, 2022, including a generally applicable minimum of $17.20 per hour as per Executive Order 14026. For contracts awarded between January 1, 2015, and January 29, 2022, the minimum wage is set at $12.90 per hour under Executive Order 13658. The document includes specific wage rates for various occupations, particularly in administrative, automotive, food service, general support, health, and technical sectors, along with corresponding fringe benefits such as health and welfare contributions. Additionally, it details requirements for paid sick leave, holiday pay, and uniform allowances. A conformance process is described for occupations not explicitly listed, ensuring fair compensation aligned with the SCA standards. This wage determination is relevant for RFPs, grants, and contracts at federal, state, and local levels, promoting equitable labor standards in government contracting.
    The document outlines the Wage Determination No. 2015-4341, issued by the U.S. Department of Labor's Wage and Hour Division, detailing minimum wage requirements for federal contracts under the Service Contract Act. Effective from January 30, 2022, contractors must pay workers at least $17.20 per hour or greater based on specific occupation rates for contracts initiated or extended after this date. For contracts awarded between January 1, 2015, and January 29, 2022, the minimum wage is set at $12.90 per hour. Wages are provided for various occupations within North Carolina and Virginia, with rates and positions specified. Health and welfare benefits, vacation, and holiday entitlements are also addressed. The document emphasizes compliance with Executive Orders regarding paid sick leave and noted exceptions for certain states and seasonal contracts. An analytical process for any unlisted class of employees is defined, including a conformance process to ensure fair wage classification. The document serves as a comprehensive guide for contractors to adhere to labor laws and maintain equitable compensation for their employees on government contracts.
    The document is a wage determination by the U.S. Department of Labor under the Service Contract Act, specifically for contracts involving service contracts in South Carolina. It sets out minimum wage rates for various occupations effective in 2024, requiring contractors to adhere to these rates based on whether contracts are initiated or extended under Executive Orders 14026 or 13658. The minimum wage for covered workers is specified as at least $17.20 per hour or $12.90, depending on contract dates. Additionally, the document lists various occupations, corresponding wage rates, and required fringe benefits, including health and welfare compensation and paid sick leave for federal contractors. The document defines processes for classifying occupations not listed and ensuring compliance with labor regulations. This wage determination underscores the government's commitment to fair labor practices and worker protections in federal contracts. The information is relevant for contractors participating in federal grants and RFPs by ensuring adherence to wage standards and worker benefits.
    The document outlines the Wage Determination under the Service Contract Act (SCA) issued by the U.S. Department of Labor, detailing minimum wage rates for various occupations in Georgia's Camden, Charlton, and Pierce counties. Effective for contracts awarded or extended after January 30, 2022, the minimum wage is set at $17.20 per hour per Executive Order 14026; contracts dated earlier fall under Executive Order 13658, requiring a minimum of $12.90 per hour. The document lists wage rates for numerous occupations ranging from clerical roles to advanced technical positions, along with required fringe benefits like health and welfare, vacation, and holiday pay. Additionally, it addresses conformance procedures for unlisted job classifications and provides specifics on requirements for paid sick leave under Executive Order 13706. This wage determination ensures fairness in compensation for workers on government contracts, emphasizing adherence to the established pay rates and benefits. The inclusion of hazard pay, uniform allowances, and specifics for various job classifications (notably IT and maintenance roles) reflects the document's comprehensive approach to wage regulations in federal contracting contexts. Overall, it serves as a crucial guide for contractors and employees to ensure compliance with federal wage standards.
    The document provides a comprehensive wage determination under the Service Contract Act (SCA), overseen by the U.S. Department of Labor. It specifies wage rates and fringe benefits for various occupations in specific Indiana counties for the year 2024. Contractors must pay a minimum wage determined by Executive Orders, depending on the contract's start or renewal date. For contracts awarded after January 30, 2022, workers must earn at least $17.20 per hour. Positions range across multiple fields, including administrative support, automotive service, health occupations, and technical roles, with varying rates and benefits outlined. The document also details the rights related to paid sick leave under Executive Order 13706, worker protections, and the conformance process for unlisted job classifications. Moreover, it emphasizes compliance with regulations governing occupation classifications, wage rates, and benefits tied to the contract. The information is crucial for contractors participating in federal projects, ensuring proper compensation aligns with federal standards.
    The document primarily pertains to the Wage Determination under the Service Contract Act, managed by the U.S. Department of Labor. It outlines the required minimum hourly wages for various occupations covered by federal contracts executed in specific areas of Washington as of 2024. Key points include specific wage rates mandated by Executive Orders 14026 and 13658, which establish minimum wage standards of $17.20 and $12.90 per hour, respectively, depending on contract initiation dates. Additionally, the document details fringe benefits such as Health & Welfare, vacation time, and holidays that contractors must provide to workers. Employers are required to submit classification requests for unlisted job titles within the framework of the conformance process for new employees not already classified. This wage determination ensures workers on federal contracts are paid fair wages, reflecting the government's commitment to maintaining equitable labor standards, especially for service-related contracts. This document serves as a crucial reference for federal contractors, thus impacting RFPs and grants at various governmental levels.
    The document is a Wage Determination from the U.S. Department of Labor under the Service Contract Act that outlines minimum wage rates for various occupations in Washington State, specifically for contracts awarded or renewed after January 30, 2022. It establishes that covered contractors must pay workers at least $17.20 per hour under Executive Order 14026 or $12.90 under Executive Order 13658, depending on when the contract was awarded. The file includes detailed wage rates for a range of occupations, from administrative support to technical positions. Additionally, it specifies benefits such as a health and welfare rate of $5.36 per hour and provisions for paid sick leave pursuant to Executive Order 13706. The document also details the conformance process for any unlisted job classifications that a contractor might employ, ensuring they can receive a fair wage based on the nature of the work performed. Overall, this Wage Determination serves as a critical guideline for federal contractors, ensuring compliance with wage laws while protecting workers' rights.
    The document from the U.S. Department of Labor presents the Wage Determination No. 2015-5611 under the Service Contract Act, outlining wage and fringe benefit requirements for federal contracts in California. The primary purpose is to ensure contractors comply with the minimum wage laws set by Executive Orders 14026 and 13658 effective in 2024. For contracts starting or renewed after January 30, 2022, the minimum wage is set at $17.20 per hour; for those awarded between January 1, 2015, and January 29, 2022, it’s $12.90 per hour. The document lists various occupations along with corresponding wage rates and fringe benefits such as health, welfare, vacation, and holidays that contractors must provide. It also details regulations regarding additional wage classifications that might arise, requiring proper justification and documentation. Specific provisions for uniforms, paid sick leave, and hazardous pay differentials are also included. This comprehensive framework aims to protect workers and ensure fairness within federal contracts, providing clarity for both contractors and employees regarding wage entitlements and conditions of employment. The document serves as a crucial reference for compliance in the context of government contracts and grants at federal, state, and local levels.
    The document outlines the Registered Wage Determinations under the Service Contract Act (SCA) administered by the U.S. Department of Labor. It details minimum wage requirements for contractors based on Executive Orders 14026 and 13658, particularly highlighting that contracts established after January 30, 2022, require a minimum wage of $17.20 per hour, while those awarded between January 1, 2015, and January 29, 2022, have a minimum of $12.90 per hour. The file provides a comprehensive list of wage rates for various occupations tailored for San Diego County, California, illustrating specific hourly rates for positions from clerical and administrative roles to skilled trades and healthcare workers. Furthermore, it discusses fringe benefits including health and welfare stipulations, vacation days, and holiday requirements under the SCA. Additional provisions include paid sick leave under Executive Order 13706, uniform allowances, and guidelines for unlisted job classifications and labor conformance processes. This document serves as essential guidance for contractors involved in federal RFPs and grants, ensuring compliance with wage standards and labor protections mandated by federal law. Its structured approach offers clarity for contractors on wage compliance for federally funded projects.
    The document outlines the Wage Determination No. 2015-5799 under the Service Contract Act, specifying wage rates and benefits for various occupations in Beaufort County, South Carolina. It states the required minimum wage rates, which are influenced by Executive Orders 14026 and 13658, applicable depending on the contract award date. For contracts entered into on or after January 30, 2022, a minimum wage of $17.20 per hour is mandated, while contracts awarded between January 1, 2015, and January 29, 2022, require a minimum of $12.90 per hour. The document lists detailed wage rates for numerous occupations, ranging from administrative roles to health occupations, and specifies fringe benefits, including health, vacation, and holiday entitlements. It also highlights provisions for paid sick leave under Executive Order 13706, uniform allowances, and the conformance process for unlisted job classifications. This comprehensive wage determination serves as a guideline for contractors to ensure compliance with federal wage laws and worker protections when bidding on government contracts, showcasing the government’s commitment to fair labor standards. The detailed structure and specific wage rates reflect the document’s purpose in enhancing transparency and accountability in federal contracting processes.
    Lifecycle
    Title
    Type
    Combined Synopsis/Solicitation
    Similar Opportunities
    U--Machinery and Machine Guarding Safety Courses
    Active
    Dept Of Defense
    Presolicitation DEPT OF DEFENSE DEPT OF THE NAVY is seeking curriculum development and instructor services for Machinery and Machine Guarding Safety courses in various locations, including overseas, in support of Naval Safety and Environmental Training Center, Norfolk, VA (NAVSAFENVTRACEN). The contract will be a single award, Firm Fixed-Price (FFP) Indefinite Delivery/Indefinite Quantity (IDIQ) contract. The North American Industry Classification System code for this acquisition is 611519 - Other Technical and Trade Schools. The contract will have a twelve (12) month base period and four (4) twelve month option periods. The solicitation will be available for download on or about 17 March 2016 at https://www.neco.navy.mil or www.fbo.gov. The contract will be evaluated using a 100% Small Business Set-Aside. Contractors must be registered in the System for Award Management (SAM) Registration database prior to invoicing.
    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.
    FLCN HAZMAT Support
    Active
    Dept Of Defense
    Sources Sought DEPT OF DEFENSE DEPT OF THE NAVY is seeking contractor support for Hazardous Material (HAZMAT) Support Services in Norfolk, VA. This service is used to provide logistics support for all naval shore installations east of the Mississippi River and all Atlantic Fleet units. The support services for this requirement are performed within a 50-mile radius of Naval Station Norfolk, VA.
    NAVSEA CASE MANAGEMENT EXCELLENCE (CME)
    Active
    Dept Of Defense
    The Department of Defense, through the Naval Surface Warfare Center, is seeking proposals for the Case Management Excellence (CME) Training Program, aimed at enhancing case management practices within NAVSEA's foreign military sales operations. The procurement involves a sole source Firm Fixed Price (FFP) contract with Enlightened, Inc., focusing on the development, maintenance, and updating of eight core training courses, which are presented biannually and cover various aspects of Foreign Military Sales. This initiative is critical for ensuring that trainers are equipped with the latest guidance and materials, thereby improving the overall effectiveness of the training program. Interested parties must submit their quotations by September 16, 2024, at 12:00 PM, and can direct inquiries to Steve Cortes at steve.cortes.civ@us.navy.mil or by phone at 951-393-5183.
    24-291 Remove and Dispose of Hazardous Waste Mater
    Active
    Commerce, Department Of
    The Department of Commerce, specifically the National Oceanic and Atmospheric Administration (NOAA), is seeking qualified small businesses to provide hazardous waste removal and disposal services at the National Seafood Inspection Lab in Pascagoula, Mississippi. The procurement includes a base year contract from October 1, 2024, to September 30, 2025, with an option for an additional year, requiring the contractor to manage all labor, equipment, and materials necessary for compliance with federal and state regulations regarding hazardous waste. This initiative underscores the government's commitment to responsible hazardous material management while promoting small business participation, with quotes due by 12:00 PM EST on September 20, 2024, submitted electronically to Heather Mahle at heather.mahle@noaa.gov.
    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.
    Environmental Awareness Training System (EATS) Web-based Subscription Services
    Active
    Dept Of Defense
    The Department of Defense, specifically the Naval Supply Systems Command (NAVSUP) Fleet Logistics Center Norfolk, is seeking proposals for the Environmental Awareness Training System (EATS) Web-based Subscription Services. This procurement aims to establish a firm-fixed-price Indefinite Delivery Indefinite Quantity contract to provide online training solutions for Navy personnel, contractors, and civilians, ensuring compliance with federal, state, and local environmental regulations. The contract will be exclusively available to SBA Certified Women-Owned Small Businesses under NAICS code 611430, with a size standard of $15 million, and is intended to enhance environmental awareness and compliance across Navy installations. Interested vendors must submit their proposals via email by September 13, 2024, with the solicitation opening around September 6, 2024. For further inquiries, potential bidders can contact Shamekia Pierre at shamekia.m.pierre.civ@us.navy.mil or Christopher Whiteside at christopher.d.whiteside2.civ@us.navy.mil.
    Hull, Mechanical, and Electrical Repair/Maintenance IDIQ for the Mid­-Atlantic Regional Maintenance Center
    Active
    Dept Of Defense
    The Department of Defense, through the Mid-Atlantic Regional Maintenance Center (MARMC), is soliciting proposals for an Indefinite Delivery Indefinite Quantity Multiple Award Contract (IDIQ-MAC) focused on hull, mechanical, and electrical (HM&E) repair and maintenance for various U.S. Navy vessels. The contract aims to fulfill repair, maintenance, modernization, and sustainment requirements primarily within a 50-mile radius of Naval Station Norfolk, Virginia, with potential tasks extending across the continental United States. This procurement is critical for maintaining the operational readiness of the Navy's fleet and is set aside exclusively for small businesses, with a total contract value projected at approximately $10 million over five years. Interested contractors must submit their proposals through the Procurement Integrated Enterprise Environment (PIEE) by the specified deadlines, and inquiries can be directed to Jake Grady or Donald Bowers via their provided email addresses.
    HAZMAT Equipment
    Active
    Dept Of Defense
    The Department of Defense, specifically the Department of the Army, is soliciting offers for the procurement of HAZMAT equipment, identified under solicitation number W912QM24Q0054. This procurement includes both brand-name and general HAZMAT items, essential for emergency response to hazardous materials incidents, with a focus on compliance with specific salient characteristics and specifications outlined in the attached documents. The equipment is critical for ensuring readiness in managing chemical spills and disasters, emphasizing safety and adherence to regulatory standards. Interested vendors must submit their offers by 5:00 PM on September 20, 2024, with delivery expected by November 30, 2024, to the Charleston Transportation Office. For further inquiries, contact Eduardo Castillo at eduardo.a.castillo9.ln@mail.mil or SSG Paul M. Adamo at paul.m.adamo.mil@army.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.