Accreditation WASC for Naval Postgraduate School
ID: 1301307433Type: Special Notice
Overview

Buyer

DEPT OF DEFENSEDEPT OF THE NAVYNAVSUP FLT LOG CTR SAN DIEGOSAN DIEGO, CA, 92136, USA

NAICS

Colleges, Universities, and Professional Schools (611310)

PSC

EDUCATION/TRAINING- CERTIFICATIONS/ACCREDITATIONS FOR EDUCATIONAL INSTITUTIONS (U010)
Timeline
    Description

    The Department of Defense, through the Naval Supply Systems Command (NAVSUP) Fleet Logistics Center San Diego, intends to award a sole-source contract to the WASC Senior College & University Commission for institutional accreditation services for the Naval Postgraduate School (NPS). This contract, valued at approximately $21,120, is necessary to renew NPS's accreditation, which has been maintained since 1955, ensuring the institution meets high-quality educational standards. The anticipated award date is on or before February 30, 2026, and interested parties must submit capability statements by January 12, 2026, at 3:00 PM PST to Kyle Westover at Kyle.D.Westover.civ@us.navy.mil; telephone inquiries will not be accepted.

    Point(s) of Contact
    Files
    Title
    Posted
    The Naval Postgraduate School (NPS) is seeking approval for a sole-source justification to renew its accreditation membership dues with the Western Association of Schools and Colleges (WASC) for an estimated cost of $21,120, covering the period through June 30, 2026. This action is critical because WASC has accredited NPS since 1955, and switching accreditors would force NPS to restart as a
    The Naval Supply Systems Command (NAVSUP) Fleet Logistics Center San Diego (FLCSD) intends to award a sole-source, firm fixed-price contract to WASC Senior College & University Commission for institutional accreditation services. This decision is based on the authority of FAR 13.106 (1), citing WASC as the only responsible source capable of meeting agency requirements. The accreditation ensures high-quality learning opportunities at public and private schools, colleges, and universities. The anticipated award date is on or before February 30, 2026, under NAICS code 611210. This notice is not a request for competitive proposals; however, interested sources may submit capability statements by January 12, 2026, at 3:00 PM PST. These statements, limited to six pages, must demonstrate the ability to provide the required licenses and proof of authorized distribution. The government will consider these submissions to determine whether to proceed with a competitive procurement or a sole-source purchase. Submissions should be emailed to Kyle.D.Westover.civ@us.navy.mil; telephone requests will not be honored.
    Lifecycle
    Title
    Type
    Similar Opportunities
    NOTICE OF INTENT TO SOLE SOURCE -- UNIVERSITY CORPROATION FOR ADVANCED INTERNET DEVELOPMENT
    Dept Of Defense
    The Department of Defense, through the Naval Supply Systems Command (NAVSUP) Fleet Logistics Center San Diego, intends to award a sole source contract to the University Corporation for Advanced Internet Development for a one-year subscription to Internet2 Higher Education Membership and InCommon Federation Participation. This procurement aims to renew the membership at the Masters Large, Level 3 tier, which provides access to advanced technology services essential for research and education organizations, as well as identity management solutions that facilitate secure access and privacy protection. Interested parties must submit a capability statement by 11:00 AM Pacific Standard Time on January 8, 2026, to Gabrielle Custodio at gabrielle.a.custodio.civ@us.navy.mil, as no competitive proposals will be solicited for this contract.
    NAVAL POSTGRADUATE SCHOOL MODERNIZATION PROGRAM CONTRACTOR LIST
    Dept Of Defense
    The Department of Defense, through the Naval Facilities Engineering Systems Command (NAVFAC) Southwest, is facilitating a networking opportunity related to the Naval Postgraduate School Modernization (NPS M) projects at Naval Support Activity Monterey, California. This initiative aims to renovate five buildings to create energy-efficient, adaptable, and safe spaces, enhancing instructional and research areas while addressing existing deficiencies. The information provided serves as a resource for industry participants to connect with prime contractors involved in the project under the Commercial & Institutional Multiple Award Construction Contract Group 0117, promoting collaboration and partnership opportunities. Interested firms and subcontractors are encouraged to reach out to the prime contractors listed in the accompanying document for further engagement, with primary contact Christina Laudick available at christina.d.laudick.civ@us.navy.mil for inquiries.
    NOTICE OF INTENT TO SOLE SOURCE - iTHENTICATE
    Dept Of Defense
    The Department of Defense, through the Naval Supply Systems Command (NAVSUP) Fleet Logistics Center San Diego, intends to award a sole source contract to Turnitin Holdings LLC for a subscription to the iThenticate plagiarism detection software. This software is essential for the Naval Postgraduate School (NPS) to check graduate students' thesis and research papers for similarities to existing sources, thereby aiding in plagiarism prevention and improving writing skills. The subscription will cover a one-year period from December 14, 2025, to December 13, 2026, and includes key features such as direct source comparisons, pattern recognition, and access to ProQuest for a significant number of users. Interested parties must submit their capability statements by 3:00 PM PST on December 3, 2025, via email to Queen Idele at queen.e.idele.civ@us.navy.mil.
    Intent for Sole Source Procurement of Accreditation Services for Graduate Medical Education
    Dept Of Defense
    The Defense Health Agency (DHA) intends to award a sole source contract to the Accreditation Council for Graduate Medical Education (ACGME) for accreditation services related to its graduate medical education programs. This contract, set to begin on January 1, 2026, will cover a one-year period and is essential for ensuring that DHA's residency and fellowship programs meet the necessary educational standards for training physicians. ACGME, as the sole accreditor for graduate medical education in the United States, plays a critical role in maintaining the quality of medical training and ultimately the safety and quality of care provided to patients. Interested parties can reach out to John J. Kelley at john.j.kelley36.ctr@health.mil or 703-681-7226, or Cherish Young at cherish.d.young2.civ@health.mil or 703-681-7270 for further information.
    ASTM Compass Subscription Renewal
    Dept Of Defense
    The Department of Defense, specifically the Naval Undersea Warfare Center Division Newport (NUWCDIVNPT), is seeking to renew its subscription to ASTM Compass, a critical resource for accessing ASTM technical standards. This procurement is a sole source contract intended to maintain uninterrupted access to essential services utilized by Warfare Center Research Commons users at NUWC Newport and NSWC Carderock, with the subscription renewal also extending to a new location at NSWC Division Corona. Interested vendors must submit their quotes by November 7, 2025, at 2:00 PM Eastern Time, and can direct inquiries to Franklin Patton at franklin.k.patton2.civ@us.navy.mil. The contract will cover the period from January 1, 2026, to December 31, 2026.
    USS CURTIS WILBUR (DDG 54) FY22 Dry-Dock Selected Restricted Availability (DSRA)
    Dept Of Defense
    The Department of Defense, through the Southwest Regional Maintenance Center, is seeking to procure services for the USS CURTIS WILBUR (DDG 54) FY22 Dry-Dock Selected Restricted Availability (DSRA). This procurement involves a sole source contract action to add one new work item to an existing firm fixed price contract awarded to NASSCO under contract number N55236-22-C-0001. The services are critical for the maintenance and repair of naval vessels, ensuring operational readiness and safety. Interested parties can reach out to Kristin Porter at kristin.n.porter2.civ@us.navy.mil or by phone at 619-571-5701 for further details regarding this opportunity.
    USS PINCKNEY )DDG-91) N00024-21-C-4478 MOD A00097
    Dept Of Defense
    The Department of Defense, through the Southwest Regional Maintenance Center, is executing a sole-source contract action for the USS PINCKNEY (DDG-91) Fiscal Year 2022 Depot Modernization Period (DMP) with National Steel and Shipbuilding Company (NASSCO). This procurement involves adding a new work item, specifically a Hot Work Notification and Authorization, to an existing firm fixed price contract (N00024-21-C-4478). The justification for this sole-source action is based on the availability of services from only one responsible source, as outlined in statutory authority 10 U.S.C. 3204(b)(B). Interested parties can reach out to Jonathon Mata at jonathon.f.mata.civ@us.navy.mil or Erik Lyons at erik.s.lyons.civ@us.navy.mil for further inquiries. Funding for this work will be sourced from FY23 OPN, and the approval for this action was granted by the Administrative Contracting Officer.
    USS CURTIS WILBUR (DDG 54) FY22 Dry-Dock Selected Restricted Availability (DSRA)
    Dept Of Defense
    The Department of Defense, through the Southwest Regional Maintenance Center, is seeking a contractor for the USS CURTIS WILBUR (DDG 54) FY22 Dry-Dock Selected Restricted Availability (DSRA). This procurement involves a sole source contract action to add one new work item to an existing firm fixed price contract awarded to NASSCO under contract number N55236-22-C-0001. The work is critical for maintaining the operational readiness of the vessel, ensuring it meets the necessary standards for naval operations. Interested parties can reach out to Kristin Porter at kristin.n.porter2.civ@us.navy.mil or Connor Chamberlain at connor.n.chamberlain.civ@us.navy.mil for further details regarding this opportunity.
    USNS POINT LOMA POST-SHAKEDOWN AVAILABILITY
    Dept Of Defense
    The Department of Defense, specifically the Department of the Navy, is seeking proposals for the Post-Shakedown Availability of the USNS POINT LOMA (T-EPF 15). The contractor will be responsible for preparing and executing the necessary work as outlined in the solicitation, with the performance period anticipated from August 3, 2026, to October 31, 2026, at the contractor's facility located on the East Coast or Gulf. This contract is a total small business set-aside, reflecting the expectation of receiving multiple proposals from small businesses, and interested parties must submit a non-disclosure agreement to access sensitive technical data related to the project. For further inquiries, potential bidders can contact Matias Parker at matias.l.parker.civ@us.navy.mil or Jerica Bray at jerica.e.bray.civ@us.navy.mil, with the solicitation expected to be available around January 6, 2026.
    Pilot and Aircrew Curriculum Revision and Maintenance (PACRM) Multiple Award Contract (MAC) II
    Dept Of Defense
    The Department of Defense, specifically the Naval Air Warfare Center Training Systems Division (NAWCTSD), is seeking qualified sources for the Pilot and Aircrew Curriculum Revision and Maintenance (PACRM) Multiple Award Contract (MAC) II. This procurement aims to provide essential services for the revision and maintenance of training programs for Navy and Marine Corps personnel, ensuring the accuracy and currency of various curricula and electronic classroom systems. The PACRM MAC II will facilitate streamlined and responsive procurements to meet the long-term training needs of Naval and Marine Corps commands, as well as other government training support activities. Interested parties, particularly Service-Disabled Veteran-Owned Small Businesses (SDVOSBC), should contact Kelly Stevens at kelly.m.stevens4.civ@us.navy.mil or call 407-380-4143 for further details, with the contract anticipated to be awarded by August 26, 2025.