Bridge Part Task Trainer (BPTT) OCONUS (Solicitation) Draft
ID: N6134025R0003Type: Solicitation
Overview

Buyer

DEPT OF DEFENSEDEPT OF THE NAVYNAWC TRAINING SYSTEMS DIVORLANDO, FL, 32826-3224, USA

NAICS

Engineering Services (541330)

PSC

TRAINING AIDS (6910)
Timeline
  1. 1
    Posted Feb 5, 2025, 12:00 AM UTC
  2. 2
    Updated Apr 3, 2025, 12:00 AM UTC
  3. 3
    Due Apr 16, 2025, 3:00 PM UTC
Description

The Department of Defense, specifically the Department of the Navy's NAWC Training Systems Division, is seeking proposals for the Bridge Part Task Trainer (BPTT) OCONUS, as outlined in the solicitation draft N6134025R0003. This procurement aims to acquire engineering services related to training aids, which are critical for enhancing military training effectiveness and operational readiness. Interested vendors are encouraged to log in to the PIEE portal for further details on the solicitation. For inquiries, potential bidders can contact Pablo Barbatto at pablo.n.barbatto.civ@us.navy.mil or Cynthia Armound at cynthia.d.armound.civ@us.navy.mil, with phone numbers provided for direct communication.

Files
No associated files provided.
Lifecycle
Title
Type
Solicitation
Sources Sought
Similar Opportunities
3-Step Heavy Equipment Operator Training
Buyer not available
The Department of Defense, through the Puget Sound Naval Shipyard & Intermediate Maintenance Facility, is seeking proposals for a 3-Step Heavy Equipment Operator Training program aimed at enhancing the skills of personnel at its Bremerton, Washington location. The contract will provide comprehensive training services, including online modules, simulator training, and in-person qualification classes, to ensure operators are proficient in emergency response procedures. This initiative is critical for maintaining operational readiness and safety at the shipyard, particularly in light of the need for trained personnel to handle emergency situations effectively. Proposals are due by April 28, 2025, and interested vendors must register with the System for Award Management (SAM) and comply with federal regulations; for further inquiries, contact Leatha Brown at leatha.a.brown4.civ@us.navy.mil or Angela Charpia at angela.m.charpia.civ@us.navy.mil.
Underwater Training Targets Support Services
Buyer not available
The Department of Defense, specifically the Department of the Navy through NAVSUP Fleet Logistics Center Norfolk, is seeking proposals for Underwater Training Targets Support Services. The primary objective of this procurement is to provide waterborne capabilities for transporting and deploying large underwater ordnance training targets, essential for the Navy's Explosive Ordnance Disposal training at Joint Expeditionary Base Little Creek-Fort Story. This contract, which will be awarded as a single Indefinite Delivery, Indefinite Quantity (IDIQ) Firm Fixed Price (FFP) agreement, is crucial for enhancing military training capabilities while ensuring compliance with safety and regulatory standards. Interested small businesses must submit their best quotes by the specified deadline, and for further inquiries, they can contact Sherell Brown at sherell.g.brown.civ@us.navy.mil.
70--TRAINING SUPPLIES
Buyer not available
Presolicitation DEPT OF DEFENSE is seeking training supplies. These supplies are typically used for training purposes. The procurement will take place at PSNS 1400 Farragut Ave Bldg 514, Bremerton, WA 98314. The primary contact for this procurement is John Iversen, who can be reached at 360-476-3338 or john.iversen@dla.mil. The solicitation and any amendments will be posted on the NECO website. Electronic submission of quotes is available through the NECO website.
Bridge to Evolution STE TESS (BEST) Multi Award Contract (MAC)
Buyer not available
The Department of Defense is seeking innovative approaches for its Bridge to Evolution STE TESS (BEST) Multi-Award Contract (MAC). The objective is to enhance and extend the functionality of the Army's tactical engagement simulation systems (TESS), aligning them with evolving training requirements. This procurement is divided into two lots. Lot 1 involves modifying existing TESS equipment to meet updated Army specifications, focusing on adaptability and future expansion. Lot 2 centers on developing and producing new TESS solutions, including dismounted, vehicle-mounted, and shoulder-launched munition systems. The government seeks to integrate emerging STE LTS TESS technology with the existing MILES TESS ecosystem, encouraging vendors to propose adaptable procedures and processes. The scope of work encompasses software and hardware modifications, production and delivery of TESS kits, and integration with the STE LTS TESS platform. The government aims to foster competition by avoiding solution-specific proposals and encouraging creativity in meeting the outlined objectives. Potential offerors are invited to provide feedback on the Draft Request for Proposal (DRFP), which outlines the requirements, Statement of Work (SOW), and evaluation criteria. The government seeks to revise and finalize the RFP based on industry responses, emphasizing efficiency and the removal of unnecessary requirements. Offerors should possess the capabilities and expertise to modify and produce TESS solutions, with a focus on past performance and technical merit. The contract is anticipated to be an Indefinite Delivery/Indefinite Quantity (ID/IQ) vehicle, attracting multiple awardees. The primary contact for this opportunity is Gloria Susie Hoybach, with additional inquiries directed to Roberto J. Gotay and Rafael A. Manzano. The deadline for feedback submission is 12:00 PM EST on 3rd June 2024, with the government aiming to release the final RFP shortly afterward. For this BEST MAC initiative, the Army seeks adaptable and cost-effective TESS solutions, leveraging industry feedback to shape the acquisition process.
BPA - Educational Support Services PSC U001, U002, U004 -U006, U008, U009, U012, U014, U099
Buyer not available
The Department of Defense, through the Naval Surface Warfare Center Indian Head Division (NSWC IHD), is seeking to establish Blanket Purchase Agreements (BPAs) for Educational Support Services, specifically in areas such as training lectures, personnel testing, and curriculum development. The procurement aims to engage small businesses that can provide competitive pricing for a range of educational services, which are essential for enhancing the capabilities and training of personnel within the Navy. Interested vendors must submit documentation demonstrating their capabilities, including past performance references, by April 30 for June awards or October 31 for December awards, with contact points available for further inquiries at barbara.j.grinder.civ@us.navy.mil and brandi.l.sorzano.civ@us.navy.mil.
69--DISSECTABLE MARINE ENGINE COMPONENTS TO BE USED FOR TRAINING. THIS IS A PRE-SOLICITATION NOTICE ONLY.
Buyer not available
Presolicitation notice: DEPT OF DEFENSE is seeking to procure dissectable marine engine components to be used for training purposes at the Puget Sound Naval Shipyard and IMF. This requirement will be solicited on a 100% small business set-aside basis. The contract will be a firm fixed price (FFP) type commercial purchase order. The FOB will be DESTINATION Bremerton, WA. The solicitation will be posted on or about 28 February 2017 on the Navy Electronic Commerce Online (NECO) web link and can also be downloaded from http://fedbizops.gov/. The closing date for the solicitation will be 15 days from posting. Interested firms must complete the entire solicitation document, provide technical specification documentation, and ensure current registration in the SAM system. Any questions must be submitted in writing via email to Susan.Peterson@dla.mil.
NAVSEA Fiber Optic Training
Buyer not available
The Department of Defense, through the Naval Surface Warfare Center Philadelphia Division (NSWCPD), is seeking a qualified vendor to provide a 12-person on-site fiber optic training course. This training must adhere to NAVSEA Drawing 8477552 Rev. C and cover essential topics such as single ferrule termination, multi-terminus connections, and optical testing, all in compliance with MIL-STD-2042C certification requirements. The training is critical for enhancing personnel capabilities in fiber optic cable installation and testing, ensuring operational readiness and compliance with Department of Defense standards. Interested vendors should contact Stefan Kitzinger at stefan.b.kitzinger.civ@us.navy.mil for further details, with the contract period spanning eight months and services to be conducted during regulated hours.
U--BASIC TRAINING REVALIDATION, ADVANCED FIREFIGHTING REVALIDATION, RADAR RENEWAL
Buyer not available
Presolicitation DEPT OF DEFENSE DEPT OF THE NAVY is seeking BASIC TRAINING REVALIDATION, ADVANCED FIREFIGHTING REVALIDATION, and RADAR RENEWAL services. These services are typically used for safety training at NAVAL BASE KITSAP BANGOR - SWFPAC. The procurement will be a Small Business Set-Aside using commercial, simplified acquisition procedures. The anticipated posting date of the solicitation is on or about 10-Jan-2019 with a closing on 22-Jan-2019. Prospective offerors should register on the NECO website for updates. Contact Julio Hernandez at 360-476-4832 or julio.a.hernandez@navy.mil for more information.
A-- NAWCTSD R&D Broad Agency Announcement
Buyer not available
The Department of Defense, through the Naval Air Warfare Center Training Systems Division (NAWCTSD), is soliciting research and development proposals under the Broad Agency Announcement (BAA) N61340-21-R-0045, aimed at advancing simulation and training technologies from January 26, 2021, to January 25, 2026. The BAA seeks innovative approaches to enhance training systems, focusing on areas such as adaptive training technologies, advanced instructional methods, and decision-making under stress, while encouraging collaboration between academia, nonprofits, and industry. This initiative is critical for improving military readiness and effectiveness through cutting-edge training methodologies and technologies. Interested parties can reach out to primary contact Wyatt Nunes at wyatt.k.nunes2.civ@us.navy.mil or 407-380-8172, or secondary contact Allison Laera at allison.laera@navy.mil or 407-380-4659 for further information.
59--BRIDGE ASSEMBLY, IN REPAIR/MODIFICATION OF
Buyer not available
The Department of Defense, specifically the Department of the Navy through NAVSUP Weapon Systems Support, is soliciting proposals for the repair and modification of a Bridge Assembly, identified by NSN 5998-01-718-0847. The procurement involves a sole source repair solicitation under Basic Ordering Agreement N00383-24-G-BT01, requiring the contractor to perform comprehensive repair, testing, and inspection in accordance with specified technical manuals and engineering orders. This contract is critical for maintaining operational readiness of naval equipment, ensuring that the repaired assemblies meet stringent quality and performance standards. Interested contractors can reach out to Michael J. Dickens at 215-697-4516 or via email at MICHAEL.J.DICKENS5.CIV@US.NAVY.MIL for further details and to discuss the proposal submission process.