3-Step Heavy Equipment Operator Training
ID: N4523A25R6009Type: Combined Synopsis/Solicitation
Overview

Buyer

DEPT OF DEFENSEDEPT OF THE NAVYPUGET SOUND NAVAL SHIPYARD IMFBREMERTON, WA, 98314-5001, USA

NAICS

All Other Miscellaneous Schools and Instruction (611699)

PSC

EDUCATION/TRAINING- OTHER (U099)
Timeline
    Description

    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.

    Files
    Title
    Posted
    The Performance Work Statement (PWS) outlines a federal contract for a non-personal service to provide a comprehensive heavy equipment strike team operator training program. This program comprises an online training component, simulator training, and in-person qualifications for shipyard personnel, ensuring they are equipped to operate emergency response equipment safely. The training aims to accommodate varying experience levels and includes certificates of completion, with a focus on using equipment from specific manufacturers for consistency and safety. The contract has a structured timeline with a base year and two optional years for ongoing training and simulator maintenance. The contractor is responsible for quality control, timely reporting, and compliance with security requirements. Key personnel and the Contracting Officer Representative (COR) will oversee the contract's technical aspects. Additionally, the PWS emphasizes the government’s ownership of all produced materials and highlights the importance of avoiding organizational conflicts of interest. Overall, this PWS reflects the government’s initiative to enhance emergency preparedness through effective training and operation of heavy equipment within a controlled regulatory framework.
    The Performance Work Statement (PWS) outlines a non-personal services contract for training heavy equipment operators to support emergency response procedures at a shipyard. The training will encompass online controls and operations education, simulated operator training, and in-person qualification classes. Given the lack of trained personnel, the program will take volunteers from existing staff to ensure they are proficient in equipment operation during emergencies. The training consists of a three-step approach: online modules that provide in-depth operation knowledge, simulator exercises for skills practice, and final hands-on training at a vendor facility leading to certification. The contract includes a base year (May 2025 – May 2026) and two optional years of similar duration, ensuring continuous operator readiness amid personnel changes. The contractor is responsible for quality control, security, and adherence to safety standards, and must provide necessary materials and personnel for training while maintaining a quality assurance surveillance plan to monitor performance. All documents produced under the contract are government-owned, ensuring unrestricted rights for future use. This initiative underscores the government's commitment to developing a fully trained emergency response team equipped to handle critical situations effectively.
    The Puget Sound Naval Shipyard & Intermediate Maintenance Facility (PSNS & IMF) is soliciting proposals for a 3-Step Heavy Equipment Operator Training program to enhance the skills of personnel at its Bremerton, WA location. This Request for Proposal (RFP) aims to establish a firm-fixed-price contract with a base year and two optional years, encouraging full and open competition without set-asides. The contract is categorized under the NAICS code 611699, which covers miscellaneous schools and instruction. Proposals must include pricing for initial training and annual e-learning or certification services as outlined in the attached Performance Work Statement (PWS). Interested vendors must submit complete proposals by April 24, 2025, with all required documents, and should ensure compliance with federal regulations, including registration in the System for Award Management (SAM). The contract will focus on providing comprehensive training services, including the necessary personnel, equipment, and facilities. The evaluation will be based on the lowest-price technically acceptable (LPTA) criteria, ensuring that selected proposals align with the required delivery dates and specifications outlined in the solicitation. This solicitation emphasizes the importance of high-quality training in maintaining operational readiness at PSNS & IMF.
    The Puget Sound Naval Shipyard & Intermediate Maintenance Facility is issuing a Request for Proposal (RFP) for a 3-Step Heavy Equipment Operator Training program. This solicitation seeks proposals from vendors to provide comprehensive training services, including all necessary personnel, equipment, and materials, at Bremerton, WA. The contract will be firm-fixed price with a base year and two option years, emphasizing full and open competition under NAICS code 611699 for schools and instruction. Pricing structures for initial training and annual certification are specified, with a focus on delivering quality education for heavy equipment operators. Proposals are due by April 28, 2025, with a deadline for questions set for April 14, 2025. Vendors must be registered with the System for Award Management to be eligible for consideration, and submissions must comply with various FAR and DFARS clauses. The evaluation will focus on price and technical acceptability, with awards based on the lowest-price technically acceptable offers. This initiative underscores the Navy's commitment to enhancing operator training capabilities while ensuring compliance with federal procurement standards.
    The document addresses inquiries related to a new contract requirement for simulator facilities by the Navy. It confirms that this is a completely new contract with no incumbent services. The proposed simulator facility is designed to fit into an 18ft by 28ft room, equipped with standard 110V power drops, and has air-conditioning, with a cement pad floor that may not support heavy simulators. The Navy will not conduct a pre-installation site survey for the simulator installation. Initial training is expected to accommodate around 1,000 personnel in the first year, with a focus on qualifying 80 employees and 12 emergency responders across various stages. The training will include both online components and in-person classes, with simultaneous sessions planned based on vendor capacity. Overall, the document lays out specific requirements and expectations for training and facility specifications relevant to the new Navy contract, ensuring compliance with both capacity and safety standards.
    Lifecycle
    Title
    Type
    Combined Synopsis/Solicitation
    Similar Opportunities
    Justification and Approval - N4523A23C0561
    Dept Of Defense
    The Department of Defense, specifically the Department of the Navy, is seeking contractors for the repair, maintenance, and modernization of the USS SAMPSON (DDG 102) as part of its Fiscal Year 2023 Selected Restricted Availability. This opportunity involves a contract awarded under the Justification and Approval process, focusing on non-nuclear ship repair services at the Puget Sound Naval Shipyard in Everett, Washington. The successful contractor will play a crucial role in ensuring the operational readiness and longevity of naval assets. Interested parties can reach out to Charles Smith at charles.r.smith1021.civ@us.navy.mil or by phone at 360-633-9342, or contact Cheri Richards at cheri.r.richards.civ@us.navy.mil or 425-304-5522 for further details.
    J999 Machine Lower Bearing Staves of Rudder Service
    Dept Of Defense
    The Department of Defense, through the Naval Supply Fleet Logistics Center Puget Sound, is soliciting proposals for the machining of lower bearing staves of rudder service for a U.S. Navy ship stationed in Yokosuka, Japan. This procurement is set aside for small businesses and aims to secure specialized marine repair services, adhering to strict compliance with both U.S. and Japanese regulations, safety, and environmental standards. The contract will be a firm-fixed-price type, with a performance period from February 1 to March 31, 2027, and proposals are due by December 19, 2025. Interested parties should direct inquiries to Wilfredo Gervacio via email at wilfredo.j.gervacio.civ@us.navy.mil and are encouraged to monitor the SAM.gov website for updates and amendments to the solicitation.
    Weaponeering Courses
    Dept Of Defense
    The Department of Defense, through the Naval Surface Warfare Center Dahlgren Division (NSWCDD), is soliciting proposals for Weaponeering Courses and related materials, specifically targeting Worldwide Counter Threat Solutions (WCTS) as the sole source provider. The procurement includes both Introductory and Advanced Weaponeering Courses, along with associated books, emphasizing the need for continuity in training methodology and quality. This opportunity is critical for maintaining instructional consistency and ensuring effective training for defense personnel. Interested vendors must submit their quotes by December 15, 2026, with an anticipated award date of January 15, 2026. For further inquiries, contact Heather Hostinsky at heather.g.hostinsky.civ@us.navy.mil or by phone at 540-742-8882.
    Bravo Dive Boat 65DS1101
    Dept Of Defense
    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.
    Fielded Training Systems Support V (FTSS V) Submarine Contractor Maintenance Services (SubCMS)
    Dept Of Defense
    The Department of Defense, through the Naval Air Warfare Center Training Systems Division (NAWCTSD), is seeking contractors to provide maintenance services under the Fielded Training Systems Support V (FTSS V) Submarine Contractor Maintenance Services (SubCMS) initiative. The objective is to ensure that various training systems and equipment remain in a "ready-for-training" state across six locations, including Groton, CT, Norfolk, VA, Kings Bay, GA, Bangor, WA, San Diego, CA, and Pearl Harbor, HI. This contract, which will be awarded as a Cost Plus Fixed Fee Task Order, is critical for maintaining the operational readiness of submarine training devices and is expected to commence on June 1, 2026, with a total performance period of 60 months. Interested vendors must contact Ms. Valentina Walsh at valentina.p.walsh.civ@us.navy.mil for further details and to obtain necessary RFP attachments, with a pre-proposal conference scheduled for December 5, 2025, and an anticipated award date of April 24, 2026.
    Production Support: Forklift Drivers
    Dept Of Defense
    The Department of Defense, specifically the Norfolk Naval Shipyard, is seeking qualified small businesses to provide production support through forklift drivers under a firm-fixed-price contract. The procurement aims to secure skilled labor for forklift operations, essential for the shipyard's ongoing repair and maintenance activities, ensuring compliance with safety and operational standards. The contract period is anticipated to commence on January 5, 2026, and run through March 31, 2026, with an option to extend until June 30, 2026. Interested parties should contact Alicia Almberg at alicia.l.almberg.civ@us.navy.mil or Melissa White at melissa.e.white13.civ@us.navy.mil for further details.
    RIGHT TRAINING HDL
    Dept Of Defense
    The Department of Defense, through the Defense Logistics Agency, is soliciting proposals for the procurement of the RIGHT TRAINING HDL, which falls under the NAICS code 336612 for Boat Building and PSC code 2040 for Marine Hardware and Hull Items. The contract requires adherence to specific quality assurance standards, including MIL-I-45208 and ISO certifications, and emphasizes the importance of item unique identification and valuation, as well as inspection and acceptance protocols. This procurement is critical for maintaining the operational readiness of naval vessels, ensuring that all materials supplied are free from mercury contamination and meet stringent quality requirements. Interested vendors should direct inquiries to Jeremy Crow at jeremy.crow@dla.mil, and are encouraged to register for notifications regarding contract modifications through the Navy Electronic Commerce Online system.
    USNS MEGAR EVERS 2026 MTA
    Dept Of Defense
    The Department of Defense, specifically the Department of the Navy, is soliciting proposals for the USNS MEGAR EVERS 2026 Maintenance and Technical Assistance (MTA) contract. This opportunity involves various amendments to the original solicitation, including the addition and revision of work instructions, correction of contract line item numbers, and updates to the period of performance, which has been adjusted to span from August 19, 2026, to October 7, 2026. The contract is critical for ensuring the operational readiness and maintenance of naval vessels, particularly in the shipbuilding and repairing sector. Interested parties should note that the request for comments (RFC) is due by 10:00 AM EST on February 16, 2026, with the request for proposals (RFP) closing at 1:00 PM EST on March 5, 2026. For further inquiries, potential bidders can contact Darius Swift at darius.swift.civ@us.navy.mil or by phone at 564-226-4528.
    USS DEWEY DDG105 FY26 6C1 SRA(d) Bundle #5 Chief of Naval Operation Availability Yokosuka Japan
    Dept Of Defense
    The Department of Defense, through the NAVSUP Fleet Logistics Center Yokosuka, is soliciting proposals for the Chief of Naval Operation Availability (CNO) of the USS DEWEY (DDG-105) as part of its FY26 6C1 Selected Repair Availability (SRA(d)) Bundle 5. The procurement involves comprehensive ship repair and maintenance tasks, including twenty-two specific Task Group Instructions (TGIs) that encompass various overhaul, preservation, and replacement work on board the vessel. This contract is critical for ensuring the operational readiness and maintenance of naval assets, with the performance period scheduled from March 30, 2026, to September 7, 2026, at the Commander, Fleet Activities Yokosuka Naval Base. Interested contractors must submit their proposals by January 8, 2026, to Takayo Shiba at takayo.shiba.ln@us.navy.mil, and are encouraged to review the detailed requirements and specifications provided in the solicitation documents.
    FY26 Willapa Harbor Maintenance Dredging
    Dept Of Defense
    The Department of Defense, specifically the U.S. Army Corps of Engineers Seattle District, is preparing to solicit bids for the FY26 Willapa Harbor Maintenance Dredging project in Washington. This project involves the mechanical dredging of approximately 180,000 cubic yards of sediment from three federal navigation features in Willapa Bay, with work expected to commence in July 2026 and conclude by February 15, 2027. The dredged material will be disposed of at designated open-water locations, and contractors should be aware of the challenging marine conditions and potential risks associated with the project. Interested parties can reach out to Geraldine L. Kemp or Kimberly M. Robinson for further inquiries, and the estimated contract value ranges between $5 million and $10 million. Contractors must be registered in the System for Award Management (SAM) prior to contract award.