MARITIME COURSES OF INSTRUCTION (COI)
ID: H9224025QE012Type: Solicitation
Overview

Buyer

DEPT OF DEFENSEUS SPECIAL OPERATIONS COMMAND (USSOCOM)NAVAL SPECIAL WARFARE COMMANDSAN DIEGO, CA, 92155-5583, USA

NAICS

All Other Miscellaneous Schools and Instruction (611699)

PSC

EDUCATION/TRAINING- OTHER (U099)

Set Aside

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

    The Department of Defense, through the Naval Special Warfare Command, is soliciting proposals for a five-year contract to provide various maritime courses of instruction (COI) under Solicitation Number H9224025QE012. The procurement is specifically set aside for small businesses and aims to deliver training that includes Merchant Mariner Credentialing, advanced RADAR operation, and celestial navigation, with courses approved by the U.S. Coast Guard and International Yacht Training. This initiative is crucial for enhancing maritime operational capabilities and ensuring compliance with international safety standards. Interested parties must submit their proposals by September 1, 2025, with a total contract value not exceeding $2 million, and can contact John M. Knizner at john.knizner@socom.mil for further inquiries.

    Point(s) of Contact
    Files
    Title
    Posted
    The Naval Special Warfare Group FOUR requires contractor support for maritime training and certification courses. These courses, approved by the U.S. Coast Guard (USCG) and International Yacht Training (IYT), aim to provide Merchant Mariner Credentialing (MMC) up to 200 Tons (T), including advanced RADAR operation and celestial navigation. The contractor must also provide training in accordance with STCW requirements for international safety standards. The scope includes providing all necessary personnel, facilities, materials, and equipment, including vessels or simulators. The contractor will manage administrative tasks for credential applications and adhere to strict security, safety, and environmental regulations. The contract has a five-year performance period with a minimum of 4 and a maximum of 24 attendees per course, taking place in various locations including Virginia Beach, VA, San Diego, CA, Stennis Space Center, MS, and Charleston, SC.
    The document outlines a government request for proposal (RFP) for Maritime Course of Instructions (COIs) across five ordering periods (OPs), spanning approximately five years. The COIs include courses such as 100 Ton Masters Endorsement, 200 Ton Raise of Grade, International Yacht Training, RADAR Observer Unlimited, Celestial Navigation, and STCW. Estimated numbers of COIs are provided per course for OP1 as a non-binding estimate, with all prices listed as $0.00, indicating costs are to be negotiated at the order level. The document specifies that other services, related COIs, and vessel/simulator requirements are also subject to negotiation. Key locations mentioned for these services are Virginia Beach, VA, San Diego, CA, Stennis Space Center, MS, and Charleston, SC. The total evaluated price across all locations and ordering periods is $0.00, further emphasizing that pricing will be determined upon order issuance. The dates for the ordering periods are to be finalized upon award.
    The Performance Work Statement (PWS) outlines requirements for contractor support to provide maritime training and certification for the Naval Special Warfare (NSW) personnel. The contractor will deliver U.S. Coast Guard (USCG) and International Yacht Training (IYT) accredited courses, enabling participants to obtain the Merchant Mariner Credentialing (MMC) and additional endorsements such as National Master of Self-Propelled Vessels (200T). Comprehensive instruction in RADAR operation, celestial navigation, and compliance with Standards of Training, Certification, and Watchkeeping (STCW) is mandated. Responsibilities include supplying training materials, administering exams, and maintaining documentation for credential applications. The contractor must facilitate the training while adhering to relevant regulations and provide safety measures for all operations. Additionally, the contract specifies performance oversight, including quality control and after-action reporting. There is a strong emphasis on meeting USCG and IYT standards, ensuring the personnel meet international maritime regulations and enhance operational readiness. The contract is structured to last five years with the possibility of extension, covering training at several designated locations.
    The Maritime Course of Instructions (COIs) document outlines the framework for maritime training courses available across multiple ordering periods (OPs) ranging from the award date to 1,829 days thereafter. Each OP specifies a list of courses, including 100 Ton Masters Endorsement, 200 Ton Raise of Grade, International Yacht Training, RADAR Observer Unlimited, Celestial Navigation, and STCW, all quantified by estimated student enrollments per year. Notably, all listed courses are currently priced at $0.00, indicating that specific costs will be finalized upon award and are subject to negotiation at the order level. Each OP is structured to track financial totals and requirements for various training locations, including Virginia Beach, San Diego, Stennis Space Center, and Charleston, though these totals remain at $0.00. This document functions as part of federal RFPs and grants, aiming to foster maritime education and training while ensuring flexibility in pricing and course offerings based on government procurement strategies.
    This government solicitation (H9224025QE012) is a Women-Owned Small Business (WOSB) set-aside for Maritime Courses of Instruction (COI), with a total contract value not exceeding $2,000,000 over five years, potentially five and a half years with an option. The procurement is a Firm Fixed Price, Indefinite Quantity contract, with a minimum order of $1,000 and a maximum of $250,000 per single item or combination of items. Proposals are due by August 13, 2025, at 5:00 PM and will be evaluated on a Lowest Priced Technically Acceptable (LPTA) basis, considering technical capability, past performance, and price. Offerors must be small businesses under NAICS code 611699 and submit specific representations, certifications, course outlines (12-page limit), and a completed pricing sheet.
    This government file details Amendment/Modification 0001 to Solicitation Number H9224025QE012, issued by Naval Special Warfare Command. The primary purpose of this amendment is to extend the due date for responses from August 13, 2025, to September 01, 2025. This allows interested parties additional time to submit their offers. The amendment also indicates that a future amendment will be issued to post responses to questions received, ensuring transparency and addressing inquiries from potential offerors. All other terms and conditions of the original solicitation remain unchanged and in full force and effect. This document is a standard form used for amending solicitations or modifying contracts within the federal government procurement process.
    The document serves as a solicitation for Women-Owned Small Business (WOSB) bids related to providing maritime courses of instruction to the Naval Special Warfare Command, with a total award amount of USD 16,500,000. It outlines key information including the contracting officer's details, the solicitation number (H9224025QE012), and the due date for offers, which is set for August 13, 2025. The acquisition is classified under the service category for commercial services under NAICS code 611699. Offerors must submit proposed pricing through an attached pricing sheet, along with technical capability statements and representations and certifications as per federal guidelines. Evaluation criteria will be based on Lowest Priced Technically Acceptable (LPTA) standards, emphasizing complete submissions from qualified small businesses. Additional attention is directed to the requirement for technical capability statements and past performance evaluations. The solicitation aims to foster business engagements with economically disadvantaged groups while ensuring compliance with various federal contracting regulations. Overall, the document illustrates the government's efforts to engage with small businesses, particularly those owned by women, in procurement processes for educational services aligned with military training needs.
    Lifecycle
    Title
    Type
    Similar Opportunities
    Training in the fabrication and flying of First Person View (FPV) small, unmanned aircraft system (sUAS)
    Buyer not available
    The Department of Defense, through the Naval Special Warfare Command, is soliciting proposals for training in the fabrication and operation of First Person View (FPV) small unmanned aircraft systems (sUAS). The procurement aims to provide Initial Qualification Training (IQT) for up to six personnel biannually, encompassing a comprehensive ten-day course that includes system fundamentals, supervised build instruction, and extensive flight training. This training is critical for enhancing the operational capabilities of unmanned systems operators within the military context. Interested Service-Disabled Veteran-Owned Small Businesses (SDVOSB) must submit their quotations by December 17, 2025, with the contract expected to commence on January 15, 2026, contingent upon future funding availability. For inquiries, contact Jeffrey S. Morris at jeffrey.s.morris.civ@socom.mil.
    RFP 693JF726R000002
    Buyer not available
    The Department of Transportation, through the Maritime Administration (MARAD), is soliciting proposals for RFP 693JF726R000002, aimed at providing career services and workforce development support for the U.S. Merchant Marine Academy (USMMA) and State Maritime Academies (SMAs). The contract, which is a 100% Total Small Business Set-Aside, encompasses a base year from April 1, 2026, to March 31, 2027, with four additional one-year options, focusing on individualized career counseling, job placement assistance, and workforce assessments to enhance the maritime workforce. This initiative is critical for maintaining a qualified maritime workforce and includes optional outreach to K-12 students to promote maritime education. Proposals are due by December 22, 2025, and interested parties should direct inquiries to Durba Ray at durba.ray@dot.gov, with all submissions and past performance questionnaires required to be emailed by the specified deadlines.
    CNATRA COMS Notice of Tentative Acquisition Strategy under FTSS V MAC Lot I and DRAFT RFP
    Buyer not available
    The Department of Defense, through the Naval Air Warfare Center Training Systems Division (NAWCTSD), is seeking proposals for Contractor Operations and Maintenance Services (COMS) under the Field Training Systems Support (FTSS V) Multiple Award Contract (MAC) for various Naval Air Stations. The procurement aims to provide comprehensive operational and maintenance support for Chief of Naval Air Training (CNATRA) at five locations, including NAS Corpus Christi, TX, and NAS Pensacola, FL, with a performance period of 62 months, starting with a base year and four option years. This contract is crucial for ensuring the effective training and operational readiness of naval aviation personnel. Interested parties should note that the anticipated release date for the Request for Proposal (RFP) is January 5, 2026, with proposals due shortly thereafter, and can contact Janet Fondriest at janet.l.fondriest.civ@us.navy.mil for further information.
    Lease of Small Craft
    Buyer not available
    The Department of Defense, through the Naval Undersea Warfare Center Division Keyport (NUWC Keyport), is seeking information on the availability and cost of small boats and qualified operators to support underwater research and development activities in the Puget Sound region. Specifically, NUWC Keyport is interested in acquiring two 32-foot crafts and one 55-foot craft, each meeting defined technical specifications, along with experienced operators for deployment in the Strait of Juan de Fuca, Hood Canal, and Puget Sound. This initiative is part of market research to inform future procurement decisions for an anticipated Firm-Fixed Price (FFP) contract, emphasizing the importance of reliable and capable vessels for undersea warfare system evaluations. Interested parties must submit their responses, including cost estimates and operator qualifications, by 4:00 PM PDT on December 24, 2025, to Andrew Hilyard at andrew.c.hilyard.civ@us.navy.mil or Matthew Mclean at matthew.a.mclean8.civ@us.navy.mil.
    Unmanned Maritime Systems Support (UMSS)
    Buyer not available
    The Department of Defense, through the Naval Information Warfare Center (NIWC) Pacific, is soliciting proposals for Unmanned Maritime Systems Support (UMSS) under Request for Proposal (RFP) No. N6600126R0018. The procurement aims to provide comprehensive services including design, fabrication, integration, testing, and maintenance of unmanned maritime systems that support various U.S. Navy missions, such as explosive ordnance disposal and anti-submarine warfare. This contract is crucial for advancing the Navy's capabilities in both current and future maritime operations, with an anticipated award of multiple indefinite-delivery, indefinite quantity (IDIQ) contracts over an eight-year period. Interested firms should note that the RFP response deadline is extended to December 11, 2025, and for inquiries, contact Paige Miller at paige.r.miller5.civ@us.navy.mil or call 619-553-4386.
    Unmanned Maritime Systems (UMS) Support
    Buyer not available
    The Department of Defense, specifically the Naval Surface Warfare Center, is soliciting proposals for Unmanned Maritime Systems (UMS) support under the Seaport NxG Multiple Award Contract (MAC), designated as N6133126R3102. This opportunity is exclusively available to holders of the Seaport MAC and aims to enhance capabilities related to unmanned maritime operations, which are critical for modern naval warfare and maritime security. Interested parties must submit their responses via the PIEE Solicitation Module, and for further inquiries, they can contact Melissa Ryan at melissa.m.ryan12.civ@us.navy.mil or Matthew Hammond at matthew.a.hammond4.civ@us.navy.mil. The solicitation emphasizes that it is set aside for Service-Disabled Veteran-Owned Small Businesses (SDVOSBC).
    DOT/NRC RAD WASTE Training
    Buyer not available
    The Department of Defense, specifically the Norfolk Naval Shipyard, is soliciting proposals for a Firm Fixed Price contract to provide DOT/NRC RAD WASTE Training, aimed at qualifying personnel in radioactive/mixed waste shipping. This training will encompass a total of 40 hours, including 32 hours focused on Department of Transportation (DOT) requirements, 4 hours on Load Securement, and 4 hours on International Air Transportation Association (IATA) regulations, with the objective of ensuring compliance and safety in shipping operations. The training is scheduled to take place from January 12 to January 16, 2026, and is set aside exclusively for small businesses, with proposals due by December 9, 2025. Interested offerors should direct inquiries to Jordan Moore at jordan.e.moore.civ@us.navy.mil and ensure all required documentation is submitted by the deadline to be considered for the award.
    DRAFT Combined Synopsis/Solicitation: Next Generation Surface Search Radar (NXSSR)
    Buyer not available
    The Department of Homeland Security, specifically the U.S. Coast Guard (USCG), is seeking qualified contractors to provide a Next Generation Surface Search Radar (NXSSR) system to replace outdated radar systems currently in use across 13 cutter platforms and 113 Vessel Traffic Service (VTS) remote sites. The procurement aims to enhance collision avoidance, navigation, and situational awareness in the maritime environment by implementing a scalable, IMO-certified Shipborne Surveillance Radar system that integrates with existing navigation systems and complies with various national and international standards. This initiative is critical for modernizing the Coast Guard's capabilities to address emerging maritime threats and challenges. Interested parties should submit their responses, including comments on the draft documents, to Amanda R. Barraclough at Amanda.R.Barraclough2@uscg.mil or Christina M. Grimstead at christina.m.grimstead@uscg.mil, with a minimum contract guarantee of $10,000 and a maximum ceiling of $49,000,000 over a ten-year period. Questions regarding the solicitation are due by December 15, 2025.
    COMMAND AIRCRAFT CREW TRAINING (CACT) PROGRAM FOR ACADEMIC AND SIMULATOR TRAINING ON THE UC-35D AIRCRAFT
    Buyer not available
    The Department of Defense, through the Naval Air Warfare Center Orlando Training Systems Division (NAWCTSD), is seeking qualified contractors to provide academic and simulator training for the Navy's Command Aircraft Crew Training (CACT) Program on the UC-35D aircraft. The procurement involves a Firm Fixed Price (FFP) Requirements contract anticipated to span 60 months, commencing on or about October 30, 2026, and aims to fulfill comprehensive training requirements, including Pilot Initial and Recurrent Training, as well as International Procedures Training. This training is critical for ensuring military aviators are proficient in operating the UC-35D aircraft, which is vital for various Navy operations. Interested parties must submit their capabilities statements by 2 PM EST on January 7, 2026, and can direct inquiries to Joseph Willdigg at joseph.willdigg.civ@us.navy.mil or Audrey Rolland at audrey.rolland@navy.mil.
    Redacted SAP Single Source Determination
    Buyer not available
    The Department of Defense, specifically the Department of the Navy through the NAVFAC Systems and Expeditionary Warfare Center, is seeking a contractor to provide leadership training aimed at enhancing leadership capabilities within NAVFAC EXWC. The training program will focus on key areas identified in the DEOCS survey and individual development plans, including decision-making, effective communication, conflict mediation, team leadership, and collaboration. This initiative is crucial for fostering a more effective leadership culture within the organization. Interested parties can reach out to Matthew Duong at matthew.h.duong.civ@us.navy.mil or Jonathan Demorest at jonathan.p.demorest.civ@us.navy.mil for further details regarding this opportunity.