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.