Career Transition Seminar
ID: H9224026QE003Type: Combined Synopsis/Solicitation
Overview

Buyer

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

NAICS

Professional and Management Development Training (611430)

PSC

EDUCATION/TRAINING- TRAINING/CURRICULUM DEVELOPMENT (U008)

Set Aside

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

    The Naval Special Warfare Command (CNSWC) of the Department of Defense is seeking contractor support for Career Transition Seminars aimed at assisting senior military service members transitioning to civilian careers. The contractor will be responsible for developing and delivering four annual three-day seminars, each accommodating at least 14 service members and optional spouses, focusing on essential skills such as resume building, networking, and interview techniques. This initiative is crucial for facilitating the successful transition of military personnel into civilian roles, ensuring they are equipped with the necessary tools and knowledge. Interested parties should note that the contract is a firm-fixed-price, indefinite-quantity agreement with a five-year performance period, and must submit their proposals by the specified deadlines, with contact inquiries directed to Ashley Helvak-Leslie at ashley.n.helvak-leslie.civ@socom.mil or Kristen Lawrence at kristen.k.lawrence.civ@socom.mil.

    Files
    Title
    Posted
    Naval Special Warfare Command (CNSWC) seeks contractor support for Career Management and Transition Seminars for senior military service members transitioning to civilian careers. The contractor will develop and deliver four annual three-day seminars, each accommodating at least 14 service members (and optional spouses), focusing on re-employment. Course content includes career evaluation, resume building, networking, marketing, stress coping, communication, interview techniques, compensation negotiation, and social media tactics. Seminars will take place in Dam Neck, VA, San Diego, CA, and Little Creek, VA. The contractor must specialize in military-to-civilian career transition, have at least ten years of experience with Naval Service members, and have conducted a seminar within the last six months. Instructors must be retired military officers (Navy, Army, or Air Force), possess a Master’s degree in business, and be proficient in current job search methods. The contractor is responsible for seminar scheduling, facility setup, providing materials and equipment, and all presenter travel. A Quality Control Plan is required. The contract has a five-year ordering period.
    The document outlines a five-year ordering period, from February 2026 to February 2031, for 'Career Transition Seminar' services at three locations: Little Creek, VA; Dam Neck, VA; and San Diego, CA. Each ordering period is one year in duration, with an additional option period from February 2031 to August 2031. For each period, the document lists specific ELINs (Exhibit Line Item Numbers) for the seminars at each location, along with a description, unit of issue (EA for each), and estimated quantities. The estimated quantities remain consistent across all periods: 1 seminar at Little Creek, VA, and 2 seminars each at Dam Neck, VA, and San Diego, CA. The unit prices for these services are left blank, indicated by a placeholder of '$ -'. This document is likely an attachment to a larger Request for Proposal (RFP) or a similar government procurement document, detailing the scope of services and estimated quantities for a multi-year contract related to career transition support.
    The document, H92240-26-QE-003, is a Past Performance Questionnaire from Naval Special Warfare Command for evaluating offerors proposing on Career Transitional Seminars. Offerors identify a point of contact (POC) from a relevant past or present contract to complete the questionnaire. The POC is requested to provide factual, accurate, and complete comments on the offeror's performance, focusing on the last three years. The questionnaire covers areas such as compliance with specifications, effectiveness of training, ability to maintain high-quality services, capability to coordinate trainings, and commitment to customer satisfaction. Adjectival ratings (Outstanding, Good, Acceptable, Marginal, Unacceptable) are provided for evaluation, with space for detailed comments and explanations. The completed questionnaire is due by December 17, 2025, and should be returned directly to ashley.n.helvak-leslie.civ@socom.mil and kristen.k.lawrence.civ@socom.mil.
    This government solicitation, H92240-26-QE-003, from the Naval Special Warfare Command (CNSWC) is a Request for Quote (RFQ) for Career Transition Seminar services. The contract is a firm-fixed-price, indefinite-quantity agreement with a five-year period of performance, including a one-year base and four option periods. The contractor will provide career management seminars four times a year to assist senior military service members transitioning to civilian careers. The solicitation outlines specific clauses and provisions, including those related to electronic payment, disclosure of unclassified information, foreign persons working on the contract, and ordering procedures. It also incorporates various FAR, DFARS, and SOFARS clauses by reference and full text, covering areas like small business programs, labor standards, and supply chain security. The maximum order for a single item or combination of items is $50,000. Additionally, the document details representations and certifications required from offerors.
    Lifecycle
    Title
    Type
    Career Transition Seminar
    Currently viewing
    Combined Synopsis/Solicitation
    Similar Opportunities
    Training in the fabrication and flying of First Person View (FPV) small, unmanned aircraft system (sUAS)
    Dept Of Defense
    The Department of Defense, specifically the Naval Special Warfare Command under the US Special Operations Command (USSOCOM), is seeking quotes for a training program focused on the fabrication and operation of First Person View (FPV) small unmanned aircraft systems (sUAS). The procurement aims to provide a comprehensive biannual, ten-day Initial Qualification Training (IQT) course for up to six personnel, covering essential topics such as FPV system theory, design, assembly, and advanced flight techniques, with a total of 80 hours of instruction. This opportunity is set aside for Service-Disabled Veteran-Owned Small Businesses (SDVOSB) and will be awarded as a Firm-Fixed-Price contract, with the base year commencing on January 15, 2026, and includes two option years. Interested parties should direct inquiries to Jeffrey S. Morris at Jeffrey.S.Morris.civ@socom.mil, and note that the current solicitation is not funded as per FAR Clause 52.232-18.
    USSF Hiring Events
    Dept Of Defense
    The Department of Defense, specifically the Air Force District Washington (AFDW), intends to award a Sole Source contract to Recruitmilitary, Inc. for the purpose of enhancing outreach efforts to military veterans and transitioning service members regarding employment opportunities with the United States Space Force (USSF). This initiative is crucial for connecting veterans and their families with current and future job prospects within the USSF, thereby supporting their transition into civilian employment. The contract will be executed under Simplified Acquisition Procedures, and interested parties may submit their interest and product information by 4:30 PM E.S.T on December 19, 2025, via email to the primary and secondary contacts provided: Eric L. Moss at eric.moss.3@us.af.mil and Loverna Johnson at loverna.johnson.ctr@us.af.mil.
    Redacted SAP Single Source Determination
    Dept Of Defense
    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.
    Cox Transport Circuits
    Dept Of Defense
    The Department of Defense, specifically the Naval Special Warfare Command, is seeking to procure a 200 Mbps transport circuit from Cox Communications between Naval Amphibious Base Little Creek and Joint Expeditionary Base Fort Story. This requirement is essential for extending the SOCOM SIE Network to support daily operations and mission requirements of NSW Commands at Fort Story. The procurement is classified as a sole source acquisition due to Cox Communications being the only provider with the necessary infrastructure in the area, making competitive bidding impractical. Interested parties can contact Kelly L. McNeill at kelly.mcneill@socom.mil for further information, noting that the contract will cover a one-year base period with four additional one-year options.
    SOF Global Services Delivery Request for Proposal (DRAFT)
    Dept Of Defense
    The U.S. Department of Defense, through the U.S. Special Operations Command (USSOCOM), is seeking proposals for the Special Operations Forces Global Services Delivery (SOFGSD) contract, which is a Total Small Business Set-Aside opportunity. This procurement aims to secure administrative management and general management consulting services to support USSOCOM's global missions and enterprise needs, with a focus on providing subject matter expertise and knowledge-based services. The contract will be awarded as multiple Indefinite Delivery Indefinite Quantity (IDIQ) contracts, with a requirement for offerors to possess a Top Secret Facility Clearance and to meet specific cybersecurity standards as outlined in the recent DFARS rule. Interested parties should direct inquiries to the primary contact, Sherri Ashby, at sherri.ashby@socom.mil, and note that the final Request for Proposal (RFP) is anticipated to be released in Q2 FY26, following additional drafts and industry engagement sessions.
    CNATRA COMS Notice of Tentative Acquisition Strategy under FTSS V MAC Lot I and DRAFT RFP
    Dept Of Defense
    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.
    CH-53K HMHT-302 Training Program Curriculum Revisions - Sources Sought Notice
    Dept Of Defense
    The Department of Defense, through the Naval Air Warfare Center Training Systems Division (NAWCTSD), is seeking Service-Disabled Veteran-Owned Small Businesses (SDVOSB) to provide curriculum sustainment transition services for the U.S. Marine Corps Heavy Helicopter Training Squadron (HMHT-302) and Heavy Helicopter Squadron (HMH-461). The procurement aims to sustain operator and maintenance training curricula for the CH-53K helicopter, including the development and revision of Interactive Multimedia Instruction (IMI) levels 1-4. This initiative is critical for maintaining the operational readiness and effectiveness of the Marine Corps' heavy lift capabilities. Interested parties must respond by November 20, 2025, detailing their capabilities and relevant experience, as the anticipated Request for Proposal (N6134026R0013) is expected to be released in the second quarter of 2026, with a contract performance period of 48 months. For further inquiries, contact Caitlyn Ersek at caitlyn.e.ersek.civ@us.navy.mil or Evan Denove at evan.t.denove.civ@us.navy.mil.
    Wounded Warrior Outreach and Resource Support Services-Request for Proposal
    Dept Of Defense
    The Department of Defense, specifically the Department of the Navy, is soliciting proposals for the Wounded Warrior Outreach and Resource Support Services under Request for Proposal (RFP) M0026426R0001. The contractor will be responsible for providing comprehensive outreach and resource support services to approximately 35,000 wounded, ill, and injured Marines, Sailors, veterans, and their families, including program management, call center support, and field service support across various locations. This initiative is crucial for ensuring effective non-medical case management and resource advocacy, emphasizing strict adherence to privacy and confidentiality protocols. Interested parties must submit their proposals by the extended deadline, with inquiries directed to Bradley Hoover at bradley.hoover@usmc.mil or Cynthia Guthridge at cynthia.guthridge@usmc.mil.
    SOLE SOURCE – SANs TRAINING
    Dept Of Defense
    The Department of Defense, specifically the Department of the Navy through NSWC Crane, is seeking to procure specialized training services for SANs (Storage Area Networks) under a sole source justification. This procurement aims to enhance the technical capabilities of personnel involved in IT and telecom business applications, particularly focusing on perpetual license software. The training is critical for ensuring operational efficiency and security within the Navy's IT infrastructure. Interested parties can reach out to Morgan Helton at morgan.m.helton.civ@us.navy.mil for further details regarding this opportunity.
    Commercial Solutions Opening (CSO) PEO-SDA
    Dept Of Defense
    The U.S. Special Operations Command (USSOCOM) is seeking innovative solutions through its Commercial Solutions Opening (CSO) for the Program Executive Office SOF Digital Applications (PEO SDA). The objective is to accelerate the integration of commercially derived software innovations into deployable capabilities that enhance the effectiveness of Special Operations Forces (SOF). This initiative is crucial for developing software-intensive programs and technologies that can improve operational efficiency and lethality. Interested vendors are encouraged to submit Solution Briefs for evaluation, with the potential for awards to be made throughout 2024 and 2025. For inquiries, contact Christie Orlando at christie.r.orlando.civ@socom.mil or Kyle Zinnel at kyle.a.zinnel.civ@socom.mil.