EOD Combat Skills Course
ID: N6883625R0006Type: Solicitation
Overview

Buyer

DEPT OF DEFENSEDEPT OF THE NAVYNAVSUP FLT LOG CTR JACKSONVILLEJACKSONVILLE, FL, 32212-0097, USA

NAICS

Professional and Management Development Training (611430)

PSC

EDUCATION/TRAINING- TRAINING/CURRICULUM DEVELOPMENT (U008)

Set Aside

Service-Disabled Veteran-Owned Small Business Set Aside (SDVOSBC)
Timeline
    Description

    The Department of Defense, specifically the Department of the Navy through NAVSUP FLT LOG CTR Jacksonville, is soliciting proposals for the EOD Combat Skills Course, aimed at providing instructional support for the Naval School Explosive Ordnance Disposal (NSEOD) located at Eglin Air Force Base, Florida. The contractor will be responsible for delivering all necessary personnel, equipment, and materials to conduct off-site training, ensuring compliance with high-risk training standards and curriculum requirements as outlined in the Performance Work Statement (PWS). This contract is critical for enhancing the operational readiness of U.S. Navy EOD Operators through comprehensive training in explosive ordnance disposal skills. Interested parties, particularly Service-Disabled Veteran-Owned Small Businesses (SDVOSB), must submit their proposals by July 18, 2025, and can direct inquiries to Ms. Ellen Schramm at patricia.e.schramm.civ@us.navy.mil or Laura Donson at laura.j.donson.civ@us.navy.mil.

    Point(s) of Contact
    Files
    Title
    Posted
    The document intended for review appears composed of instructions for accessing a government PDF file that is not currently viewable due to an Acrobat Reader compatibility issue. It highlights the necessity of upgrading to the latest version of Adobe Reader for proper file display, providing links for both downloading and customer support. Additionally, it mentions trademarks related to Microsoft, Apple, and Linux, which are likely included to comply with legal and branding requirements. While the specific content of the government file is unavailable, the note suggests its focus may pertain to the access and usability of government RFPs (Request for Proposals), federal grants, and local RFPs, hinting at its potential relevance in procurement and funding processes. Overall, the document emphasizes technological accessibility as a foundational aspect of engaging with government resources and applications.
    The document is a Contract Data Requirements List (CDRL) specifying data submission requirements for contractors under a federal contract. It outlines the necessary data items that the contractor must prepare and submit according to the relevant Performance Work Statement (PWS). Key submissions include a Quality Control Plan, Corrective Action Plan, training certificates, security information, and monthly invoices. Contractors must revise their submissions based on feedback from government representatives within specified timelines and adhere to strict deadlines for various documentation, including safety and environmental plans. The CDRL serves as a guideline for data management, ensuring compliance with government specifications and maintaining project oversight. It includes detailed instructions for completing the form, identifying categories of data (Technical Data Package, Technical Manual, or Other), and requires various approvals before submission. Each data item is associated with specific timelines and requirements, ensuring effective communication and accountability in the contractor's performance. The document reflects the government's systematic approach to managing contracts and ensuring quality deliverables in support of mission objectives.
    The DD Form 1423 is a Contract Data Requirements List utilized by the Department of Defense to specify data requirements for contracts. It outlines essential elements such as contract line items, data item numbers, titles, submission frequencies, due dates, and estimated costs associated with the delivery of data. The form categorizes data requirements into Technical Data Packages, Technical Manuals, or Other types, ensuring clarity in the data needed to support system acquisition. Moreover, the document emphasizes the responsibilities of both government personnel and contractors regarding the preparation, approval, and submission of data items, including the necessary signatures and approval timelines. It details how contractors are to estimate costs in four groups based on the nature of data required. With an average reporting burden of 440 hours for each submission, the form serves to collect vital information while striving to comply with the Paperwork Reduction Act. The structured and detailed nature of the form highlights its crucial role in managing the documentation required for government procurement processes and data management essential for contract execution.
    The DD Form 1423 serves as the Contract Data Requirements List (CDRL) utilized by the Department of Defense (DoD) to outline and manage data deliverables associated with government contracts. This form captures essential contract details, including item numbers, titles, submission dates, frequency of required data, and responsible offices. It also specifies categories of data such as Technical Data Packages (TDP) and Technical Manuals (TM). Key elements include requirements for various data items, their submission timelines, and distribution instructions. Additionally, it delineates the roles of both government personnel and contractors in completing and approving the form. It emphasizes the need for data item descriptions, inspection requirements, and the estimated total costs associated with delivering these data items. Used primarily in government Request for Proposals (RFPs) and grants, this form helps ensure compliance with data requirements and proper management of contract deliverables, thereby facilitating effective communications and expectations between the government and contractors.
    The DD Form 1423 is utilized within the Department of Defense as a Contract Data Requirements List, outlining the structure for data submission pertinent to contracts. The form includes essential information such as contract line item numbers, descriptions of required data items, submission dates, and distribution details. It categorizes data types, indicating whether they are technical data packages, technical manuals, or other categories, and specifies frequency and timelines for submissions. The document provides instructions for both government personnel and contractors on how to complete the form, focusing on details like pricing groups that categorize data based on its necessity and compliance requirements. Furthermore, it emphasizes the regulatory framework for data distribution and acceptance, supporting effective management and oversight of contract deliverables. Overall, the form plays a vital role in ensuring that contractors provide required documentation in a timely and organized manner, which is fundamental in the context of federal contracts and grants.
    The DD Form 1423 serves as the Contract Data Requirements List used by the U.S. Department of Defense (DoD) to stipulate data submission requirements for contractors. The form outlines essential items such as the necessary data item descriptions, submission timelines, distribution expectations, and estimated costs associated with data production. Key components include categories for technical data and manuals, the system/item the data supports, and specific timelines for initial and subsequent submissions. Contractors are instructed to provide various plans, such as Quality Control and Corrective Action Plans, with precise deadlines for initial and updated submissions following contract awards. The form also details pricing groups for different types of data, which guide contractors in estimating costs related to data deliverables. Emphasizing the importance of adhering to specified guidelines, the form serves a critical role in ensuring compliance and maintaining communication standards throughout contract execution. Ultimately, the DD Form 1423 facilitates clear expectations regarding data requirements, enhancing operational efficiency within defense contracting processes.
    The document outlines a Request for Proposal (RFP) for a non-personal services contract to provide instructional support for the U.S. Navy's Explosive Ordnance Disposal (EOD) training at the Naval School Explosive Ordnance Disposal located at Eglin Air Force Base. The contract, identified by solicitation number N6883625R0006, includes administrative support and a series of instructional convenes aimed at enhancing the combat skills of EOD operators. The key components of the contract include the provision of necessary personnel, equipment, supplies, and non-personal services for off-site and on-site training. The course delivery is divided over several training days and must adhere to specific performance standards and safety regulations. Additionally, the contractor is required to ensure instructor qualifications, manage logistics, and comply with strict security protocols. This RFP not only highlights the details of the training execution but also sets forth the qualifications and requirements that the contractor must meet, such as experience in high-risk training and familiarity with military procedures. Overall, the document serves as a framework for obtaining qualified contractors to ensure high-quality training that meets the operational needs of the Navy's EOD program.
    The document outlines a Past Performance Reference Questionnaire meant for contractors in federal and state projects. Its main purpose is to evaluate a contractor's performance based on various criteria, including quality of products or services, cost control, timeliness of delivery, special needs management, and coordination with subcontractors. Each aspect is rated on a scale from “Exceptional” to “Unsatisfactory,” with definitions provided for each rating. The structure consists of several sections: Section I includes specific performance ratings, Section II allows for additional narrative justification, Section III requires the rater's signature, Section IV provides submission instructions, and Section V offers contact information for inquiries. The questionnaire not only seeks quantifiable ratings but also emphasizes the importance of detailed justifications for the assigned ratings, along with specific examples of the contractor’s performance and any issues encountered. Overall, this document serves as a critical tool for assessing contractors’ past performances within the context of government contracts, ensuring accountability, and informing future procurement decisions.
    The document is an amendment to a federal solicitation for a contract modification, primarily addressing updates to the Performance Work Statement (PWS) and responses to industry questions. It outlines key changes, including the incorporation of Wage Determination updates, and provides clarifications on various aspects of the solicitation such as pricing requirements, travel guidelines, instructor-to-student ratios, and contract performance deliverables. Additionally, it emphasizes the need for contractor compliance with specified wage rates and benefits under the Service Contract Act and Executive Orders, particularly for work involving federal contracts. The amendment serves to ensure clarity and conformity in the bidding process, ultimately reinforcing the Government's commitment to fair labor practices while facilitating effective execution of contracted services. Overall, this modification aims to enhance the understanding of the project's requirements and streamline the solicitation process for prospective contractors.
    The document outlines a solicitation amendment for an Indefinite Delivery-Indefinite Quantity (IDIQ) contract to provide a Combat Skills Course for the Naval School Explosive Ordnance Disposal (NSEOD) at Eglin Air Force Base, Florida. The modification incorporates evaluation factors and changes to the solicitation, maintaining the same terms and conditions. The contract involves a technical course which requires contractors to supply personnel, equipment, and related support services, without government oversight, ensuring quality training for explosive ordnance disposal personnel. Objectives include delivering a comprehensive curriculum over 33 training days, with designated safety and logistical requirements for high-risk training. Contractors must propose experienced staff and facilities compliant with Federal and local regulations. Evaluation criteria focus on past performance, technical capabilities, and pricing, emphasizing strict adherence to outlined roles and responsibilities. The document reinforces the necessity for detailed planning in operations, quality control, and safety measures throughout the contract. It highlights the importance of compliance with safety and security regulations, adherence to timelines, and proper certification for all personnel involved in the contract. Overall, the document serves as a comprehensive guide for potential contractors and a formal request for services to enhance military training capabilities in combat skills.
    This document outlines a modification to a federal solicitation for a non-personal services contract to provide a technical course of instruction for the Explosive Ordnance Disposal (EOD) Combat Skills Course administered by the Center for Explosive Ordnance Disposal and Diving (CEODD). The modification responds to industry inquiries and includes an updated Performance Work Statement (PWS). The contract will deliver training over 33 days, with portions held at the Naval School Explosive Ordnance Disposal and offsite locations. The contractor is tasked with qualifications, staffing, and the provision of necessary equipment while adhering to safety, quality, and regulatory standards. The document emphasizes contractor responsibilities regarding instructor qualifications, safety protocols, and a quality control system to ensure effective training delivery. It specifies the requirements for highly experienced personnel, particularly in high-risk environments, to fulfill course objectives. This summary highlights the operational aspects of the contract, emphasizing its significance in preparing U.S. Navy EOD Operators for combat scenarios, thereby enhancing the readiness and effectiveness of military operations.
    This document is an amendment to a solicitation or contract modification, specifically for contract ID N6883625R0006, numbered 0005. The primary purpose of the amendment, dated July 17, 2025, is to replace Attachment 1, titled "CONTRACTOR NAME, Vol. Pricing.xlsc," due to formatting revisions. It confirms that all other terms and conditions of the original solicitation remain unchanged and in effect. The document also indicates that the hour and date for the receipt of offers have not been extended, and offers must acknowledge receipt of this amendment to be considered. The contracting officer responsible for this modification is Patricia Schramm from NAVSUP FLC Jacksonville. The solicitation and amendment numbers must be referenced in any correspondence regarding the amendment, and the contractor's signature is required to finalize the changes. Overall, the document serves to communicate administrative updates while ensuring compliance with federal regulations governing contract modifications.
    The document outlines the bid schedule for the Combat Skills Community of Interest (COI) project under solicitation number N6883625R0006. It specifies a contract period from August 1, 2025, to June 30, 2030, with a base year and four option years. The schedule includes various Contract Line Item Numbers (CLINs) detailing administrative support for the base year, pre-pilot and pilot activities, and convenes across four option periods, each requiring eight events, with an additional provision for extending services. Moreover, the schedule lists the deliverables (CDRLs) associated with each contract period, highlighting necessary documentation requirements that need to be fulfilled. The total cost associated with these CLINs is currently indicated as $0.00 for all items, marking a placeholder for future pricing submissions. Overall, the document serves as a structured outline for contractors interested in bidding for government services related to combat skills, reflecting the need for administrative and event coordination over an extended period, while adhering to Federal Acquisition Regulation guidelines.
    The document outlines the bid schedule and breakdown for the "Combat Skills COI" project under Solicitation Number N6883625R0006. The contract has a base period from August 1, 2025, to June 30, 2030, and includes options for four additional periods if needed. It specifies various Contract Line Item Numbers (CLINs) for administrative support, convening sessions, and Contract Data Requirements List (CDRLs). Key CLINs include administrative support for the base year, convening sessions for pre-pilot and pilot phases, and recurring convenes for each option year. CDRLs are required for both the base and option years to guide project compliance and reporting. The pricing structure denotes a base fee and indicates that the total amounts are currently listed as $0.00 due to the indefinite nature of the bidding structure until contracts are awarded. This document is part of the federal procurement process, which mandates detailed bidding to ensure transparency and adherence to government regulations.
    The Past Performance Reference Questionnaire is a tool used to assess contractors' performance in federal government contracts. It allows evaluators to rate contractors on various criteria, including product quality, cost control, timeliness, special needs responsiveness, and subcontractor management. Ratings range from "Exceptional" to "Unsatisfactory," each defined by distinct performance standards and justifications required for the rating assigned. Evaluators must provide a narrative to support their ratings, citing specific events and their impacts on government benefits or performance deficiencies. The questionnaire includes sections for rating responses, additional justification, rater signatures, return instructions, and contact information. The document serves the purpose of gathering comprehensive evaluations to inform decision-making in federal RFPs and grants by measuring contractors' past performance against established criteria, ultimately contributing to the selection process for government projects.
    The document outlines a course master schedule for an educational program, specifically focusing on human performance topics. It indicates that the course is structured over several weeks, with a clear emphasis on practical lab components designed to enhance learning through hands-on experience. The schedule is part of a broader educational offering affiliated with government-related training, potentially aimed at federal grants, RFPs, or similar funding opportunities. The format includes a systematic breakdown of topics by week, reflecting an organized approach to curriculum delivery. Overall, the document signals a commitment to developing competencies in human performance through structured teaching methods, aligning with objectives for workforce development in various governmental sectors.
    The DD Form 1423, titled "Contract Data Requirements List," is utilized by the Department of Defense for collecting essential data associated with contracts. The form specifies various requirements for data submission related to contracts, indicating categories such as Technical Data Packages and Technical Manuals. It outlines the necessary details for each data item, including titles, frequencies, dates for initial and subsequent submissions, as well as distribution requirements. The form emphasizes the roles of various stakeholders including the contractor and government representatives in the approval and submission process. It also categorizes data into four price groups based on their necessity for contract performance, ranging from data not essential for contract execution (Group I) to data developed under normal operating procedures (Group IV). This structured approach ensures that essential data is systematically submitted and reviewed, facilitating compliance and quality control in defense contracting. By establishing clear expectations and deadlines, the form plays a crucial role in maintaining accountability and efficiency in the government's procurement process.
    The DD Form 1423 outlines the Contract Data Requirements List (CDRL), a crucial document used within the Department of Defense for managing contract data requirements. It facilitates the collection of essential information from contractors, including specific data items concerning contract performance. Key sections of the form include details such as the category of data (Technical Data Package, Technical Manual, etc.), contract line item numbers, submission timelines, and distribution requirements. Contractors are required to provide various data items within specified time frames after contract award, including safety plans and conflict reports regarding environmental and OSHA issues. The form is designed to capture essential cost groupings related to data item production, ranging from non-essential to essential data required for contract execution. Overall, the DD Form 1423 standardizes the data submission process, ensuring clarity and compliance between the government and contractors in fulfilling contract obligations.
    The DD Form 1423, known as the Contract Data Requirements List, serves as an essential document for the Department of Defense (DoD) to outline data item requirements for contracts. The form captures details such as the contract line item number, data item descriptions, frequency of submissions, and required approvals. It distinguishes between various categories of data, such as Technical Data Packages (TDP) and Technical Manuals (TM). Each data item entry specifies critical factors, including submission deadlines, distribution requirements, and intended recipients. The instructions detail how government personnel and contractors should complete the form, emphasizing the importance of defining the data item’s relevance to the contract and identifying associated costs grouped into four categories based on their significance to the contract performance. This structured approach ensures clarity in data deliverables while facilitating compliance with government expectations. Overall, the DD Form 1423 is crucial for managing data in federal contracts, ensuring that contractors meet specific requirements efficiently and effectively within stipulated timelines.
    The DD Form 1423, titled "Contract Data Requirements List," serves as a structured document for the Department of Defense (DoD) to detail the specific data required from contractors during contract execution. The form outlines various categories, such as Technical Data Package (TDP), Technical Manual (TM), and others, and includes sections for essential information about data items, submission timelines, and distribution requirements. Contracting Officers and contractors must provide pertinent data like item titles, submission dates, and distribution details, ensuring that the required documents are completed and submitted within specified timeframes, such as the example of providing insurance retainer documents within ten days of contract award. The document delineates responsibilities, approval processes, and guidance for estimating data item prices based on four designated groups that help categorize the effort and costs involved. By clearly defining these requirements, the DD Form 1423 facilitates compliance in government contracts, ensuring effective communication and accountability in data submissions critical for project success.
    The document is a Contract Data Requirements List (CDRL) designed for use in federal contracting, specifically addressing the submission and approval processes of data items related to contracts. It outlines the responsibilities of contractors for submitting data in compliance with government requirements using their own formats, while allowing government approval of these formats. Key components include the need for draft submissions, timelines for corrections in case of discrepancies, and specific guidance on completing the data form, including categories of data (e.g., technical data package, technical manuals). It further details necessary identification information for contracts, including contractor names, submission frequency, and financial considerations associated with delivering data items. The CDRL serves to clarify requirements for documentation and data flow between contractors and the government, ensuring regulatory compliance and efficiency in contract performance.
    The document outlines the draft curriculum for the Navy's Explosive Ordnance Disposal (EOD) Combat Skills training program, identified as CIN A-431-0137. This comprehensive course, managed by NAVSCOLEOD and approved by CENEODDIVE, spans 264 total hours over seven weeks, with a class size limit of 20 students. The curriculum divides the training into various topics, including human performance, equipment usage, and tactical communication. It specifies instructional hours and student-to-instructor ratios for each lab and class, ensuring effective learning environments. The course includes tactical training in weapon fundamentals, combat emergency medical treatment, and practical applications involving various operational scenarios. Detailed scheduling shows a progression of skill acquisition, from basic human performance principles to more complex exercises like live-fire practices and combat vehicle operations. This structured approach aims to prepare service members for real-world EOD operations, emphasizing safety and operational readiness, while aligning with government training requirements and standards. Overall, the document reflects the Navy's commitment to providing robust and mission-critical training in explosive ordnance disposal skills.
    The document is a listing of various military communication and operational equipment, primarily focusing on radios, antennas, GPS units, and accessories related to tactical operations. It includes part numbers, descriptions, and associated National Stock Numbers (NSNs) for easily identifiable inventory management. Key components highlighted consist of multiband handheld and manpack radios, GPS-enabled devices, battery chargers, and a range of ancillary equipment like antennas and programming cables. The document also specifies various weapon systems and visual augmentation devices used by military personnel, detailing their respective NSNs. Overall, this compilation is intended for government procurement purposes, providing a comprehensive resource for requesting proposals (RFPs) and grants relevant to military supplies and equipment, thereby facilitating the effective acquisition of essential assets for defense and operational readiness. The organization of the file permits efficient reference for state and federal agencies in fulfilling their logistical requirements.
    The government document details an amendment to solicitation N6883625R0006, focusing on the modification of contract terms related to training services for naval personnel. Key updates include an extension of the offer submission deadline to July 18, 2025, the provision of vendor questions and answers, and changes to Contract Line Item Numbers (CLINs). The document addresses specific queries around training requirements, including expectations for instructor-to-student ratios, student lodging and meal provisions, invoicing procedures, and the qualifications of personnel. Moreover, it emphasizes that contractors are responsible for certain logistical aspects and must submit invoices based on completed training sessions. Additional modifications clarify pricing structures and define expectations for the contractor's engagement in various training activities. The overarching purpose of the amendment is to refine solicitation details, ensuring potential offerors have clear guidelines to facilitate accurate proposals while adhering to federal acquisition regulations and processes. This highlights the importance of clear communication and structured requirements in governmental solicitations to achieve effective contract performance.
    Lifecycle
    Title
    Type
    EOD Combat Skills Course
    Currently viewing
    Solicitation
    Similar Opportunities
    This requirement is to provide the JS, J7 Joint Education and Doctrine Division (JEDD) with planning and operations support to execute up to four (4) Disruptive Technical Courses (DTCs) per Fiscal Year.
    Dept Of Defense
    The Department of Defense, through the NAVSUP Fleet Logistics Center Norfolk, is seeking sources to provide planning and operations support for the Joint Staff (JS), J7 Joint Education and Doctrine Division (JEDD) to execute up to four Disruptive Technical Courses (DTCs) annually. The contractor will be responsible for program management, curriculum development, and coordination of speakers, including six Senior Fellows and up to twenty-four Subject Matter Experts (SMEs) per course, emphasizing high performance standards and compliance with security requirements. This initiative is crucial for enhancing the educational framework within the Department of Defense, with services expected to commence on July 1, 2026, following an anticipated award in the fourth quarter of FY26. Interested parties should submit a tailored executive summary by January 5, 2026, to Jaime Verdi at jaime.verdi@navy.mil, and the applicable NAICS code for this opportunity is 611430, with a size standard of $15 million.
    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.
    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.
    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.
    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.
    COMMAND AIRCRAFT CREW TRAINING (CACT) PROGRAM FOR ACADEMIC AND SIMULATOR TRAINING ON THE UC-35D AIRCRAFT
    Dept Of Defense
    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.
    Maritime Operations Center (MOC) Support Services
    Dept Of Defense
    The Department of Defense, through the Department of the Navy's NAVSUP Fleet Logistics Center Norfolk, is soliciting proposals for Maritime Operations Center (MOC) Support Services. The primary objective of this procurement is to provide a comprehensive range of technical services aimed at enhancing warfighting capabilities and addressing operational gaps within the MOC framework, which is critical for effective command and control of naval operations. This solicitation is intended for a sole source contract, with a performance period spanning four months, and requires offerors to possess a current Top Secret facilities clearance. Interested parties should direct inquiries to Mary Taylor at mary.a.taylor263.civ@us.navy.mil or Jacob Gephart at jacob.n.gephart.civ@us.navy.mil, with proposals due by December 15, 2025, at 10:00 AM.
    Pilot and Aircrew Curriculum Revision and Maintenance (PACRM) Multiple Award Contract (MAC) II
    Dept Of Defense
    The Department of Defense, specifically the Naval Air Warfare Center Training Systems Division (NAWCTSD), is seeking qualified sources for the Pilot and Aircrew Curriculum Revision and Maintenance (PACRM) Multiple Award Contract (MAC) II. This procurement aims to provide essential services for the revision and maintenance of training programs for Navy and Marine Corps personnel, ensuring the accuracy and currency of various curricula and electronic classroom systems. The PACRM MAC II will facilitate streamlined and responsive procurements to meet the long-term training needs of Naval and Marine Corps commands, as well as other government training support activities. Interested parties, particularly Service-Disabled Veteran-Owned Small Businesses (SDVOSBC), should contact Kelly Stevens at kelly.m.stevens4.civ@us.navy.mil or call 407-380-4143 for further details, with the contract anticipated to be awarded by August 26, 2025.
    TACLANE Operator Training Course
    Dept Of Defense
    The Department of Defense, through the Naval Surface Warfare Center Carderock Division (NSWCCD), is seeking to procure an on-site TACLANE Operator Training Course from General Dynamics Mission Systems, Inc. This sole-source contract aims to train up to eleven NSWCCD employees on the configuration, operation, and maintenance of TACLANE encryptors, which are vital for secure network communications during RF Signature measurements. The four-day training course is scheduled to take place at NSWCCD in West Bethesda, Maryland, during the second quarter of Fiscal Year 2026 (January–March). Interested parties are invited to submit capability statements by 10:00 AM ET on December 22, 2025, to Tracy McDonough at tracy.l.mcdonough2.civ@us.navy.mil.
    Naval Weapons Station Earle Environmental Laboratory Services
    Dept Of Defense
    The Department of Defense, through the Naval Facilities Engineering Command Mid-Atlantic, is seeking proposals from qualified small businesses for Environmental Laboratory Services at the Naval Weapons Station Earle in Colts Neck and Leonardo, New Jersey. The contractor will be responsible for providing all labor, equipment, supplies, and supervision necessary for sampling, certified laboratory analysis, and documentation services related to wastewater and potable water testing. This procurement is critical for ensuring compliance with environmental regulations and maintaining water quality standards, with the contract structured as an Indefinite Delivery/Indefinite Quantity (IDIQ) Firm Fixed Price (FFP) agreement, featuring a 12-month base period starting March 1, 2026, and four optional 12-month periods. Interested parties must submit their proposals by January 14, 2026, and can direct inquiries to James Martin at james.j.martin3.civ@us.navy.mil or Shelley Toribio at shelley.toribio@navy.mil.