MARITIME COURSES OF INSTRUCTION
ID: H9224026QE008Type: Combined Synopsis/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 seeking proposals from qualified Women-Owned Small Businesses (WOSB) to provide Maritime Courses of Instruction (COI) under solicitation H9224026QE008. The objective is to deliver comprehensive maritime training for Special Warfare Combatant-craft Crewmen (SWCC) personnel, ensuring compliance with USCG standards and enabling advanced navigational skills through various courses, including 100T Masters and RADAR Observer Unlimited. This five-year contract, with a total award amount of $16,500,000, emphasizes the importance of high-quality maritime training for military personnel and includes specific requirements for course materials and performance reporting. Interested parties must submit their questions by January 5, 2026, and can contact John M. Knizner at john.knizner@socom.mil or 619-537-1872 for further information.

    Point(s) of Contact
    Files
    Title
    Posted
    Naval Special Warfare Group FOUR requires contractor support for USCG-approved maritime training courses for its Special Warfare Combatant-craft Crewmen (SWCC) personnel. The objective is to provide comprehensive classroom instruction and fulfill STCW requirements, enabling personnel to become professional mariners with advanced navigational skills. The courses will be conducted at contractor locations within a 50-mile radius of Virginia Beach, VA; San Diego, CA; and Stennis Space Center, MS. Key courses include 100T Masters, RADAR Observer Unlimited, Celestial as Backup to Loss of GPS, and USCG STCW. The contractor must provide all course materials and a monthly After-Action Report. The contract has a five-year period of performance, with task orders issued unilaterally or for quarterly, semi-annual, or annual requirements. The contractor is responsible for quality control, manpower reporting, and adhering to security and safety regulations.
    The document outlines a request for proposal (RFP) for Maritime Course Of Instructions (COIs) at three locations: Virginia Beach, VA; San Diego, CA; and Stennis, MS. The RFP details five ordering periods (OPs), each lasting 365 days, for a total of 1,829 days. Key courses include "100 Ton Masters," "RADAR Observer Unlimited," and "Celestial as a Backup to Loss of GPS," with an estimated annual enrollment of 50 students per course per location. Contractors are instructed to provide per-student pricing for these courses. The document also mentions other related COIs and vessel/simulator requirements to be negotiated, and adherence to USCG Standards of Training, Certification, and Watchkeeping for seafarers. The pricing will be based on the order issuance date, and the estimated student numbers are non-binding.
    The document "SOLICITATION QUESTIONS - MARITIME COURSE OF INSTRUCTION" outlines a structured inquiry process for a maritime course of instruction. It specifies a format for submitting questions, requiring details such as the document name, a reference to the specific paragraph or page location within the solicitation, and the question itself. This indicates a formal Request for Proposal (RFP) or similar government procurement process where potential bidders are invited to seek clarification on the requirements or specifications of a maritime training program. The document's purpose is to facilitate a clear and organized method for communication between the soliciting agency and interested parties, ensuring all questions are properly referenced and addressed to avoid ambiguity in the bidding process.
    This government solicitation, H9224026QE008, is a Request for Proposal (RFP) for Women-Owned Small Businesses (WOSB) to provide Maritime Courses of Instruction (COI). Issued by the Naval Special Warfare Command, the solicitation details a potential five-year contract, extendable to five years and six months, with a total award amount of $16,500,000.00. Key aspects include specific instructions for electronic payment via Wide Area WorkFlow (WAWF), various FAR and DFARS clauses incorporated by reference and full text, and special contract requirements such as an independent review process for agency protests. The document also outlines contractor responsibilities for certifications and representations regarding business practices, supply chain security, and social economic programs.
    Lifecycle
    Title
    Type
    Combined Synopsis/Solicitation
    Similar Opportunities
    Career Transition Seminar
    Dept Of Defense
    The Naval Special Warfare Command (CNSWC) is soliciting proposals for Career Transition Seminar services aimed at supporting senior military service members transitioning to civilian careers. The contractor will be responsible for delivering four annual three-day seminars that cover essential topics such as career evaluation, resume building, networking, and interview techniques, with a focus on facilitating a smooth transition for participants. This five-year contract, structured as a firm-fixed-price agreement, includes a one-year base period and four option periods, with a maximum contract value of $300,000 for 20 seminars. Interested parties should submit their proposals by December 26, 2025, and can direct inquiries to Ashley Helvak-Leslie at ashley.n.helvak-leslie.civ@socom.mil or Kristen Lawrence at kristen.k.lawrence.civ@socom.mil.
    Naval Special Warfare Command (NSWC) UxS Commercial Solutions Opening (CSO)
    Dept Of Defense
    The Naval Special Warfare Command (NSWC), part of the Department of Defense, is seeking innovative solutions for unmanned systems (UxS) capabilities through a Commercial Solutions Opening (CSO) aimed at enhancing the effectiveness of Joint Force and Special Operations Forces (SOF). The procurement focuses on developing and integrating UxS capabilities, including "UxS as a service" and First Person View (FPV) platforms, to support various operational needs such as Intelligence, Surveillance, and Reconnaissance (ISR) and kinetic operations. Interested parties are invited to participate in a multi-phased competitive process, with submissions due for the first area of interest by January 25, 2026, and subsequent quarterly submissions for other areas starting January 9, 2026. For further inquiries, contact Stephanie Simpson at stephanie.simpson@socom.mil.
    Watercraft & Trailer Services
    Dept Of Defense
    The Department of Defense, through the U.S. Special Operations Command (USSOCOM), is seeking vendors to provide comprehensive maintenance services for a fleet of watercraft located in Key West, Florida. The procurement aims to ensure that various types of watercraft, including reconnaissance crafts, personal watercraft, and associated trailers, are maintained in compliance with Florida state law and Department of Transportation regulations, with a focus on routine maintenance and emergency services. Interested vendors must be located within a 50-mile radius of Key West and are encouraged to submit their capabilities and relevant experience by December 29, 2025, at 4:30 PM EST, with inquiries directed to SSG Ramneek Tinoco or SFC Kevin Margeson via email.
    RDTE Program Technical Services
    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 technical services for an applied Research, Development, Testing, and Evaluation (RDT&E) program focused on Navy-driven research needs related to at-sea compliance and permitting. The contractor will be responsible for generating communication products and facilitating meeting planning and documentation, ensuring adherence to relevant environmental laws and regulations such as the National Environmental Policy Act and the Marine Mammal Protection Act. This procurement is particularly significant as it supports the Navy's ability to conduct uninterrupted at-sea training and testing, with a contract term of one year starting in 2026, plus four option years. Interested women-owned small businesses are encouraged to submit pricing quotes and technical capability statements, with inquiries directed to Nicole Mendes at nicole.mendes@navy.mil or Ryan J. Kenniff at ryan.j.kenniff.civ@us.navy.mil.
    USCGC HEALY SULZER ADVANCED ENGINE TRAINING
    Homeland Security, Department Of
    The Department of Homeland Security, through the United States Coast Guard (USCG) Surface Forces Logistics Center (SFLC), intends to award a Sole Source Firm Fixed Price Contract to Wartsila North America Inc. for the provision of Advanced Engine Maintenance Training for the USCGC HEALY. This specialized training, designated as course code 501425, is crucial for ensuring the proper operation and maintenance of the vessel, particularly during deployments in Arctic regions, and will be conducted over five days from March 16 to March 20, 2026, in Fort Lauderdale, Florida. Interested parties may submit inquiries or demonstrate their capability to compete by December 18, 2025, at 8:00 AM Pacific Time, to Ms. Donna O'Neal via email at donna.j.oneal@uscg.mil, although the decision to pursue competitive procurement remains at the Government's discretion.
    Naval Surface Warfare Center Carderock Division Qualitative Data Training
    Dept Of Defense
    The Naval Surface Warfare Center (NSWC) Carderock Division is seeking contractor services to design and deliver a comprehensive qualitative data training program aimed at enhancing the skills of government teams in qualitative data analysis and narrative development. This training initiative will include asynchronous self-paced modules, interactive virtual workshops, and a multi-day in-person capstone event, with a focus on equipping participants with the necessary skills to articulate the value and impact of NSWC initiatives effectively. Interested vendors should demonstrate relevant experience, particularly in federal agencies and qualitative research methodologies, and are encouraged to submit their capabilities statements by 3:00 PM Norfolk, VA time on January 6, 2026, to David Crouch at david.w.crouch3.civ@us.navy.mil. This opportunity falls under NAICS Code 611430, with a size standard of $15 million, and is classified as a sources sought notice, meaning no contract will be awarded from this notice.
    Unmanned Maritime Systems (UMS) Support
    Dept Of Defense
    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 number N6133126R3102. This opportunity is exclusively available to holders of the Seaport MAC and is set aside for Service-Disabled Veteran-Owned Small Businesses (SDVOSBC). The UMS support is critical for enhancing naval operations and capabilities, reflecting the increasing reliance on unmanned systems in maritime environments. Interested parties must submit their responses via the PIEE Solicitation Module by January 5, 2025, at 4 PM CST. For further inquiries, contact Melissa Ryan at melissa.m.ryan12.civ@us.navy.mil or Matthew Hammond at matthew.a.hammond4.civ@us.navy.mil.
    Pre-Solicitation Notice for RPA Development and Training Support - N66001-25-R-0064
    Dept Of Defense
    The Department of Defense, specifically the Department of the Navy's NIWC Pacific, is preparing to solicit proposals for RPA Development and Training Support under the pre-solicitation notice N66001-25-R-0064. This procurement aims to enhance capabilities in the development and training of Remotely Piloted Aircraft (RPA), which are critical for various defense operations. The opportunity is set aside for Women-Owned Small Businesses (WOSB), emphasizing the government's commitment to supporting diverse business participation. Interested vendors can reach out to Derek Barnhart at derek.d.barnhart.civ@us.navy.mil or call 619-553-9097 for further details as they prepare for the upcoming solicitation.
    S&RTS - Ports of Virginia
    Dept Of Defense
    The United States Transportation Command (USTRANSCOM) is soliciting proposals for Stevedoring and Related Terminal Services (S&RTS) at the Ports of Virginia, specifically targeting Women-Owned Small Businesses (WOSB). The contract will encompass the management of military cargo, including containers, vehicles, and aircraft, through various ports in Virginia, requiring comprehensive stevedoring, longshoring, and cargo management services. This Indefinite Delivery, Indefinite Quantity (IDIQ) contract is valued at approximately $47 million, with a five-year ordering period from February 21, 2026, to February 20, 2031, and proposals are due by December 18, 2025, at 10:00 AM Central Time. Interested parties should direct inquiries to Douglas Otten or Katherine Alexander via their provided email addresses.
    Lease of Small Craft
    Dept Of Defense
    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.