Military Sealift Command Unlicensed Mariner to Licensed Mariner (AB to Mate) Training Program
ID: N3220525R4012Type: Solicitation
Overview

Buyer

DEPT OF DEFENSEDEPT OF THE NAVYMSC NORFOLKNORFOLK, VA, 23511-2313, USA

NAICS

Other Technical and Trade Schools (611519)

PSC

EDUCATION/TRAINING- VOCATIONAL/TECHNICAL (U006)
Timeline
  1. 1
    Posted Mar 17, 2025, 12:00 AM UTC
  2. 2
    Updated Apr 7, 2025, 12:00 AM UTC
  3. 3
    Due Apr 17, 2025, 5:00 PM UTC
Description

The Department of Defense, through the Military Sealift Command (MSC), is soliciting proposals for a training program aimed at transitioning Unlicensed Mariners to Licensed Mariners (AB to Mate) at its Norfolk, Virginia facility. The program's objective is to provide comprehensive training that includes USCG-approved courses, full-mission bridge simulations, and support for licensing examinations, while ensuring that the contractor meets specific performance and safety requirements outlined in the Performance Work Statement. This initiative is crucial for enhancing the technical proficiency of civil service mariners (CIVMARs) and ensuring compliance with maritime regulations. Interested contractors should contact Jordan Castellat at jordan.r.castellat.civ@us.navy.mil or Jim Ellis at james.p.ellis54.civ@us.navy.mil for further details, with proposals due by the specified deadlines and a contract duration of five years with potential extensions.

Files
Title
Posted
Apr 7, 2025, 5:04 PM UTC
The document outlines key operational guidelines for the contractor involved with the Maritime Security Command (MSC) training program. It specifies that non-MSC personnel may be enrolled in course sessions beyond the allocated MSC seat limit if seats are available. The MSC accepts a combined training approach for shorter courses, provided they meet criteria and are properly documented in proposals. Training must be conducted consecutively with limited breaks, while teaching on federal holidays is permissible, though weekend and evening classes require prior approval. The training day is capped at eight hours, necessitating prior authorization for any deviations. The summaries collectively clarify MSC's policies on enrollment, course scheduling, and training hours, emphasizing adherence to government protocols and requirements in the context of federal RFPs and training grants.
Apr 7, 2025, 5:04 PM UTC
The document outlines a proposal for training courses related to maritime safety and operations, intended for implementation over multiple years. Specifically, it lists various courses such as Advanced Fire Fighting, Basic Shiphandling, and Emergency Procedures, each requiring a specified number of seats for participants and associated costs. The document contains priced Unit Price Per Seat columns for evaluations across ten years, indicating a focus on annual budgeting and funding for maritime training. Offerors are instructed to complete highlighted columns within the spreadsheet for pricing, highlighting the need for precise financial details in proposals. The pricing structure emphasizes a systematic approach to forecasting and allocating costs across multiple years, suggesting that this initiative is designed to streamline training and enhance competencies in maritime operations. This reflects a broader governmental objective to ensure personnel are well-equipped with necessary skills for safety and operational efficiency in maritime environments.
Apr 7, 2025, 5:04 PM UTC
The document outlines a Request for Proposals (RFP) issued by the Military Sealift Command for a comprehensive training program designed to transition Unlicensed Mariners to Licensed Mariners (AB-to-Mate). The program's objective is to train civil service mariners (CIVMARs) to become qualified Third Mates, including provision of USCG-approved training, full-mission bridge simulations, and assistance with licensing examinations. The contractor is required to provide lodging and meals, ensure necessary facilities are safe and comfortable, and meet specific performance requirements stated in the Performance Work Statement (PWS). Key requirements include providing a curriculum that meets USCG standards, conducting program evaluations through student surveys, and timely reporting of course completion. The contract spans a five-year ordering period with potential extensions, focusing on technical proficiency and compliance with regulations. The evaluation will prioritize technical compliance and price, with the government awarding the contract to the lowest priced, technically acceptable offeror. Overall, this RFP emphasizes the government's commitment to enhancing maritime training while ensuring compliance with legal and safety standards.
Lifecycle
Title
Type
Similar Opportunities
MSC PROFORMAS 12-24 REVISION 1
Buyer not available
The Department of Defense, through the Military Sealift Command (MSC), is issuing a Special Notice for the revision of MSC Proformas 12-24, which includes updates to incorporate Class Deviations 2025-O0003 and 2025-O0004. This procurement aims to solicit offers for various maritime services, including time-chartered U.S. flag tugs and other vessel charters, to support military logistics and operational readiness. The contracts will require compliance with stringent operational, safety, and regulatory standards, ensuring that contractors provide the necessary capabilities for harbor support, cargo transportation, and emergency assistance. Interested parties can contact Robbin A. Jefferson at robbin.a.jefferson.civ@us.navy.mil or call 564-230-3660 for further details.
COASTAL TANKER TIME CHARTER (EXTENDED TERM)
Buyer not available
The Department of Defense, through the Military Sealift Command (MSC), is seeking information for a potential time charter of a coastal tanker as outlined in Sources Sought notice SS-25-059. The MSC requires one clean, U.S.-flagged, double-hull shallow draft tanker with segregated ballast tanks, capable of carrying at least 40,000 barrels of various fuels, with specific criteria including a maximum length of 108 meters and a service speed of at least 12 knots. This procurement is crucial for supporting the Defense Logistics Agency's logistics solutions, with delivery expected by June 29, 2025, for an initial one-year term, including options for an additional year and an eleven-month period thereafter. Interested parties must submit detailed company and vessel information by April 28, 2025, and can contact Jordan Schwaner or Reah Norris for further inquiries.
Navigational Bridge Services for Northrop Grumman / Sperry Marine equipment
Buyer not available
The Department of Defense, through the Military Sealift Command (MSC), is seeking input from potential vendors regarding Navigational Bridge services for Northrop Grumman/Sperry Marine equipment used on MSC vessels. This Sources Sought Notice aims to gather information on the capabilities of both small and large businesses to provide worldwide engineering support, repairs, and technical evaluations for critical navigation and communication systems, emphasizing the need for OEM-authorized parts and services. The contract will follow an Indefinite-Delivery Indefinite-Quantity (IDIQ) arrangement over five years, focusing on maintaining operational readiness within the maritime fleet. Interested parties must submit a capabilities package by May 5, 2025, and can direct inquiries to Robert Corsino at robert.j.corsino.civ@us.navy.mil or Margaret Florez at margaret.e.florez.civ@us.navy.mil.
TANKER TIME CHARTER (EXTENDED TERM)
Buyer not available
The Department of Defense, through the Military Sealift Command (MSC) Norfolk, is seeking information for an extended term tanker time charter for one U.S. flagged medium range tanker. The procurement requires a vessel with a minimum capacity of 300,000 barrels for clean petroleum products, a maximum age of 20 years, and specific design features such as double hulls and segregated ballast tanks, capable of operating at a speed of at least 13 knots and conducting underway cargo operations. This initiative is crucial for ensuring efficient logistical support for military operations in designated areas of the Pacific Ocean, particularly around the Sea of Japan. Interested parties must submit their company and vessel information, including capacity, rates, and small business status, by April 28, 2025, and can contact Jordan Schwaner or Reah Norris for further details.
Sources Sought for Operation & Maintenance of WATSON Class Vessels
Buyer not available
The Department of Defense, through the Military Sealift Command (MSC), is seeking industry feedback for the operation and maintenance of eight Large, Medium-Speed, Roll-On/Roll-Off WATSON Class vessels. The procurement aims to identify potential contractors capable of ensuring high operational readiness and compliance with U.S. regulations while managing these vessels that support the prepositioning of government cargo worldwide. The anticipated contract will be a Firm-Fixed Price (FFP) with options for additional periods, spanning from April 2027 to March 2032, with responses due by May 9, 2025. Interested parties, including small businesses, should demonstrate relevant experience, financial capability, and possess a SECRET facility clearance, and can contact Kayla Etheya at kayla.v.etheya.civ@us.navy.mil or Andrea West at andrea.v.west.civ@us.navy.mil for further information.
3-Step Heavy Equipment Operator Training
Buyer not available
The Department of Defense, through the Puget Sound Naval Shipyard & Intermediate Maintenance Facility, is seeking proposals for a 3-Step Heavy Equipment Operator Training program aimed at enhancing the skills of personnel at its Bremerton, Washington location. The contract will provide comprehensive training services, including online modules, simulator training, and in-person qualification classes, to ensure operators are proficient in emergency response procedures. This initiative is critical for maintaining operational readiness and safety at the shipyard, particularly in light of the need for trained personnel to handle emergency situations effectively. Proposals are due by April 28, 2025, and interested vendors must register with the System for Award Management (SAM) and comply with federal regulations; for further inquiries, contact Leatha Brown at leatha.a.brown4.civ@us.navy.mil or Angela Charpia at angela.m.charpia.civ@us.navy.mil.
Small Boat Operator Training
Buyer not available
The Department of Defense, through the Naval Supply Systems Command (NAVSUP) Fleet Logistics Center Pearl Harbor, is seeking information from potential sources to provide Small Boat Operator Training for Underwater Construction Team Two (UCT-2) at Joint Base Pearl Harbor-Hickam. The training will focus on a Rigid Hull Inflatable Boat (RHIB) Operator Course, aimed at enhancing the operational capabilities of UCT-2, which is responsible for the construction, inspection, and maintenance of ocean facilities. This initiative is critical as it addresses a training gap, providing essential skills in boat operations, navigation, safety procedures, and mission planning, with the goal of maintaining operational readiness. Interested vendors are encouraged to submit their capabilities statements and qualifications to Lyle Perez at lyle.b.perez.civ@us.navy.mil, with responses due by the specified deadline, although no solicitation exists at this time.
TWO (2) US FLAG TRACTOR-LIKE TUGS FOR NEW LONDON, CT
Buyer not available
The Department of Defense, through the Military Sealift Command (MSC), is seeking information for the procurement of two U.S. flagged, Jones Act compliant tractor-like tugs to support operations in New London, Connecticut. The tugs must meet specific requirements, including a maximum length of 105 feet, a bollard pull of 65,000 lbs, and a minimum transit speed of 10 knots, while also accommodating 12 passengers and adhering to stringent safety and operational standards. This procurement is crucial for ensuring operational readiness and compliance with federal mandates, with the contract expected to be a firm fixed price spanning from July 1, 2025, to May 31, 2028, including a 1-year base period and two options. Interested parties are encouraged to submit their capabilities, including company details and pricing, by May 9, 2025, and can contact Yvonne Escoto or Reah Norris for further information.
DIESEL ENGINE MAINTENANCE REPAIR AND OVERHAUL TRAINING
Buyer not available
The Department of Homeland Security, specifically the U.S. Coast Guard, is seeking qualified vendors to provide diesel engine maintenance repair and overhaul training at the U.S. Coast Guard Yard in Baltimore, Maryland. The contract requires an MTU-certified engineer to be on-site for six weeks, from May 12 to June 20, 2025, to deliver hands-on training, assist with maintenance procedures, validate overhaul processes, and suggest improvements to enhance operational efficiency. This initiative is crucial for developing the Coast Guard's internal capabilities in maintaining MTU series 4000 marine diesel engines to the QL4 standard. Interested vendors must submit their quotes via email to Erica Gibbs by May 10, 2025, at 12:00 PM (Eastern), referencing solicitation number 70Z04025Q60547Y00, with payment processed through the Government Purchase Order system.
USNS BRUNSWICK - IMCS Groom and Repair
Buyer not available
The Department of Defense, through the Military Sealift Command, is seeking qualified contractors to provide Original Equipment Manufacturer (OEM) technical services for the Integrated Machinery Control System (IMCS) maintenance on the USNS BRUNSWICK (T-EPF 6). The procurement involves annual maintenance tasks, including component replacements and inspections of various technical systems, which are critical for ensuring the operational readiness of the vessel. The contract period is set from May 1 to May 30, 2025, with performance taking place at JEB Little Creek, Virginia. Interested vendors should direct inquiries to Kimberly Hutchison at kimberly.l.hutchison.civ@us.navy.mil or Molly Dickson at molly.l.dickson.civ@us.navy.mil for further details.