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
    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
    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.
    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.
    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.
    Similar Opportunities
    VOYAGE CHARTER
    Dept Of Defense
    The Department of Defense, through the Military Sealift Command (MSC) Norfolk, is conducting a Sources Sought notice (N32205-SS-N103-26-009) to identify U.S. flag vessels capable of transporting specific granite aggregates (57 and 89) from Canada to two discharge ports in Florida. The procurement requires vessels that can handle 46,000 metric tons of cargo, equipped with gear for discharge, and must meet specific operational criteria including crane offload rates and dimensions. This opportunity is critical for supporting the MSC's strategic sealift operations, ensuring the timely and efficient transport of essential materials. Interested parties must submit their company and vessel information via email to Jordan Morrison by November 4, 2025, at 1100 Eastern Time, with further inquiries directed to either Jordan Morrison or Achille Broennimann.
    35-day Extension to Support Presidential Drawdown Authority (PDA) Requirements.
    Dept Of Defense
    The Department of Defense, specifically the Department of the Navy, is seeking to extend a contract for the provision of a U.S. flag cargo vessel under a Military Sealift Command (MSC) dry cargo time charter for an additional 35 days to support Presidential Drawdown Authority (PDA) requirements. The contract stipulates the need for a self-sustaining vessel capable of carrying a minimum of 228 Twenty-foot Equivalent Units (TEUs) while adhering to all applicable regulatory HAZMAT compatibility and segregation requirements. This vessel will be utilized for worldwide missions, with delivery at Military Ocean Terminal Sunny Point, NC, and redelivery in Nordenham, Germany. Interested parties can contact Leon G. Hazley at leon.g.hazley.civ@us.navy.mil or Robbin A. Jefferson at robbin.a.jefferson.civ@us.navy.mil for further details.
    TUGCON; Jones Act; Open-Ocean Tow
    Dept Of Defense
    The Department of Defense, through the Military Sealift Command Norfolk, is soliciting proposals for a firm-fixed-price contract to charter a U.S. flag, Jones Act compliant, ocean-certified tugboat. The primary objective is to tow a decommissioned Guided Missile Cruiser from Naval Station Norfolk, VA, to the Naval Inactive Ship Maintenance Facility in Philadelphia, PA, by February 13, 2026, with proposals due by December 18, 2025, at 1100 Eastern Time. This contract is a Total Small Business Set-aside under NAICS Code 483111, emphasizing the need for sufficient bollard pull, endurance for the entire voyage, and communication capabilities, alongside the requirement for an Independent Marine Surveyor for oversight. Interested parties can reach out to Matthew Price at matthew.r.price40.civ@us.navy.mil or 757-341-3348 for further details.
    Food Services / Logistics Services
    Dept Of Defense
    The Department of Defense, specifically the Department of the Navy through MSC Norfolk, is seeking qualified vendors to provide food and logistics services. The procurement aims to fulfill requirements related to education and training, particularly in training and curriculum development, under the PSC code U008. These services are crucial for supporting military operations and ensuring effective training programs. Interested parties can reach out to Alexandra Hiser at alexandra.p.hiser.civ@us.navy.mil or Christina McCloud at christina.l.mccloud2.civ@us.navy.mil for further details regarding the opportunity.
    Time Charter Lease for Transportation and Logistics Support in Support of United States Coast Guard (USCG)
    Homeland Security, Department Of
    The Department of Homeland Security, specifically the United States Coast Guard (USCG), is soliciting proposals for a Multiple-Award Indefinite Delivery, Indefinite Quantity (MA IDIQ) contract to provide command, control, and logistics support services for USCG missions. The contract will require the provision of U.S.-built vessels capable of operating in various regions, including the Caribbean Basin and Polar Regions, with specific operational capabilities such as a 2,000 nautical mile range and a 30-day endurance at sea. This procurement is crucial for ensuring effective maritime operations and support for USCG missions, with a total funding ceiling of $99 million over a five-year period. Interested parties must submit their proposals by January 8, 2026, and can direct inquiries to Justin Geisendaffer or Sara Andrukonis via their provided email addresses.
    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.
    USNS MEGAR EVERS 2026 MTA
    Dept Of Defense
    The Department of Defense, specifically the Department of the Navy, is soliciting proposals for the USNS MEGAR EVERS 2026 Maintenance and Technical Assistance (MTA) contract. This opportunity involves various amendments to the original solicitation, including the addition and revision of work instructions, correction of contract line item numbers, and updates to the period of performance, which has been adjusted to span from August 19, 2026, to October 7, 2026. The contract is critical for ensuring the operational readiness and maintenance of naval vessels, particularly in the shipbuilding and repairing sector. Interested parties should note that the request for comments (RFC) is due by 10:00 AM EST on February 16, 2026, with the request for proposals (RFP) closing at 1:00 PM EST on March 5, 2026. For further inquiries, potential bidders can contact Darius Swift at darius.swift.civ@us.navy.mil or by phone at 564-226-4528.
    X-132 Command Consolidation Support
    Dept Of Defense
    The Department of Defense, through the Military Sealift Command (MSC), is seeking qualified contractors to provide consolidation support for its headquarters relocation to Naval Station Norfolk, Virginia. The contractor will be responsible for project management, planning, and advisory services to facilitate the move of approximately 1,186 government employees, with an expected increase of 574 personnel over the next 5-10 years. This project is critical for enhancing operational efficiency as MSC consolidates its operations from multiple buildings into a single location. Interested businesses must submit their company profiles, small business status, capability statements, and past performance documentation by January 15, 2026, to the primary contact, Jamiel Blizzard, at jamiel.n.blizzard.civ@us.navy.mil.
    Time Charter Lease for Transportation and Logistics Support in Support of United States Coast Guard (USCG)
    Homeland Security, Department Of
    The Department of Homeland Security, specifically the United States Coast Guard (USCG), is seeking proposals for a Time Charter Lease to provide transportation and logistics support services essential for enhancing USCG operations. The objective of this procurement is to facilitate effective execution of USCG missions by supplying at-sea replenishment and related support, with the contractor responsible for operating and maintaining the vessel under USCG oversight. This opportunity is critical for ensuring operational readiness in the Caribbean Basin and Gulf of America, with a contract period consisting of a 6-month base and a 6-month option. Interested parties should direct inquiries to Justin Geisendaffer or Sara Andrukonis via email, and proposals are due by January 8, 2026, with a total estimated contract value of $3.6 million for both periods.
    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.