Summer Outdoor Leadership Education
ID: N0018925Q0108Type: Combined Synopsis/Solicitation
Overview

Buyer

DEPT OF DEFENSEDEPT OF THE NAVYNAVSUP FLT LOG CTR NORFOLKNORFOLK, VA, 23511-3392, USA

NAICS

Professional and Management Development Training (611430)

PSC

EDUCATION/TRAINING- OTHER (U099)
Timeline
    Description

    The Department of Defense, specifically the Naval Supply Fleet Logistics Center Norfolk, is seeking contractors to provide support for the Summer Outdoor Leadership Education program at the United States Naval Academy (USNA). The objective of this procurement is to enhance leadership education through experiential training in wilderness environments, including activities such as mountaineering and backpacking, scheduled for the summer of 2025. This initiative is crucial for developing practical leadership skills applicable to military settings, with a focus on safety and risk management. Interested contractors should contact Gil Dobison at gilbert.k.dobison.civ@us.navy.mil or call 757-443-1380 for further details, as the contract spans from March 27, 2025, to August 12, 2026, and emphasizes the importance of past performance documentation and compliance with federal regulations.

    Point(s) of Contact
    Gil Dobison gilbert.k.dobison.civ@us.navy.mil
    (757) 443-1380
    gilbert.k.dobison.civ@us.navy.mil
    Files
    Title
    Posted
    The United States Naval Academy (USNA) seeks contractor support for its Midshipman Outdoor Leadership Expedition Course, which aims to enhance leadership education through experiential training in challenging wilderness environments. The course includes various activities such as mountaineering and backpacking, scheduled in three separate training blocks during the summer of 2025. Each block accommodates twelve Midshipmen, with a total of sixty participants per year. Key requirements for the contractor include providing lodging, food, and necessary equipment, as well as maintaining a low instructor-to-student ratio (1:6). Instructors must possess specific wilderness certifications and relevant experience. The program emphasizes safety, risk management, and practical leadership skills applicable to military settings. Contract deliverables include post-award reports, certificates of completion for participants, and evaluations to enhance training logistics. The initiative reflects a holistic approach to developing leadership competencies within a military context, ensuring Midshipmen can effectively apply classroom knowledge in real-world scenarios. The contract spans from March 27, 2025, to August 12, 2026, with a strong focus on safety and adherence to federal regulations, including anti-trafficking policies.
    The Quality Assurance Surveillance Plan (QASP) for the Summer Outdoor Leadership Education program at the United States Naval Academy (USNA) ensures that the contractor meets performance standards outlined in the Performance Based Service Contract (PBSC). The QASP is guided by FAR 52.212-4(a) and is intended to oversee the contractor's quality control, confirming that the delivered services align with contract metrics. It designates responsibilities to the Procuring Contract Officer (PCO) for compliance and the Technical Point of Contact (TPOC) for day-to-day oversight. Surveillance methods include 100% inspection of deliverables, personnel feedback, and routine inspections to evaluate contractor performance monthly. The plan maintains a QA file documenting all evaluations and actions taken during contract execution. Notably, identified performance metrics require contractors to achieve over 95% accuracy in reporting, with avenues for positive or negative evaluations based on compliance. The QASP underscores the government's role in ensuring service quality while clarifying that management responsibilities rest with the contractor, facilitating transparency and accountability in government contracting.
    The Past Performance Information Form is a document utilized by contractors in response to government Requests for Proposals (RFPs). It gathers essential information to demonstrate a contractor's relevant experience and capability. Key components of the form include the contractor’s name, contract details, customer information, contact details, financial data, workforce statistics, and a description of work performed, highlighting its scope and complexity. Additionally, the form requires details about any subcontractors employed, including their role and the financial value of their contributions. This structured information is crucial for federal grants and local/state RFP evaluations, aiding decision-makers in assessing the contractor's qualifications and past performance. Overall, this form is integral to the RFP process, providing a comprehensive overview of the contractor's experience and the relevance of their past work to proposed government projects.
    The NAVSUP Fleet Logistics Center Norfolk requests a Past Performance Report Form to evaluate a contractor's past work on previous contracts. The completed form, focusing on the contractor’s performance, should be submitted directly to a designated government official rather than the contractor. Key evaluation areas include the contractor's quality of work, timeliness regarding delivery and reporting, and responsiveness to concerns and problem resolution. The respondent is asked to comment on satisfaction levels, instances of deficiencies, innovative efforts, strengths and weaknesses, and potential for future contract awards. Additionally, the form seeks information on similar contracted efforts by the contractor and suggests other individuals who might provide relevant feedback. This process aligns with government protocols to ensure accountability and ongoing assessment in contract management within federal and local RFP contexts.
    The Contractor Discrepancy Report serves as a formal communication tool within government contracting to address any discrepancies observed in the performance of contracted work. The document outlines the necessary sections, including identifying the contractor and facility, detailing the specific discrepancy, and recording the responses from both the contractor and the government’s Contracting Officer Representative (COR). Contractor responses must explain the cause of the discrepancy and describe corrective actions taken. The report requires signatures from both the contractor's representative and the COR to affirm receipt and acknowledgment of the issue. This report is integral to ensuring accountability in federal and possibly state/local contracts, ensuring that issues are documented, addressed, and rectified, thereby fostering compliance with the terms of the contract and maintaining project integrity.
    This government file details the clauses incorporated by reference and full text related to an RFP for commercial products and services. It includes critical provisions such as instructions to offerors, contract terms and conditions, and various compliance requirements, such as prohibitions related to certain telecommunications equipment and the necessity for past performance documentation. The proposal submission process is clearly outlined, instructing quoters to submit their proposals electronically formatted per specified guidelines and deadlines. Evaluation criteria prioritize technical approach and past performance over price, emphasizing the significance of demonstrating understanding and capacity to fulfill the project's requirements effectively. Furthermore, the document underscores the importance of adhering to all regulatory and compliance aspects while cautioning against submissions through unauthorized means like hard copies or non-electronic formats. Overall, the focus is on ensuring a comprehensive evaluation of submissions for potential contract awards, aligned with federal acquisition standards.
    Lifecycle
    Title
    Type
    Combined Synopsis/Solicitation
    Similar Opportunities
    MOUNTAINEERING TRAINING
    Buyer not available
    The Department of Defense, through the NAVSUP Fleet Logistics Center, is soliciting proposals for mountaineering training services tailored for the Explosive Ordnance Disposal (EOD) Detachments in Navy Region Northwest. The primary objective is to develop trained mountaineers capable of operating in the challenging terrains of the Olympic and Cascade Mountain ranges, ensuring readiness for emergency responses. This training program will include a minimum of six Department of Defense students and two civilian instructors, adhering to the standards set by the American Mountain Guides Association, and will take place over five days at Mount Baker or a comparable location. Interested small businesses must contact Ligaya Payne at ligaya.payne.civ@us.navy.mil for further details, as this opportunity is a total small business set-aside with a firm, fixed-price contract anticipated.
    Centers of Influence Orientation Visit – Spring 2025 Lodging
    Buyer not available
    The Department of Defense, through the Naval Supply Fleet Logistics Center Norfolk, is seeking lodging services for the Centers of Influence (COI) Orientation Visit program scheduled for February 24-27, 2025, in Annapolis, Maryland. The selected hotel must accommodate approximately 100 guests for three nights, providing non-smoking single-occupancy rooms, daily breakfasts, and hosting a welcome reception for 125 attendees, along with necessary shuttle and parking services. This initiative aims to engage high school educators and community leaders to enhance recruitment efforts for the U.S. Naval Academy, thereby supporting its mission to increase applicant diversity. Interested vendors should contact Godfrey Jack at godfrey.u.jack.civ@us.navy.mil or call 757-443-1621 for further details regarding the solicitation process.
    Domain Logistics Support Services
    Buyer not available
    The Department of Defense, through the NAVSUP Fleet Logistics Center Jacksonville, is seeking qualified vendors to provide Domain Logistics Support Services for the Center for Explosive Ordnance Disposal and Diving (CEODD) located in Panama City, Florida. This procurement aims to enhance logistical support capabilities, ensuring efficient operations within the CEODD. The contract is set to commence on June 1, 2025, with a performance period of one year and the potential for four additional one-year options and a six-month extension. Interested parties should prepare for the Request for Quote (RFQ) expected to be released in February 2025 and are encouraged to contact Contract Specialist Joseph Tolbert at joseph.d.tolbert.civ@us.navy.mil for further clarifications.
    Underwater Training Targets
    Buyer not available
    The Department of Defense, specifically the Department of the Navy, is seeking qualified sources to provide Underwater Training Targets Support Services for the Explosive Ordnance Disposal Training and Evaluation Unit TWO (EODTEU TWO). The procurement aims to transport and deliver underwater training targets, including large exercise mine-like objects weighing up to 12,000 pounds, utilizing a licensed vessel for scheduled waterborne events. This initiative is crucial for enhancing the Navy's training capabilities in underwater ordnance and mine countermeasures, ensuring high safety and operational standards. Interested businesses must submit a capabilities statement by February 25, 2025, and can direct inquiries to Sherell Brown at sherell.g.brown.civ@us.navy.mil, with the anticipated contract starting on July 2, 2025, and lasting five years with a potential extension.
    Norfolk Naval Shipyard Educational Services
    Buyer not available
    The Department of Defense, through the Norfolk Naval Shipyard, is seeking educational services to support its Federally Registered Apprentice Program, with Tidewater Community College designated as the sole source contractor for formal academic training from February 2025 to February 2026. The procurement emphasizes compliance with various Federal Acquisition Regulation (FAR) provisions, including labor standards and contractor responsibilities, while also mandating registration in the System for Award Management (SAM) for bid eligibility. This opportunity is crucial for ensuring that apprentices receive the necessary vocational and technical education to meet the operational needs of the Navy. Interested parties may express their capability but should note that competitive quotes are not solicited; for further inquiries, contact Glenda Jordan at glenda.s.jordan3.civ@us.navy.mil.
    X1AB - Norfolk Legalman Development Symposium
    Buyer not available
    The Department of Defense, through the Naval Supply Systems Command Fleet Logistics Center Norfolk, is soliciting proposals for the Legalman Development Symposium (LDS) scheduled for May 19-22, 2025, in Norfolk, Virginia. The procurement aims to secure a conference facility that includes meeting spaces, breakout rooms, audiovisual support, and accommodations for 110-150 attendees, adhering to government per diem rates and providing necessary amenities such as parking and transportation services. This symposium is crucial for enhancing training experiences within the Legalman community, aligning with the mission and values of the Judge Advocate General Corps. Interested vendors must submit their proposals by February 14, 2025, and can direct inquiries to Tierra Watson at tiera.k.watson.civ@us.navy.mil or by phone at 757-443-1395.
    USNA Barge Rental
    Buyer not available
    The Department of Defense, through the Naval Supply Systems Command Fleet Logistics Center Norfolk, is soliciting proposals for a Firm Fixed Price contract to provide a barge for weight testing the 300 MT Marine Travel Lift at the U.S. Naval Academy in Annapolis, Maryland. The barge must meet specific dimensions of 28 feet wide, 109 feet long, and 10 feet deep, and include features for water filling and dewatering after testing, while adhering to nationally accepted Marine Industry standards. This procurement is crucial for ensuring operational readiness and safety during equipment testing, reflecting the military's commitment to safety protocols. Interested contractors should submit their proposals by February 17, 2025, and can contact Keisha Gordon-Blair at keisha.o.gordon-blair.civ@us.navy.mil for further information.
    FY25 Advanced Mobility Training
    Buyer not available
    The Department of Defense, specifically the Department of the Air Force, is soliciting proposals for the FY25 Advanced Mobility Training program, aimed at enhancing the operational capabilities of warfighters in non-standard tactical vehicles. This training will focus on vehicle operation, repair, and recovery in challenging environments, with instruction provided by experienced professionals, including former elite service members. The program is scheduled for March 24-28, 2025, and will accommodate 15 participants, with the contract being awarded on a sole-source basis to ASUSA Professional, LLC, a certified Service-Disabled Veteran-Owned Small Business (SDVOSB). Interested vendors must submit their proposals by February 19, 2025, and can direct inquiries to Ashley Bebout at ashley.bebout@us.af.mil or Gerson Diaz at gerson.diaztorres.1@us.af.mil.
    U--Expeditionary Combat Skills Instructor
    Buyer not available
    Special Notice: DEPT OF DEFENSE - DEPT OF THE NAVY is holding an Industry Day to gather market research for the acquisition of Instructor support services for the Center for Security Forces (CENSECFOR). The services are required for Expeditionary Combat Skills (ECS) course convenings at Naval Construction Battalion Center (NCBC) Gulfport, Mississippi. This training is provided to Prospective Gain (PG) personnel transferring to Navy Expeditionary Combat Command (NECC) operational units and Sailors assigned to Naval Special Warfare (NSW) Combat Support/Combat Service Support Type II or IV duty. The Industry Day aims to share program requirements, acquisition strategy, competition timeline, and provide a networking opportunity. Interested attendees must register by June 14, 2017, and the conference will be held on June 21, 2017, in the Norfolk/Virginia Beach region, Virginia.
    U--Machinery and Machine Guarding Safety Courses
    Buyer not available
    Presolicitation DEPT OF DEFENSE DEPT OF THE NAVY is seeking curriculum development and instructor services for Machinery and Machine Guarding Safety courses in various locations, including overseas, in support of Naval Safety and Environmental Training Center, Norfolk, VA (NAVSAFENVTRACEN). The contract will be a single award, Firm Fixed-Price (FFP) Indefinite Delivery/Indefinite Quantity (IDIQ) contract. The North American Industry Classification System code for this acquisition is 611519 - Other Technical and Trade Schools. The contract will have a twelve (12) month base period and four (4) twelve month option periods. The solicitation will be available for download on or about 17 March 2016 at https://www.neco.navy.mil or www.fbo.gov. The contract will be evaluated using a 100% Small Business Set-Aside. Contractors must be registered in the System for Award Management (SAM) Registration database prior to invoicing.