Suicide Prevention Training
ID: N0018925Q0025Type: Combined Synopsis/Solicitation
Overview

Buyer

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

NAICS

All Other Miscellaneous Schools and Instruction (611699)

PSC

EDUCATION/TRAINING- LECTURES (U001)

Set Aside

Total Small Business Set-Aside (FAR 19.5) (SBA)
Timeline
    Description

    The Department of Defense, specifically the Department of the Navy through NAVSUP Fleet Logistics Center Norfolk, is seeking qualified contractors to provide specialized suicide prevention training for command members at the Surface Warfare Schools Command (SWSC) in Newport, Rhode Island. The contract requires the delivery of three presentations during the base period and four presentations for each option period, focusing on best practices in suicide prevention, risk factors, and supportive command climates for officers ranked O3 to O4 with 5-7 years of service. This initiative is critical for enhancing the Navy's mental health support and readiness, ensuring personnel are equipped to handle crises effectively. Interested contractors must submit their proposals by February 4, 2025, and can direct inquiries to Amber Bradley at amber.v.bradley.civ@us.navy.mil or call 757-443-1968.

    Point(s) of Contact
    Files
    Title
    Posted
    The document outlines a Request for Proposal (RFP) issued by the United States Navy for suicide prevention training presentations to be conducted at the Surface Warfare Officer School in Newport, RI. The RFP specifies a base contract period of 12 months, with options for three additional 12-month periods. The contractor is required to provide a specific number of presentations for senior Naval officers, focusing on best practices in suicide prevention, risk factors, and supportive command climates. Key responsibilities include delivering informative presentations and offering follow-up office hours for private counseling. The contractor must ensure that personnel are qualified in current suicide prevention methods. The RFP details submission requirements for proposals, emphasizing past performance and pricing as main evaluation criteria, with a focus on small business participation, specifically service-disabled veteran-owned and women-owned businesses. All proposals must be submitted electronically, meeting stringent guidelines regarding format and content. The overarching purpose of this procurement is to enhance the Navy's suicide prevention efforts and provide timely support to personnel in crisis, ensuring the readiness of naval forces in maintaining maritime superiority.
    The document outlines an amendment to a solicitation concerning suicide prevention training for the Surface Warfare Schools Command (SWSC). The amendment revises the Performance Work Statement (PWS) to remove specific travel requirements, stating that any necessary travel costs must be included in the contractor's labor pricing. The deadline for submission has been extended to February 4, 2025. The project involves providing specialized training sessions focusing on suicide prevention to officers and staff, with a total of seven presentations scheduled over the contract's base and option periods. Contractors must employ qualified personnel proficient in current suicide prevention practices to deliver the training effectively. The emphasis is on proactive crisis intervention, understanding risk factors, and providing support resources. The document also details security and access requirements for contractors, including background investigations and cybersecurity training regulations, ensuring personnel meet government standards while performing their duties. It highlights the necessity for rigorous compliance with federal guidelines and the importance of safeguarding sensitive information throughout the contract performance. Overall, this amendment reinforces the government's commitment to enhancing the training capabilities for shipboard leaders while ensuring adherence to operational standards.
    The Past Performance Information Form is designed for quoters to provide detailed documentation of their previous work relevant to federal government contracts. Key sections include the quoter's name, contract identifier, customer information, and a breakdown of total dollar value for efforts over time, including both projected and actual order amounts. The form requires specific performance metrics, such as average full-time equivalent personnel and the period of performance, emphasizing the completion of at least one year of service before the solicitation's due date. A detailed description of the work performed is essential, illustrating its relevance to the solicitation's scope, particularly for services like Helpdesk support, which should include metrics such as user population and ticket processing statistics. Furthermore, the form mandates disclosure of any subcontractors involved, detailing their contributions and associated costs. This structured approach aids government agencies in evaluating a quoter's prior capabilities, ensuring they can meet solicitation requirements effectively. The emphasis on comprehensive past performance data reflects the necessity for transparency and accountability within the government contracting process.
    The document serves as a Past Performance Report Form associated with the solicitation N0018925Q0025, prepared by the U.S. Naval Supply System (NAVSUP) Fleet Logistics Center Norfolk. It seeks evaluations from contractors to assess their past performance regarding the probability of success in fulfilling future government contracts. Key evaluation criteria include the contractor's ability in recruiting skilled personnel, workforce retention, meeting contract requirements, timeliness of performance, responsiveness to customer concerns, and cost control. Respondents are directed to provide detailed feedback on various aspects, including customer satisfaction, instances of rework, and the effectiveness of corrective actions taken. Additional observations are invited about the contractor's strengths, weaknesses, and overall performance satisfaction. The questionnaire underscores the importance of past performance as an indicator of potential success in upcoming contractual obligations, ensuring thorough and objective assessments essential for decision-making in the procurement process.
    The document addresses questions and answers related to Solicitation N0018925Q0025, detailing a new contract focused on advanced suicide prevention training for SWSC Department Head students within the Navy. Key points include that only past government contracts are acceptable for performance submissions, and the timeline for awarding the contract is expected by mid-February 2025. The training will be digital, targeted at officers (O3 to O4) with around 5-7 years at sea, emphasizing individual counseling sessions post-training. The contractors must develop materials based on Navy's Common Military Training requirements, with no pre/post-assessments expected. Additionally, there are no metrics to measure presentation effectiveness, and updates to training materials will depend on new information. The document outlines logistical expectations, such as no integration of travel costs into bids and the handling of past performance information without specific purchase order numbers. Overall, it sets a structured approach for potential contractors to understand the requirements and constraints for the training initiative.
    The file addresses inquiries related to Solicitation N0018925Q0025, a new contract primarily focused on advanced suicide prevention training for Department Head level students in the Navy. It emphasizes that only government experience is acceptable for past performance submissions, with no anticipated budget projection provided. Awarding of the contract is expected by mid-February 2025, with an emphasis on digital training materials. The training will target officers (O3 to O4 rank) with 5-7 years of service, expecting to facilitate individual counseling sessions immediately following the presentations. The contractor is responsible for developing their own training content while adhering to Navy's mandatory training requirements. Effectiveness of the training will not be measured, and there are no expectations for pre- or post-training assessments. The document confirms that office hours will be onsite, with flexibility in duration based on counseling session complexity, and that video vignettes can be utilized during training. Additionally, travel expenses must be incorporated into the labor price for each presentation, and invoice numbers will suffice for past performance if no purchase order was issued. This RFP reflects the government’s structured approach in addressing specific training needs within military settings, focusing on mental health and the strategic use of resources when preparing personnel for challenging responsibilities at sea.
    Lifecycle
    Title
    Type
    Combined Synopsis/Solicitation
    Similar Opportunities
    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.
    Fielded Training Systems Support V (FTSS V) Submarine Contractor Maintenance Services (SubCMS)
    Dept Of Defense
    The Department of Defense, through the Naval Air Warfare Center Training Systems Division (NAWCTSD), is seeking contractors to provide maintenance services under the Fielded Training Systems Support V (FTSS V) Submarine Contractor Maintenance Services (SubCMS) initiative. The objective is to ensure that various training systems and equipment remain in a "ready-for-training" state across six locations, including Groton, CT, Norfolk, VA, Kings Bay, GA, Bangor, WA, San Diego, CA, and Pearl Harbor, HI. This contract, which will be awarded as a Cost Plus Fixed Fee Task Order, is critical for maintaining the operational readiness of submarine training devices and is expected to commence on June 1, 2026, with a total performance period of 60 months. Interested vendors must contact Ms. Valentina Walsh at valentina.p.walsh.civ@us.navy.mil for further details and to obtain necessary RFP attachments, with a pre-proposal conference scheduled for December 5, 2025, and an anticipated award date of April 24, 2026.
    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.
    Weaponeering Courses
    Dept Of Defense
    The Department of Defense, through the Naval Surface Warfare Center Dahlgren Division (NSWCDD), is soliciting proposals for Weaponeering Courses and related materials, specifically targeting Worldwide Counter Threat Solutions (WCTS) as the sole source provider. The procurement includes both Introductory and Advanced Weaponeering Courses, along with associated books, emphasizing the need for continuity in training methodology and quality. This opportunity is critical for maintaining instructional consistency and ensuring effective training for defense personnel. Interested vendors must submit their quotes by December 15, 2026, with an anticipated award date of January 15, 2026. For further inquiries, contact Heather Hostinsky at heather.g.hostinsky.civ@us.navy.mil or by phone at 540-742-8882.
    Surface Ship Corrosion Mitigation
    Dept Of Defense
    The Department of Defense, through the Naval Supply Logistics Center Norfolk, is seeking contractor services for a Surface Ship Corrosion Mitigation Program aimed at assessing and remediating corrosion on naval vessels. The program includes twelve assessment events and training sessions for Ship's Force personnel on eight combatant ships and four amphibious ships, with the objective of conducting one assessment per ship each month. This initiative is critical for maintaining the operational integrity of naval ships and involves providing a six-month supply of corrosion inhibition materials for use by the Ship's Force as needed. Interested contractors should contact Elysia Allen at elysia.m.allen2.civ@us.navy.mil for further details, as the contract encompasses a 12-month base period with an option for an additional 12 months, and is set to take place at Naval Station Norfolk, Virginia.
    Fielded Training Systems Support V (FTSS V) Submarine Contractor Maintenance Services (SubCMS)
    Dept Of Defense
    The Department of Defense, through the Naval Air Warfare Center Training Systems Division (NAWCTSD), is seeking contractors to provide maintenance services and material support for the Fielded Training Systems Support V (FTSS V) Submarine Contractor Maintenance Services (SubCMS). This procurement aims to ensure that various submarine training systems and associated equipment remain in a 'ready-for-training' state across six locations, including Groton, CT, and Norfolk, VA, among others. The contract will span 60 months, starting with a two-month mobilization period, followed by a ten-month base year and four optional twelve-month periods, with contractor performance expected to commence on June 1, 2026. Interested parties should note the anticipated RFP release date of November 14, 2025, and contact Valentina Walsh at valentina.p.walsh.civ@us.navy.mil or Dean Deford at dean.p.deford.civ@us.navy.mil for further inquiries.
    Wounded Warrior Outreach and Resource Support Services-Request for Proposal
    Dept Of Defense
    The Department of Defense, specifically the Department of the Navy, is soliciting proposals for the Wounded Warrior Outreach and Resource Support Services under Request for Proposal (RFP) M0026426R0001. The contractor will be responsible for providing comprehensive outreach and resource support services to approximately 35,000 wounded, ill, and injured Marines, Sailors, veterans, and their families, including program management, call center support, and field service support across various locations. This initiative is crucial for ensuring effective non-medical case management and resource advocacy, emphasizing strict adherence to privacy and confidentiality protocols. Interested parties must submit their proposals by the extended deadline, with inquiries directed to Bradley Hoover at bradley.hoover@usmc.mil or Cynthia Guthridge at cynthia.guthridge@usmc.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.
    Aircraft Carrier Readiness Support
    Dept Of Defense
    The Department of Defense, through the Naval Supply Systems Command (NAVSUP) Fleet Logistics Center Norfolk, is seeking contractors for the Aircraft Carrier Readiness Support contract, aimed at enhancing the operational readiness of U.S. Navy aircraft carriers. This procurement involves providing professional engineering assistance, including technical expertise, logistics coordination, and quality assurance, to support the maintenance and modernization of the USS Nimitz (CVN 68) and USS Gerald R. Ford (CVN 78) class carriers. The contract is crucial for ensuring that these vessels are mission-capable and ready for deployment, aligning with the Navy's operational requirements. Interested parties should note that the solicitation is expected to be available around February 1, 2026, with a total contract period anticipated from August 1, 2026, to July 30, 2031. For inquiries, contact Jill Joscelyn at jill.h.joscelyn-smith.civ@us.navy.mil or call 757-443-1219.
    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.