Austere Drivers Training
ID: H9223925Q0011Type: Combined Synopsis/Solicitation
Overview

Buyer

DEPT OF DEFENSEUS SPECIAL OPERATIONS COMMAND (USSOCOM)HQ USASOC CONTRACTINGFORT BRAGG, NC, 28310-5200, 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
  1. 1
    Posted Apr 14, 2025, 12:00 AM UTC
  2. 2
    Updated Apr 22, 2025, 12:00 AM UTC
  3. 3
    Due Apr 24, 2025, 2:00 PM UTC
Description

The Department of Defense, through the U.S. Special Operations Command (USSOCOM), is seeking qualified contractors to provide Austere Driver's Training services under solicitation number H92239-25-Q-0011. The contract will utilize an Indefinite Quantity Indefinite Delivery (IDIQ) model, covering a period from May 1, 2025, to April 30, 2030, with a minimum of four training sessions per contract line item, emphasizing the need for training in deployment-like terrains. This initiative is crucial for enhancing operational readiness and ensuring personnel are adequately prepared for challenging environments. Interested offerors must submit their technical and price proposals electronically by April 24, 2025, and can direct inquiries to Brian Gilmore at brian.gilmore1@socom.mil or Gail C. Williams at gail.williams@socom.mil.

Files
Title
Posted
Apr 22, 2025, 6:07 PM UTC
The document presents a government Requests for Quote (RFQ) with the solicitation number H92239-25-Q-0011 for providing Austere Driver's Training services. This procurement falls under the NAICS code 611699 and utilizes Simplified Acquisition Procedures as per FAR directives. The training will take place in a deployment-like terrain and is to be carried out over five contract line items (CLINs) from May 2025 through April 2030, each involving a minimum guarantee of four training sessions. Offerors must submit their proposals electronically by April 24, 2025, highlighting technical acceptability and pricing, with a focus on providing a detailed understanding of services offered, including an emergency evacuation plan. The evaluation will adopt a Lowest Price Technically Acceptable (LPTA) approach, ensuring all quotes align with the requirements outlined. The document also outlines key regulations and clauses applicable to the solicitation, stipulating necessary representations and certifications by offerors. Overall, this RFQ aims to ensure the effective delivery of specialized driver training services while prioritizing adherence to federal procurement norms and guidelines to enhance operational readiness in challenging environments.
Apr 22, 2025, 6:07 PM UTC
The solicitation H92239-25-Q-0011 outlines a Request for Quote (RFQ) for providing Austere Driver’s Training services from May 1, 2025, to April 30, 2030. The contract involves the Indefinite Quantity Indefinite Delivery (IDIQ) model, with a base year and four option years. Each of the five Contract Line Item Numbers (CLINs) represents four training sessions, emphasizing the need for contractors to supply all necessary resources, including personnel, equipment, and facilities for training in deployment-like terrains. Offerors must submit their technical and price proposals electronically by April 21, 2025. Evaluations will follow a Lowest Price Technically Acceptable (LPTA) approach, assessing technical acceptability before price reasonableness. Key instructions for submission include providing detailed technical descriptions, terms of warranties, and compliance with several Federal Acquisition Regulations (FAR). Compliance with various clauses regarding telecommunications services and contractor responsibilities is mandatory. The solicitation emphasizes adherence to standards for vendor qualifications, ensuring that all submissions reflect competitive pricing and capability to meet performance requirements while safeguarding governmental interests.
Apr 22, 2025, 6:07 PM UTC
The document addresses logistical details related to a training program funded by the government. It confirms that the government will arrange transportation as well as provide meals and lodging for participants, ensuring that those involved will not need to make separate arrangements for these necessities. The inquiry regarding whether this initiative is a recompete is addressed, clearly stating that it is not and there is currently no incumbent supplier for these services. The responses reflect the government's commitment to facilitating the training process for personnel by overseeing essential logistical elements, thus enabling a focused learning environment. Overall, this document outlines important operational details for prospective contractors regarding their responsibilities in relation to the government-directed training program.
Lifecycle
Title
Type
Austere Drivers Training
Currently viewing
Combined Synopsis/Solicitation
Similar Opportunities
Advance Weapons Training
Buyer not available
The Department of Defense, through the Department of the Army, is soliciting proposals for Advanced Weapons Training Services to support the United States Army Counterintelligence Command (USACIC) at Fort Meade, Maryland. The contractor will be responsible for delivering a comprehensive program of instruction that includes advanced marksmanship, defensive shooting scenarios, and weapons safety, with training sessions held quarterly at contractor-provided facilities. This initiative underscores the Army's commitment to enhancing training capabilities while fostering small business participation, with a contract period starting on June 13, 2025, and extending through several option years until 2030. Interested parties must submit their proposals electronically by May 1, 2025, and can contact Justin Neville at justin.i.neville.civ@army.mil or 571-588-0941 for further information.
DC3 Cyber Academy Training (CTA) Follow-On
Buyer not available
The Department of Defense, through the Air Force District of Washington (AFDW-PK), is planning to award a Firm-Fixed Price (FFP), Indefinite Delivery/Indefinite Quantity (IDIQ) contract for cyber training services aimed at enhancing the capabilities of U.S. Air Force and Department of Defense (DoD) personnel. This contract will focus on providing specialized training in areas such as digital forensics and malware analysis to support the defense of DoD information systems against illegal and unauthorized activities, serving entities like United States Cyber Command and various military cyber components. The contract will span five years, with five one-year ordering periods starting from July 21, 2025, to July 20, 2030, and interested vendors are encouraged to submit their capabilities in writing by April 30, 2025. For inquiries, vendors may contact Contracting Officer Jesica Hunt or Contract Specialist Parris Kennedy via email.
ICD 705/SSM Physical Security Training
Buyer not available
The Department of Defense, specifically the Air Force Life Cycle Management Center, is seeking proposals from qualified small businesses for a firm-fixed-price contract to provide Intelligence Community Directive (ICD) 705 and Site Security Management (SSM) training at Wright Patterson Air Force Base in Ohio. The training aims to enhance the skills of security personnel responsible for overseeing Sensitive Compartmented Information Facilities (SCIF) and Special Access Program Facilities (SAPF), ensuring compliance with federal security standards. The contract is valued at approximately $15 million and spans from August 2025 to September 2028, with proposals due by April 29, 2025. Interested offerors can contact Curtis Thomas at curtis.thomas.4@us.af.mil or Candice Snow at candice.snow@us.af.mil for further details.
National Registry Emergency Medical Technicians
Buyer not available
The U.S. Army Special Operations Command, under the Department of Defense, is seeking information from potential contractors to provide national certifications for Emergency Medical Technicians (EMTs) and Paramedics for the Joint Special Operations Medical Training Center. This Request for Information (RFI) aims to gather insights and capabilities from industry participants to inform future procurement strategies, emphasizing the importance of these certifications in enhancing emergency medical training and operational readiness. Interested firms are required to submit detailed documentation demonstrating their capabilities and relevant experience by October 17, 2024, and must be registered with the System for Award Management. For further inquiries, potential respondents can contact Debbie Harris at debbie.harris.civ@socom.mil or Jonathan D. Long at jonathan.long@socom.mil.
TSCM Cyber Applications Couse
Buyer not available
The Department of Defense, specifically the Department of the Air Force, is seeking a qualified vendor to provide a Counter-Intelligence Technical Surveillance Countermeasures (TSCM) Course tailored for U.S. Special Operations Forces (SOF). The course aims to enhance the capabilities of SOF personnel by covering critical topics such as detecting rogue Bluetooth and WiFi clients, utilizing WiFi Pineapple for device location, and employing software-defined radios, addressing a significant training gap in cyber and networking tools. Interested parties must demonstrate their unique qualifications and capabilities in delivering this specialized training, with a deadline for submissions set for May 1, 2025, at 10:00 AM EST. For inquiries, potential vendors can contact Ramon Jimenez at ramon.jimenez.7@us.af.mil or by phone at 813-828-4018.
ICEADR CE Instructor Support
Buyer not available
The Department of Defense, specifically the Department of the Air Force, is seeking contractors to provide instructor support for the Instructors of Civil Engineer Airfield Damage Repair (ICEADR) program. The primary objective of this procurement is to enhance the training and competency of civil engineer personnel within the U.S. Air Force through structured training programs that include initial, refresher, and specialized training across six designated training sites. This initiative is critical for improving Air Force operational readiness by ensuring that personnel are well-trained in airfield damage repair, with contractors required to manage logistics, maintain quality control, and comply with safety regulations. Interested parties must direct inquiries to SSgt Randal Rose at randal.rose@us.af.mil or MSgt Owen Hurley at owen.hurley.1@us.af.mil by April 29, 2025, with the contract expected to span a base year plus two one-year options.
ESS Tactical Training (PSNS & IMF)
Buyer not available
The Department of Defense, through the Puget Sound Naval Shipyard and Intermediate Maintenance Facility (PSNS & IMF), is seeking proposals from qualified small businesses to provide Engagement Simulation Systems Tactical Scenario Based Training for military and civilian security personnel. The training aims to enhance tactics and procedures for responding to threats against high-value assets, consisting of a one-day refresher course and a two-day initial course, with a maximum of 20 students per session. This contract, identified as solicitation number N4523A25R6020, is critical for ensuring the preparedness and safety of security forces operating within sensitive environments, with a performance period from May 12, 2025, to June 30, 2025. Interested vendors must submit their proposals by April 25, 2025, and direct any questions to the primary contact, Rolf Jacobson, at rolf.a.jacobson.civ@us.navy.mil, by April 16, 2025.
MNOC Classroom Upgrade
Buyer not available
The Department of Defense, through the U.S. Special Operations Command (USSOCOM), is soliciting proposals for the MNOC Classroom Upgrade project at Camp Lejeune, North Carolina. This initiative aims to renew, replace, and upgrade the voice, audio, video, and data systems infrastructure supporting the MARFORSOC Network Operator Course Classroom, ensuring modernized training capabilities. The project is particularly significant as it emphasizes inclusivity by encouraging participation from women-owned small businesses, including economically disadvantaged women-owned small businesses. Interested vendors must submit their quotes by 12:00 PM EST on May 12, 2025, following a mandatory site visit on April 22, 2025, and can direct inquiries to Betty Gonzalez at beatriz.gonzalez.civ@socom.mil or Samuel Williams at samuel.williams1@socom.mil.
Air Force Special Operations Command (AFSOC) Air Commando Training Support (ACTS) II
Buyer not available
The Department of Defense, through the Air Force Special Operations Command (AFSOC), is conducting market research for the Air Commando Training Support (ACTS) II program, seeking potential sources capable of providing training system support for various aircraft, including AC/HC/MC-130J and CV-22. The procurement aims to identify companies with expertise in the development, modification, and sustainment of training systems, particularly those that can operate with limited technical data and maintain training efficiency under operational demands. This initiative is crucial for enhancing military training capabilities and ensuring compliance with distributed mission operations standards. Interested vendors must submit their capabilities and past experiences by April 27, 2025, and can contact Dave Frameli at david.frameli.4.ctr@us.af.mil or Nick Redlin at nicholas.redlin@us.af.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.