Siemens NX Computer-Aided Design Mentorship Sessions
ID: N32253-25-920-0002Type: Sources Sought
Overview

Buyer

DEPT OF DEFENSEDEPT OF THE NAVYPEARL HARBOR NAVAL SHIPYARD IMFPEARL HARBOR, HI, 96860-5033, USA

NAICS

Computer Training (611420)

PSC

EDUCATION/TRAINING- VOCATIONAL/TECHNICAL (U006)
Timeline
  1. 1
    Posted Apr 3, 2025, 12:00 AM UTC
  2. 2
    Updated Apr 9, 2025, 12:00 AM UTC
  3. 3
    Due Apr 8, 2025, 5:00 PM UTC
Description

The Department of Defense, specifically the Pearl Harbor Naval Shipyard and Intermediate Maintenance Facility (PHNSY & IMF), is seeking qualified contractors to provide mentorship and training services focused on the Siemens NX Computer-Aided Design (CAD) software. The objective is to enhance skills related to complex sheet metal products through five days of onsite training, while also customizing software workflows in collaboration with the Computer Security Division. This initiative is crucial for improving workforce capabilities at PHNSY & IMF, ensuring compliance with safety and operational procedures. Interested parties must submit their capability statements by 7:00 HST on April 8, 2025, and can direct inquiries to Fiona Lynch at fiona.c.lynch.civ@us.navy.mil or Evangeline Calaustro at evangeline.b.calaustro.civ@us.navy.mil.

Files
Title
Posted
Apr 9, 2025, 9:08 PM UTC
The Pearl Harbor Naval Shipyard & Intermediate Maintenance Facility (PHNSY & IMF) is seeking a Contractor for mentorship and training services focused on optimizing drawing and drafting techniques using Siemens NX Computer-Aided Design (CAD) software. The goal is to enhance skills related to complex sheetmetal products, with the expectation of providing five days of onsite training and customizing software workflows in coordination with the Computer Security Division. The contract will span a base year with three optional extensions, requiring a Manufacturer Trained Certified Technician to deliver training and assistance, ensuring compliance with safety, security, and operational procedures. All personnel involved must be US citizens and pass a background check. The Government will provide necessary workspace and electrical outlets while the Contractor must maintain cleanliness and safety on site. Furthermore, the Contractor must adhere to various Federal, State, and local regulations, including those specific to safety and environmental practices. Communication with the base’s administration is essential, especially concerning holidays and operational hours, to facilitate effective training. This document is part of the federal RFP process aimed at securing qualified services to enhance workforce capabilities at PHNSY & IMF.
Apr 9, 2025, 9:08 PM UTC
The document addresses a specific inquiry regarding security clearance requirements for personnel involved in a federal project. It confirms that security clearance is not necessary as individuals will be escorted at all times within secure areas. However, it is mandated that these individuals obtain a White Escort required badge to gain access. The primary focus is on ensuring that necessary access protocols are in place while alleviating concerns about clearance levels, indicating a streamlined process for personnel movement during project activities. This is particularly relevant in the context of government RFPs and grants, where compliance with security measures is critical. The clarification serves to facilitate participation in federal projects without the burden of extensive clearance processes, thus promoting efficiency and accessibility.
Lifecycle
Title
Type
Sources Sought
Similar Opportunities
NAVIGATION, SEAMANSHIP, AND SHIPHANDLING TRAINERS (NSST) MODELING AND MODIFICATIONS
Buyer not available
The Department of Defense, through the Naval Air Warfare Center Training Systems Division (NAWCTSD), is seeking sources for modifications to the Navigation, Seamanship, and Shiphandling Trainers (NSST) Baseline 1 systems. The primary objective is to develop a new Ownship model and modify ship-to-ship physics interactions while ensuring that existing functionalities remain intact. This initiative is crucial for enhancing training systems that utilize proprietary VirtualShip technology, originally developed by General Dynamics Information Technology (GDIT). Interested parties must submit their technical capabilities, including company information and cost estimates, by 1 p.m. EST on April 21, 2025, to Mr. Mark Johnson at mark.e.johnson106.civ@us.navy.mil, with a copy to Mr. Issa Malki at issa.j.malki.civ@us.navy.mil. Note that this is a sources sought notice and not a request for proposals.
ServiceNow for NAVSEA HQ, NSWC Newport, Carderock, and Panama City
Buyer not available
The Department of Defense, through the Naval Surface Warfare Center Carderock Division (NSWCCD), is seeking quotes for licenses to support the ServiceNow Service Portal for various Naval Surface Warfare Centers and NAVSEA HQ. This procurement aims to enhance operational efficiency by providing essential software licenses, as the ServiceNow platform is critical for automating HR processes and improving data management across the organization. The solicitation utilizes the Carahsoft Technology Enterprise Software Initiative as the mandatory source for all Department of Defense software requirements, with a firm-fixed price agreement expected. Interested vendors must submit their quotes by April 18, 2025, to the primary contact, Arnel Ngo, at arnel.a.ngo.civ@us.navy.mil, or by phone at 757-478-2013, ensuring compliance with federal acquisition regulations throughout the process.
Workforce and Training Development Problem Statement
Buyer not available
The Department of Energy, through Fluor Marine Propulsion, is seeking proposals from qualified vendors to address workforce development challenges within the submarine industrial base (SiB), specifically aimed at enhancing training programs for skilled trades. The primary objective is to establish or improve training pipelines that will effectively attract, train, and retain workers in critical areas such as welding, machining, and CNC programming, thereby meeting the increasing demands of shipbuilding. This initiative is vital for ensuring a robust workforce capable of supporting the Naval Nuclear Propulsion Program (NNPP) and is focused on regions with a high concentration of vendors across the U.S., particularly in the Northeast, Mid-Atlantic, and Midwest. Interested vendors should submit their proposals by the specified closing date and can direct inquiries to Nick Carlisano at nicholas.carlisano@unnpp.gov or by phone at 412-702-6612.
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.
Fire Truck Mechanic Emergency Vehicle Technician (EVT) Training Classes
Buyer not available
The Department of Defense, through the Naval Facilities Engineering Command (NAVFAC) Mid-Atlantic, is seeking a contractor to provide Fire Truck Mechanic Emergency Vehicle Technician (EVT) Training Classes. The contractor will be responsible for delivering comprehensive training on the maintenance and repair of Pierce and Oshkosh fire apparatus, ensuring compliance with National Fire Protection Association (NFPA) and Department of Transportation (DOT) standards. This training is critical for maintaining the operational readiness of the Navy Fire Department fleet, particularly given the increasing complexity of firefighting technology and the significant repair costs associated with it. Proposals must be submitted by April 16, 2025, with the anticipated contract start date around May 1, 2025. Interested vendors can contact Asia Bracey at asia.c.bracey.civ@us.navy.mil or Susan Roberts at susan.roberts2@navy.mil for further information.
USS PEARL HARBOR (LSD 52) FY26 DSRA AND USS O’KANE (DDG 77) FY26 DSRA
Buyer not available
The Department of Defense, through the Naval Sea Systems Command (NAVSEA), is soliciting proposals for the execution of Docking Selected Restricted Availability (DSRA) for the USS PEARL HARBOR (LSD 52) and USS O’KANE (DDG 77). This procurement requires a highly capable contractor to perform maintenance, modernization, and repair services, necessitating substantial facilities and skilled human resources to manage and integrate various ship maintenance tasks. The contracts, expected to be awarded as two separate Firm-Fixed-Price agreements, will be executed on the West Coast, with proposals due by May 6, 2025. Interested contractors should contact Courtney Schlusser at courtney.j.schlusser.civ@us.navy.mil or Meghan Walsh at meghan.k.walsh4.civ@us.navy.mil for further details and access to restricted files.
Siemens RUGGEDCOM Equipment – NSWCPD, Division 54 (Code 543)
Buyer not available
The Department of Defense, through the Naval Surface Warfare Center Philadelphia Division (NSWCPD), is seeking sources for Siemens RUGGEDCOM equipment as part of its Hull, Mechanical, and Electrical (HM&E) and Navigation network infrastructures for various ship classes. The procurement aims to acquire Commercial Off-The-Shelf (COTS) industrial-grade networking hardware and components, which are critical for ongoing modernization and new ship acquisition programs. The equipment, detailed in the accompanying materials listing, includes essential components such as line modules, control modules, and power supplies designed for high-speed data transmission and environmental resilience in harsh conditions. Interested vendors must submit capability statements by 1600 EST on April 29, 2025, to Dana Maconi at dana.l.maconi.civ@us.navy.mil, with a copy to Matthew D. Parlett at matthew.d.parlett.civ@us.navy.mil, ensuring to include the specified information and adhere to submission guidelines.
RIGHT TRAINING HDL
Buyer not available
The Department of Defense, specifically the Department of the Navy, is soliciting proposals for the repair of the Right Training HDL, a component critical to naval operations. The procurement aims to secure repair services under a firm-fixed price basis, with specific requirements for quality assurance, packaging, and compliance with military standards. This contract is vital for maintaining operational readiness and ensuring the reliability of marine hardware used in naval vessels. Interested contractors should contact James Burnett at 717-605-8656 or via email at JAMES.B.BURNETT1@NAVY.MIL for further details, with a monetary limitation set at $41,733.00 and an emphasis on early delivery.
INDEFINITE DELIVERY/INDEFINITE QUANTITY CONTRACT FOR ARCHITECT-ENGINEER SERVICES FOR ARCHITECTURAL PROJECTS AT VARIOUS LOCATIONS UNDER THE COGNIZANCE OF NAVAL FACILITIES ENGINEERING SYSTEMS COMMAND, PACIFIC
Buyer not available
The Department of Defense, through the Naval Facilities Engineering Command, Pacific, is seeking qualified architect-engineer firms for an Indefinite Delivery/Indefinite Quantity (IDIQ) contract focused on architectural projects at various locations. The contract aims to provide multi-discipline architect-engineer services, with a total maximum fee of $249 million over a base period of one year and four optional years, emphasizing the importance of sustainable design practices and small business participation. Interested firms must submit an SF 330 form by June 3, 2025, and will be evaluated based on their specialized experience, qualifications of key personnel, and past performance, with a guaranteed minimum fee of $10,000. For further inquiries, interested parties can contact Wanda L. Okemura at wanda.okemura@navy.mil or Erik Torngren at erik.s.torngren.civ@us.navy.mil.
Bridge Part Task Trainer (BPTT) OCONUS (Solicitation) Draft
Buyer not available
The Department of Defense, specifically the Department of the Navy's NAWC Training Systems Division, is seeking proposals for the Bridge Part Task Trainer (BPTT) OCONUS, as outlined in the solicitation draft N6134025R0003. This procurement aims to acquire engineering services related to training aids, which are critical for enhancing military training effectiveness and operational readiness. Interested vendors are encouraged to log in to the PIEE portal for further details on the solicitation. For inquiries, potential bidders can contact Pablo Barbatto at pablo.n.barbatto.civ@us.navy.mil or Cynthia Armound at cynthia.d.armound.civ@us.navy.mil, with phone numbers provided for direct communication.