Underwater Training Targets Support Services
ID: N0018924Q0224Type: Solicitation
Overview

Buyer

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

NAICS

Inland Water Freight Transportation (483211)

PSC

TRANSPORTATION/TRAVEL/RELOCATION- TRANSPORTATION: VESSEL FREIGHT (V115)

Set Aside

Total Small Business Set-Aside (FAR 19.5) (SBA)
Timeline
  1. 1
    Posted Apr 9, 2025, 12:00 AM UTC
  2. 2
    Updated Apr 9, 2025, 12:00 AM UTC
  3. 3
    Due May 5, 2025, 2:00 PM UTC
Description

The Department of Defense, specifically the Department of the Navy through NAVSUP Fleet Logistics Center Norfolk, is seeking proposals for Underwater Training Targets Support Services. The primary objective of this procurement is to provide waterborne capabilities for transporting and deploying large underwater ordnance training targets, essential for the Navy's Explosive Ordnance Disposal training at Joint Expeditionary Base Little Creek-Fort Story. This contract, which will be awarded as a single Indefinite Delivery, Indefinite Quantity (IDIQ) Firm Fixed Price (FFP) agreement, is crucial for enhancing military training capabilities while ensuring compliance with safety and regulatory standards. Interested small businesses must submit their best quotes by the specified deadline, and for further inquiries, they can contact Sherell Brown at sherell.g.brown.civ@us.navy.mil.

Point(s) of Contact
Files
Title
Posted
Mar 28, 2024, 6:32 PM UTC
Mar 28, 2024, 6:32 PM UTC
Apr 9, 2025, 3:08 PM UTC
The Contract Discrepancy Report (CDR) is a formal communication tool used to document issues or discrepancies encountered in contract performance. It outlines the essential specifications, including the contract number, involved personnel, and the date of observation. The core problem or discrepancy must be detailed, with attachments if applicable. Depending on the severity of the discrepancies, a corrective action plan is either required or deemed unnecessary, specifying when the plan should be submitted. The report can be initiated by the Contracting Officer's Representative (COR) due to multiple factors, such as exceeding allowable defects, identifying critical unacceptable performance, or observing unfavorable performance trends. Ultimately, the CDR ensures accountability and the implementation of corrective measures to enhance contract compliance and efficiency.
Apr 9, 2025, 3:08 PM UTC
The document outlines a federal government Request for Proposals (RFP) regarding underwater training targets, detailing pricing for specific tasks across five years. It includes three main tasks labeled as Task 1 (4 units), Task 2 (3 units), and Task 3 (3 units), all on a Firm Fixed Price (FFP) basis. The pricing structure spans from July 2, 2025, to January 1, 2031, with unit prices indicated as $0.00 for all years. The contract adheres to Federal Acquisition Regulation (FAR) 52.217-8, discussing the combined yearly total and individual yearly pricing for different contractual phases. The document emphasizes a structured approach to contract pricing and planning, essential for a clear understanding of obligations and expectations from vendors interested in fulfilling this government requirement. It is designed to ensure transparency in funding and financial commitments over the specified contract period.
Apr 9, 2025, 3:08 PM UTC
The government file N0018925Q0224 outlines a Request for Proposal (RFP) for Explosive Ordnance Disposal Training and Evaluation Unit Two (EODTEU TWO) Underwater Training Targets Support Services. The primary objective is to provide waterborne capabilities for transporting and deploying large underwater ordnance training targets necessary for the Navy EOD force and Divers' training at Joint Expeditionary Base Little Creek-Fort Story. The contract encompasses a five-year ordering period from July 2025 to July 2030, with the option to extend services for an additional six months. Key requirements include the provision of a vessel equipped to handle payloads up to 12,000 pounds, capable of operating in sea states up to three with fixed onboard electronics for GPS operation. Contractors must ensure compliance with various legal and safety standards, including security clearance for personnel. The proposal also specifies pricing structures, quality assurance measures, and contract administration duties, emphasizing the need for accurate invoicing and adherence to performance metrics. Overall, this initiative reflects the government's commitment to enhancing military training capabilities while ensuring compliance with safety and regulatory measures.
Apr 9, 2025, 3:08 PM UTC
The Past Performance Information Form is designed for offerors participating in government contracts and proposals. It requires detailed information about the contract being referenced, including the offeror's name, contract or order identifiers, customer details, and point of contact information. Key components also involve the total dollar value of the contract, broken down annually, as well as the personnel involved and the specified period of performance. Furthermore, it requests a thorough description of the work performed, emphasizing relevancy to the current solicitation. Offerors must note any subcontractors engaged in the effort, providing details about their roles and financial contributions. This document is vital for evaluating an offeror’s past performance and capability to fulfill future government contracts effectively, thereby ensuring that federal, state, and local RFPs are awarded to qualified entities with proven track records.
Apr 9, 2025, 3:08 PM UTC
The Past Performance Report Form is a document required for evaluating a contractor's past performance in relation to a solicitation by the NAVSUP Fleet Logistics Center Norfolk. It aims to assess the contractor's ability to successfully fulfill contract requirements by gathering information on quality, timeliness, responsiveness, and cost control. The form requires details such as the contractor's history of customer satisfaction, any incidents of work deficiencies, schedule adherence, and overall strengths and weaknesses. Additionally, it solicits insights into the contractor's problem-solving capabilities and cost management, as well as feedback on similar contracts performed. The objective of this form is to provide a thorough evaluation to predict future performance and effectiveness in delivering services for the U.S. Government, ultimately aiding in contract award decisions. Completed forms should not be returned to the originating contractor, emphasizing impartial assessment. This document is a crucial aspect of the RFP and grants process for maintaining accountability and ensuring that awarded contracts are given to reliable contractors capable of meeting government standards.
Lifecycle
Title
Type
Solicitation
Sources Sought
Similar Opportunities
Small Boat Operator Training
Buyer not available
The Department of Defense, through the Naval Supply Systems Command (NAVSUP) Fleet Logistics Center Pearl Harbor, is seeking information from potential sources to support the Small Boat Operator Training Course for Underwater Construction Team Two (UCT-2) at Joint Base Pearl Harbor-Hickam. The objective is to enhance the operational capabilities of UCT-2 by providing specialized training for combatant craft operators, addressing a critical gap in formal Navy training for Rigid Hull Inflatable Boat (RHIB) operations. This training will include comprehensive curricula covering boat operations, navigation, engineering systems, safety procedures, and mission planning, with practical applications and assessments to ensure proficiency. Interested vendors are encouraged to submit their capabilities statements and qualifications to Lyle Perez at lyle.b.perez.civ@us.navy.mil, with responses due by the specified deadline. This notice is a request for information only and does not constitute a solicitation or guarantee of a contract award.
180-day Special Time Charter with One 180-day Option
Buyer not available
The Department of Defense, through the Military Sealift Command Norfolk, is issuing a Request for Proposals (RFP N3220525R4069) for a 180-day special time charter of a vessel to support Naval Special Warfare training in Pearl Harbor, HI. The selected contractor will provide a firm-fixed-price contract for a vessel capable of operating for 30 days without resupply, accommodating 25 personnel, and supporting 24/7 operations, including the transport, launch, and recovery of underwater vehicles such as SEAL Delivery Vehicles (SDVs) and Rigid Hull Inflatable Boats (RHIBs). This procurement is critical for ensuring the operational readiness of naval forces and compliance with stringent maintenance and security standards, including cybersecurity requirements. Proposals are due by April 23, 2025, with the contract expected to commence on June 1, 2025, and interested parties can contact Matthew Price at matthew.r.price40.civ@us.navy.mil or Robbin A. Jefferson at robbin.a.jefferson.civ@us.navy.mil for further information.
SOLIDWORKS IMPLEMENTATION AND TRAINING
Buyer not available
The Department of Defense, through the Naval Undersea Warfare Center Division (NUWC) in Newport, Rhode Island, is soliciting proposals for SolidWorks Implementation and Training services under Request for Quotation (RFQ) number N6660425Q0433. The procurement aims to enhance the command's Product Data Management (PDM) capabilities by setting up PDM Professional Vaults, relocating existing data, and providing comprehensive training for both administrators and users across multiple departments. SolidWorks is an established system within the command, and this initiative is critical for improving collaboration and data management efficiency while ensuring compliance with security regulations. Interested offerors must submit their quotes by 11:00 a.m. (EST) on April 24, 2025, to Jennifer Vatousiou at jennifer.m.vatousiou.civ@us.navy.mil, with the selection based on a Lowest Price, Technically Acceptable evaluation criterion.
LC-U33-Rodriguez Range-De-lead and Repair Berms on Outdoor Ranges, JEB Little Creek - Fort Story Base, Little Creek Site
Buyer not available
The Department of Defense, through the Naval Facilities Engineering Command Mid-Atlantic, is soliciting proposals for the de-leading and repair of berms on outdoor ranges at the Joint Expeditionary Base Little Creek - Fort Story in Virginia Beach, Virginia. The project aims to ensure environmental safety and operational efficiency by removing lead and debris from impact berms, with an estimated completion period of 180 days post-award and a project cost ranging from $500,000 to $1,000,000. This initiative underscores the government's commitment to maintaining safe military training facilities while adhering to regulatory standards. Interested small businesses must submit their proposals through the Procurement Integrated Enterprise Environment (PIEE) by April 4, 2025, and can direct inquiries to Chirine El Kaissi Johnson at chirine.elkaissijohnson.civ@us.navy.mil or Katherine Dinneen at katherine.dinneen@navy.mil.
U--DMSS-N training for NAVIFOR
Buyer not available
Presolicitation notice from the Department of Defense, Department of the Navy, NAVSUP Fleet Logistics Center Norfolk, for DMSS-N training for Naval Information Forces (NAVIFOR). The training is intended to be conducted under a Firm Fixed Price contract using the procedures of FAR part 13. The requirement is brand-specific and will be solicited with Other Than Full and Open Competition. The resulting contract will be for a one-year period, starting on September 20, 2019, and ending on September 19, 2020. The NAICS code for this acquisition is 611420 with a size standard of $12 million. The complete RFP package will be available for download on or about September 5, 2019, on the NECO Website. Contractors must be registered in the System for Award Management (SAM) database to be eligible for award. For more information, contact the POC identified in the synopsis.
JONRIE MAINTENANCE
Buyer not available
The Department of Defense, through the NAVSUP Fleet Logistics Center Puget Sound, is seeking qualified contractors for a firm fixed-price service contract focused on maintenance and training for JonRie tugboats at Commander, Fleet Activities Yokosuka. The procurement includes essential services such as troubleshooting, preventive maintenance, and training for the JonRie Series 418 Capstans and Series 200 Winches, which are critical for harbor operations. Performance is expected to occur between June 15, 2025, and September 30, 2025, with a single award granted based on best value evaluation criteria including price, delivery, and past performance. Interested parties must submit their quotes by April 23, 2025, and direct any inquiries to Ms. Kristen Lorena at kristen.g.lorena.civ@us.navy.mil, ensuring they are registered in the System for Awards Management (SAM).
N0018925Q0244 - Harpoon Booster Section Shipping Containers
Buyer not available
The Department of Defense, through the Naval Supply Systems Command (NAVSUP) Fleet Logistics Center Norfolk, is seeking qualified vendors to provide 150 Harpoon Booster Section Shipping Containers. Bidders must demonstrate their capability by supplying a current Performance-Oriented Packaging (POP) certification and commit to delivering the containers within six weeks under a Firm-Fixed-Price (FFP) contract. These shipping containers are crucial for the safe transport of military ordnance, ensuring compliance with federal regulations and operational standards. Interested parties must submit their quotes via email by April 23, 2025, and can contact Stevi Parker at stevi.e.parker.civ@us.navy.mil or 215-987-7089 for further information.
OK-542 Stowage Drum/ Level Wind Assembly Carrier
Buyer not available
The Department of Defense, through the Naval Undersea Warfare Center Division Newport (NUWCDIVNPT), is seeking small businesses to provide an OK-542 Stowage Drum/Level Wind Assembly Carrier on a Firm Fixed Price basis. The procurement involves the fabrication, priming, and painting of the Carrier, which is crucial for the overhaul of the Thinline Towed Array Handling Equipment used in SSBN/SSGN 726 CL Submarines. Interested vendors must adhere to strict compliance and quality standards, including providing various certifications and documentation, with quotes due electronically by April 9, 2025. For further inquiries, vendors can contact Hannah Murphy at Hannah.l.murphy7.civ@us.navy.mil or by phone at 401-832-8020.
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.
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.