Multibeam and LiDar Training
ID: N0018924Q0224Type: Sources Sought
Overview

Buyer

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

NAICS

Educational Support Services (611710)

PSC

EDUCATION/TRAINING- OTHER (U099)
Timeline
    Description

    The Department of Defense, through the NAVSUP Fleet Logistics Center Norfolk, is seeking proposals for Underwater Training Targets Support Services, aimed at enhancing the Navy's Explosive Ordnance Disposal training capabilities. The contract will provide waterborne capabilities for transporting and deploying large underwater ordnance training targets, with a five-year ordering period from July 2025 to July 2030, and an option for a six-month extension. This initiative is crucial for ensuring effective training for Navy personnel, requiring compliance with safety standards and the provision of a vessel capable of handling payloads up to 12,000 pounds. Interested small businesses must submit their proposals by May 6, 2025, and can direct inquiries to Sherell Brown at sherell.g.brown.civ@us.navy.mil.

    Files
    Title
    Posted
    The Naval Meteorology and Oceanography Command (NAVMETCOM) requires contracted training in multibeam theory, system operation, data collection, and analysis as part of an international hydrographic survey program managed by the Information Warfare Training Group Gulfport (IWTG-G). The training will encompass both theoretical and practical aspects, including survey planning, operation of NORBIT systems, and adherence to IHO standards. The course is scheduled from June 5 to August 8, 2023, and does not involve classified information or government IT systems access.
    This announcement serves as a Sources Sought notice under FAR Clause 52.215-3 to identify qualified sources for training on multibeam survey practices using specific systems, with practical applications during a hydrographic survey project. The training will occur at the Naval Meteorology and Oceanography Command in Pass Christian, MS, over a projected two-month period annually starting in June. Responses are due by April 8, 2024, and are for informational purposes only, as no contract will be awarded based on this announcement.
    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.
    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.
    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.
    This government document is an amendment (P0001) to a solicitation for a contract (N0018925Q0224), issued by NAVSUP FLC Norfolk. The amendment clarifies questions raised during the solicitation process and indicates that no further inquiries will be accepted. It confirms that all other terms and conditions of the solicitation remain unchanged. The document outlines specific questions regarding insurance requirements for contractors and the nature of the services, confirming that they are currently provided by Cardinal Point Captains, Inc. under a prior contract. The amendment emphasizes that interested contractors must acknowledge receipt per specified protocols to avoid potential rejection of their offers. Overall, the amendment serves to streamline the evaluation process and ensure clarity regarding the requirements for participating contractors.
    This document is an amendment to a federal government solicitation, specifically amendment P0002, which extends the closing date for submitting offers. The due date has been moved from May 5, 2025, to May 6, 2025, at 10:00 AM. All other terms and conditions of the original solicitation remain unchanged. The amendment must be acknowledged by contractors, either by returning a signed copy or including acknowledgment in their offer submission. Failure to acknowledge receipt may result in rejection of the offer. The administrative details, such as the contracting office and address, are also provided. This amendment is crucial in ensuring that all potential bidders have additional time to prepare and submit their proposals, thereby promoting fair competition and compliance in the procurement process.
    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.
    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
    Similar Opportunities
    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.
    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.
    Lease of Small Craft
    Dept Of Defense
    The Department of Defense, through the Naval Undersea Warfare Center Division Keyport (NUWC Keyport), is seeking information on the availability and cost of small boats and qualified operators to support underwater research and development activities in the Puget Sound region. Specifically, NUWC Keyport is interested in acquiring two 32-foot crafts and one 55-foot craft, each meeting defined technical specifications, along with experienced operators for deployment in the Strait of Juan de Fuca, Hood Canal, and Puget Sound. This initiative is part of market research to inform future procurement decisions for an anticipated Firm-Fixed Price (FFP) contract, emphasizing the importance of reliable and capable vessels for undersea warfare system evaluations. Interested parties must submit their responses, including cost estimates and operator qualifications, by 4:00 PM PDT on December 24, 2025, to Andrew Hilyard at andrew.c.hilyard.civ@us.navy.mil or Matthew Mclean at matthew.a.mclean8.civ@us.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.
    USNS MEGAR EVERS 2026 MTA
    Dept Of Defense
    The Department of Defense, specifically the Department of the Navy, is soliciting proposals for the USNS MEGAR EVERS 2026 Maintenance and Technical Assistance (MTA) contract. This opportunity involves various amendments to the original solicitation, including the addition and revision of work instructions, correction of contract line item numbers, and updates to the period of performance, which has been adjusted to span from August 19, 2026, to October 7, 2026. The contract is critical for ensuring the operational readiness and maintenance of naval vessels, particularly in the shipbuilding and repairing sector. Interested parties should note that the request for comments (RFC) is due by 10:00 AM EST on February 16, 2026, with the request for proposals (RFP) closing at 1:00 PM EST on March 5, 2026. For further inquiries, potential bidders can contact Darius Swift at darius.swift.civ@us.navy.mil or by phone at 564-226-4528.
    L019 - Safe Haven lay/docking services.
    Dept Of Defense
    The Department of Defense, through the Naval Supply Systems Command Fleet Logistics Center Norfolk, is seeking qualified vendors to provide Safe Haven lay/docking services. This procurement aims to secure services that will commence around March 17, 2026, and continue through March 17, 2031, covering a five-year ordering period, and will be solicited as a total small business set aside. These services are crucial for the operational readiness and maintenance of naval vessels, ensuring they have safe docking facilities when needed. Interested parties can reach out to Kelley Nevelsteen at kelley.j.nevelsteen.civ@us.navy.mil or Carlton Walton at carlton.walton@navy.mil for further information.
    Micro-Unmanned Underwater Vehicle (UUV), Multi-Vehicle Pods
    Dept Of Defense
    The Department of Defense, through the Naval Supply Fleet Logistics Center Norfolk, is seeking information from qualified sources for the procurement of Micro-Unmanned Underwater Vehicles (UUV) and Multi-Vehicle Pods for the United States Naval Academy. The UUVs will be utilized to autonomously collect high-resolution biogeochemical, hydrographic survey, and passive acoustic data, supporting academic missions, faculty research, and Midshipmen projects in coastal oceanography and underwater acoustics. The contractor must provide lightweight, single-person deployable UUVs with capabilities for remote control, autonomous missions, and compatibility with various data formats, with delivery expected within 60 days of contract award. Interested parties should submit their capability statements to Claudette Jones at claudette.j.jones.civ@us.navy.mil by 12:00 PM EST on December 17, 2025, referencing Sources Sought number 1301303963.
    Unmanned Maritime Systems (UMS) Support
    Dept Of Defense
    The Department of Defense, specifically the Naval Surface Warfare Center, is soliciting proposals for Unmanned Maritime Systems (UMS) support under the Seaport NxG Multiple Award Contract (MAC), designated as number N6133126R3102. This opportunity is exclusively available to holders of the Seaport MAC and is set aside for Service-Disabled Veteran-Owned Small Businesses (SDVOSBC). The UMS support is critical for enhancing naval operations and capabilities, reflecting the increasing reliance on unmanned systems in maritime environments. Interested parties must submit their responses via the PIEE Solicitation Module by January 5, 2025, at 4 PM CST. For further inquiries, contact Melissa Ryan at melissa.m.ryan12.civ@us.navy.mil or Matthew Hammond at matthew.a.hammond4.civ@us.navy.mil.
    RIGHT TRAINING HDL
    Dept Of Defense
    The Department of Defense, through the Defense Logistics Agency, is soliciting proposals for the procurement of the RIGHT TRAINING HDL, which falls under the NAICS code 336612 for Boat Building and PSC code 2040 for Marine Hardware and Hull Items. The contract requires adherence to specific quality assurance standards, including MIL-I-45208 and ISO certifications, and emphasizes the importance of item unique identification and valuation, as well as inspection and acceptance protocols. This procurement is critical for maintaining the operational readiness of naval vessels, ensuring that all materials supplied are free from mercury contamination and meet stringent quality requirements. Interested vendors should direct inquiries to Jeremy Crow at jeremy.crow@dla.mil, and are encouraged to register for notifications regarding contract modifications through the Navy Electronic Commerce Online system.
    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.