PAUT and TOFD Training
ID: N32253-25-135-0001Type: Sources Sought
Overview

Buyer

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

NAICS

Testing Laboratories and Services (541380)

PSC

EDUCATION/TRAINING- SCIENTIFIC/MANAGEMENT (U004)
Timeline
    Description

    The Department of Defense, specifically the Pearl Harbor Naval Shipyard and Intermediate Maintenance Facility (PHNSY&IMF), is seeking qualified contractors to provide training in Phased Array Ultrasonic Testing (PAUT) and Time of Flight Diffraction Ultrasonic Testing (TOFD) for Non-Destructive Testing Inspectors. The objective is to deliver a total of 176 hours of accredited training over four consecutive weeks for a group of 12 students, ensuring compliance with safety and operational standards while utilizing government-provided facilities. This training is critical for the certification of military personnel in advanced testing techniques, emphasizing the importance of maintaining high safety and quality standards in military operations. Interested parties must submit their capability statements by 12:00 PM HST on April 25, 2025, and direct any inquiries to Jodie Tramuto or Evangeline Calaustro via email.

    Point(s) of Contact
    Files
    Title
    Posted
    The document outlines a Performance Work Statement (PWS) for training programs in Phased Array Ultrasonic Testing (PAUT) and Time of Flight Diffraction Ultrasonic Testing (TOFD) at Pearl Harbor Naval Shipyard & Intermediate Maintenance Facility (PHNSY & IMF) in Hawaii. The primary objective is to provide C135 NDT Inspectors with a total of 176 hours of combined training for certification purposes over four consecutive weeks, involving both PAUT and TOFD sessions for a group of 12 students. The contractor is responsible for delivering accredited training, supplying necessary tools and props, and ensuring that all materials align with safety and environmental regulations. Training will occur in government-furnished facilities, with specific hours of operation outlined. The contractor's personnel are required to pass background checks and adhere to security protocols. The performance requirements emphasize compliance with rigorous safety and operational standards. The PWS includes an operational timeline extending for a base year and four option years, highlighting the structured training approach alongside the government’s provision for facilities during the sessions. The document serves as a formal request for proposal (RFP) in the context of government contracts, illustrating the detailed expectations for contractor engagement in training military personnel.
    Lifecycle
    Title
    Type
    PAUT and TOFD Training
    Currently viewing
    Sources Sought
    Similar Opportunities
    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.
    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.
    NOTICE OF INTENT TO AWARD A SOLE SOURCE CONTRACT
    Dept Of Defense
    The Department of Defense, specifically the Department of the Navy, intends to award a sole source contract to Top Notch EDM Services, LLC, located in Conroe, Texas, for nondestructive testing (NDT) visual props that will expand the SSBA NDT Training Program across its multiple detachments. This procurement is critical as it aims to provide matching kits for existing training programs, ensuring consistency and effectiveness in training operations. The contract will be executed under Simplified Acquisition Procedures, utilizing Other Than Full and Open Competition due to the unique requirements and circumstances that justify a sole source award. Interested parties may express their interest and submit relevant product information via email to Hannah Lavoie at hannah.e.lavoie.civ@us.navy.mil, as no formal solicitation will be issued.
    Naval Surface Warfare Center Carderock Division Qualitative Data Training
    Dept Of Defense
    The Naval Surface Warfare Center (NSWC) Carderock Division, part of the Department of Defense, is seeking contractor services to design and deliver a comprehensive qualitative data training program. This program aims to equip designated government teams with foundational knowledge and practical skills in qualitative data analysis and narrative storytelling, enhancing their ability to articulate the value and impact of NSWC initiatives. The training will consist of asynchronous self-paced modules, interactive virtual workshops, and a multi-day in-person capstone event in Bethesda, MD, with a focus on delivering high-quality training materials and a post-training report. Interested vendors must submit their capabilities statements by 3:00 PM Norfolk, VA time on January 6, 2026, to David Crouch at david.w.crouch3.civ@us.navy.mil, as participation will assist the Government in assessing available vendors for this procurement.
    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.
    Radiographic Inspection of Sonar Dome Rubber Windows (SDRW)
    Dept Of Defense
    The Department of Defense, through the NAVSUP Fleet Logistics Center Puget Sound, is soliciting proposals for a firm fixed-price contract to conduct radiographic inspections of Sonar Dome Rubber Windows (SDRW) on a U.S. Navy DDG Class Vessel stationed in Yokosuka, Japan. Contractors must be approved by the Naval Sea Systems Command (NAVSEA) Integrated Warfare Systems (IWS) 5.0 to perform X-Ray inspections while the vessel is either pier-side or waterborne, adhering to strict safety protocols throughout the process. This contract is critical for maintaining the operational integrity of naval vessels, ensuring compliance with safety regulations, and facilitating ongoing maintenance efforts. Interested contractors should note that the period of performance is from February 2 to February 23, 2026, and must comply with U.S. Forces Japan (USFJ) security protocols for base access. For further inquiries, contact Mr. Regel Agahan at regel.a.agahan.civ@us.navy.mil or Chastity Cowans at chastity.t.cowans1@navy.mil.
    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.
    NDT Modernization
    Dept Of Defense
    The Department of Defense, specifically the Army Contracting Command-Rock Island, is seeking proposals from qualified small businesses for the modernization of Non-Destructive Testing (NDT) systems at the Rock Island Arsenal. The procurement aims to enhance the capabilities of the NDT lab through the installation of new linear accelerators and X-ray tubes, while ensuring compliance with national safety standards such as OSHA, ASTM, and ANSI. This modernization is critical for maintaining operational efficiency and readiness within the Joint Manufacturing and Technology Center (RIAJMTC). Interested vendors must submit their bids by December 20, 2024, and can direct inquiries to Brandy Huesmann at brandy.m.huesmann.civ@army.mil or Ashley Moore at ashley.m.moore85.civ@army.mil.
    Sources Sought for Pilatus PC-12 Pilot Qualification Training
    Transportation, Department Of
    The Department of Transportation, specifically the Federal Aviation Administration (FAA), is seeking sources for Pilatus PC-12 Initial and Recurrent Pilot Qualification Training for its Aviation Safety Inspectors and Aircraft Certification Pilots. The procurement aims to identify vendors capable of providing comprehensive training that meets FAA regulations and congressional mandates, including ground school and flight training, with adherence to specific guidelines outlined in the Performance Work Statement (PWS). This training is critical for ensuring that FAA personnel achieve an unrestricted type rating on the PC-12 aircraft, which is essential for maintaining aviation safety standards. Interested vendors must submit their capability statements by 5:00 p.m. CT on January 9, 2026, to Shelley Howard at shelley.a.howard@faa.gov, as the FAA evaluates potential competition for this contract.
    Large Hydrostatic Test Chamber Design and Fabrication
    Dept Of Defense
    The Department of Defense, through the Naval Surface Warfare Center Carderock Division (NSWCCD), is seeking sources for the design and fabrication of a Large Hydrostatic Test Chamber. This procurement aims to secure services related to the design, fabrication, and installation of large-diameter pressure vessels, which are critical for testing and evaluation purposes within naval operations. Interested organizations are invited to submit tailored capability statements that detail their qualifications and experience, along with organizational information, by 9:00 a.m. Eastern on December 17, 2025. For further inquiries, potential respondents can contact Kylie Cox at kylie.cox3.civ@us.navy.mil, and a Performance Work Statement (PWS) is available upon request.