DOT/NRC RAD WASTE Training
ID: N4215826QE004Type: Solicitation
Overview

Buyer

DEPT OF DEFENSEDEPT OF THE NAVYNORFOLK NAVAL SHIPYARD GFPORTSMOUTH, VA, 23709-1001, USA

NAICS

Professional and Management Development Training (611430)

PSC

EDUCATION/TRAINING- OTHER (U099)

Set Aside

Total Small Business Set-Aside (FAR 19.5) (SBA)
Timeline
    Description

    The Department of Defense, through the Norfolk Naval Shipyard, is seeking proposals from qualified small businesses to provide specialized training in DOT/NRC RAD WASTE for personnel involved in radioactive/mixed waste shipping. The training program, which spans 40 hours, is designed to meet regulatory requirements and ensure compliance with Department of Transportation standards, including Load Securement and International Air Transportation Association regulations. This opportunity is critical for maintaining safety and operational efficiency in the handling of hazardous materials. Interested offerors must submit their proposals by December 9, 2025, with questions directed to Jordan Moore at jordan.e.moore.civ@us.navy.mil by December 2, 2025. The anticipated training dates are from January 12 to January 16, 2026.

    Files
    Title
    Posted
    This document outlines instructions for offerors responding to a NAVSEA Service Contracts Division solicitation for commercial items. Offers, submitted as a single PDF, are due by December 9, 2025, 10:00 AM EST, to Jordan Moore (jordan.e.moore.civ@us.navy.mil). The submission must include a completed SF1449, technical capability information, past performance details, price, and any executed amendments. Technical capability will be evaluated based on a certification and training outline. Past performance requires information on one to three relevant contracts performed since December 2020. Pricing must align with the Schedule of Supplies and Services, with quotes valid for 60 days. Questions must be submitted to Jordan Moore by December 2, 2025, 10:00 AM EST.
    This government RFQ outlines the evaluation criteria for awarding a contract, prioritizing the most advantageous proposal to the Government based on technical capability, past performance, and price. An award will be made to the responsible offeror with an acceptable rating in technical capability and past performance, and the lowest evaluated price. Technical capability is assessed as acceptable or unacceptable based on the proposal, certification, and training outline. Past performance evaluates confidence in the offeror's ability to perform, considering relevance (within the past five years) and recency. Offerors without relevant past performance will be deemed to have unknown past performance. Price is evaluated for reasonableness, with the total estimated price determined by multiplying estimated quantities by unit prices. The Government reserves the right to not award a contract if it is not in its best interest.
    The document N4215826QE004 outlines technical capability certifications required for a vendor to provide DOT/NRC RAD WASTE TRAINING. The vendor must certify their ability to deliver 40 hours of training, including 32 hours of Department of Transportation (DOT) requirements, 4 hours of Load Securement, and 4 hours of International Air Transportation Association (IATA) requirements, all with participant certification. Additionally, the vendor must provide testing in accordance with 49 CFR, Part 172, Subpart H, train a maximum of 25 people, secure training space near Norfolk Naval Shipyard, and notify the government two weeks prior to the training start date. The contractor must meet all Statement of Work (SOW) requirements concerning key responsibilities, education, certifications, experience, and skills, and must be available for service from January 12, 2026, to January 16, 2026. Submission of this certification with the vendor quote is mandatory for award consideration.
    The document clarifies training requirements for radioactive/mixed waste shipping and load securement, likely in response to an RFP or grant query. It distinguishes between Class 7 (radioactive) shipment training, which is the sole focus of a 40-hour course, and separate, more extensive training needed for mixed waste. The document states that while mixed waste is briefly mentioned, the 40-hour course is not sufficient for its specific requirements. It also specifies that load securement training is mandatory for HAZMAT employees involved in pre-transportation functions, aligning with 49 CFR 172.704 to meet function-specific training needs.
    This government solicitation (N4215826QE004) is an RFP for a Women-Owned Small Business (WOSB) to provide specialized training to Norfolk Naval Shipyard (NNSY) personnel. The training focuses on Department of Transportation (DOT), Load Securement, and International Air Transportation Association (IATA) regulations for radioactive/mixed waste shipping, totaling 40 hours for up to 25 students. The objective is to meet qualification requirements and ensure NNSY's ability to ship radioactive materials. The contract includes detailed requirements for training content, offsite venue provision, and specific timelines for completion by January 2026. The document also outlines safety protocols, Navy installation access requirements, invoicing procedures via Wide Area WorkFlow (WAWF), and a comprehensive list of applicable FAR and DFARS clauses, emphasizing compliance with various federal regulations and executive orders.
    This Statement of Work outlines a service contract for a one-time, offsite training program for approximately 20 Norfolk Naval Shipyard (NNSY) personnel. The training, mandated by Department of Transportation (DOT) regulations (49 CFR, Part 172, Subpart H), aims to qualify personnel in Radioactive/Mixed Waste Shipping functions, including DOT Requirements (32 hours), Load Securement (4 hours), and International Air Transportation Association (IATA) Requirements (4 hours). The contractor must provide testing, secure a local training venue, and notify NNSY two weeks prior to the January 2026 training. The document also details key responsibilities, education, experience, and skills required for trainers, along with safety protocols (OSHA, NNSY OSHE Program Manual, Hazardous Energy Control) and access requirements for Navy installations (DBIDS).
    This government file appears to be a table of contents or an index for a larger document, likely related to federal government RFPs, federal grants, or state and local RFPs. The file is heavily obfuscated with special characters, making direct content extraction difficult. However, the structure suggests a list of sections or topics, each potentially associated with page numbers or reference codes. Keywords such as "federal government," "federal grants," and "state and local RFPs" indicate the document's general subject matter, implying it outlines various governmental procurement or funding opportunities. The repeating patterns of characters and numerical sequences further support the interpretation of an organized reference guide or directory within a governmental context.
    Lifecycle
    Title
    Type
    Solicitation
    Similar Opportunities
    Radioactive Liquid Waste Processing Process Controls Replacement (PLC Upgrade)
    Buyer not available
    The Department of Defense, through the Norfolk Naval Shipyard (NNSY), is seeking industry input for the replacement of process controls in the Radioactive Liquid Waste (RLW) Processing System at Naval Station Norfolk. The objective is to engage qualified businesses capable of removing outdated equipment and installing modern programmable logic controllers (PLCs), along with associated components such as control panels and human-machine interface (HMI) screens, ensuring compliance with industry standards. This initiative is critical for maintaining operational efficiency and safety in handling radioactive waste. Interested parties must submit their capabilities statements and other requested information by December 16, 2025, at 10:00 AM EST, to the designated contacts, Chaunsa Saunders and Jordan Moore, via email, as no hard copy or facsimile submissions will be accepted.
    Betatron Training
    Buyer not available
    The Department of Defense, through the Naval Surface Warfare Center Indian Head Division (NSWC IHD), intends to award a sole-source contract to QSA Global for the provision of a PXB 7.5 Betatron Training Course. This procurement is based on the determination that QSA Global is the only known source capable of fulfilling the government's specific training requirements, which are critical for the operation and maintenance of betatron technology. Interested vendors have until December 11, 2025, at 10 AM EST to express their interest and demonstrate their capability to meet these requirements, with all communications directed to Marjorie Gray at marjorie.m.gray2.civ@us.navy.mil. The contract will be a firm fixed price, and responses must be submitted electronically, as oral communications are not permitted.
    Production Support: Forklift Drivers
    Buyer not available
    The Department of Defense, specifically the Norfolk Naval Shipyard, is seeking qualified small businesses to provide production support services, including forklift drivers, under a Firm-Fixed-Price contract. The procurement is focused on shipbuilding and repairing services, which are critical for maintaining naval capabilities and operational readiness. The solicitation is anticipated to be posted on December 5, 2025, with a closing date of December 18, 2025, and interested parties must ensure they are registered in the System for Award Management (SAM) to participate. For further inquiries, potential offerors can contact Alicia Almberg at alicia.l.almberg.civ@us.navy.mil or Melissa White at melissa.e.white13.civ@us.navy.mil.
    GTPE Training
    Buyer not available
    The Department of Defense, through the Naval Surface Warfare Center Dahlgren Division (NSWCDD), is seeking proposals for training services from Georgia Technology Professional Education (GTPE) to provide specialized courses on RF Electromagnetic Warfare Concepts, Phased Array Radar Systems, Target Tracking Concepts, and Basic EO-IR Concepts. The training will accommodate 20 to 25 students per course and is scheduled to take place at the University of Mary Washington Dahlgren Campus or NSWCDD before August 15, 2026. This procurement is critical for enhancing the technical skills of personnel involved in defense operations, and the contract will be awarded based on the Lowest Price Technically Acceptable criteria. Interested offerors must submit their proposals by December 8, 2025, and can direct inquiries to Heather Wiley at heather.r.wiley2.civ@us.navy.mil or by phone at 540-742-8742.
    Shop 89 Touch Labor Support - Shipwrights
    Buyer not available
    The Department of Defense, through the Norfolk Naval Shipyard, is seeking proposals from qualified small businesses to provide touch labor support services for shipwrights under the contract titled "Shop 89 Touch Labor Support - Shipwrights." The procurement aims to secure skilled personnel in various trades, including Shipwrights, Program Managers, Project Managers, and Supervisors, to support maintenance and repair operations on USS vessels, with a contract period anticipated from February 2, 2026, to January 29, 2027, and an option to extend through July 30, 2027. This contract is critical for maintaining the operational readiness of naval vessels and ensuring compliance with federal, state, and local regulations. Interested parties should direct inquiries to Alicia Almberg at alicia.l.almberg.civ@us.navy.mil or Melissa White at melissa.e.white13.civ@us.navy.mil, and must acknowledge receipt of the solicitation amendment by the specified deadline to avoid rejection of their offers.
    NNSY Job Fair Advertising
    Buyer not available
    The Department of Defense, through the Norfolk Naval Shipyard (NNSY), is seeking qualified small businesses to provide advertising services in support of its Job Fair scheduled for 2025. The procurement aims to deliver comprehensive advertising solutions, including radio and television campaigns, to effectively promote job opportunities in engineering and technician roles at NNSY, utilizing various media platforms and targeted advertising strategies. This initiative is crucial for enhancing recruitment efforts for critical workforce positions within the shipyard, ensuring compliance with federal regulations and promoting small business participation. Interested contractors should note that a solicitation is anticipated to be posted around December 3, 2025, and can contact Jason D. Fittro at Jason.Fittro@navy.mil or Denise J. Swain at denise.j.swain.civ@us.navy.mil for further information.
    Tanker Voyage Charter
    Buyer not available
    The Department of Defense, specifically the Department of the Navy, is seeking proposals for a Tanker Voyage Charter to transport clean products from Onsan, Korea, to discharging ports in Mesaieed, Qatar, and Sitra, Bahrain. The procurement requires one clean, approved U.S. or foreign flag, double-hull tanker equipped with an inert gas system and segregated ballast tanks, capable of carrying a minimum of 240,000 barrels of clean product. This charter is crucial for ensuring the safe and efficient transportation of essential materials, with laydays commencing on January 7, 2026, and closing on January 8, 2026. Interested parties must submit their proposals by December 11, 2025, at 1300 Eastern Time, and can contact Brandon Page at brandon.a.page.civ@us.navy.mil or 564-226-1239 for further information.
    S&RTS - Ports of Virginia
    Buyer not available
    The United States Transportation Command (USTRANSCOM) is soliciting proposals for Stevedoring and Related Terminal Services (S&RTS) at the Ports of Virginia, specifically targeting Women-Owned Small Businesses (WOSB). The contract will encompass the management of military cargo, including containers, vehicles, and aircraft, through various ports in Virginia, requiring comprehensive stevedoring, longshoring, and cargo management services. This Indefinite Delivery, Indefinite Quantity (IDIQ) contract is valued at approximately $47 million, with a five-year ordering period from February 21, 2026, to February 20, 2031, and proposals are due by December 18, 2025, at 10:00 AM Central Time. Interested parties should direct inquiries to Douglas Otten or Katherine Alexander via their provided email addresses.
    180-day Special Time Charter w/ One 180-day Option
    Buyer not available
    The Department of Defense, through the Military Sealift Command (MSC) Norfolk, is conducting market research for a 180-day special time charter with an option for an additional 180 days, seeking up to six Roll-on/Roll-off (RO/RO) vessels. These vessels must possess specific capabilities, including a combined capacity of at least 15,000 square feet, the ability to transport rolling stock and sensitive items such as ammunition and weapons, and meet stringent operational requirements such as beaching capability and a 5,000 nautical mile unrefueled range. Interested parties are required to submit detailed vessel specifications, pricing, and company information by December 8, 2025, at 11:00 PM Eastern Time, with Matthew Price serving as the primary contact for inquiries.
    FY26 USNS KANAWHA MTA
    Buyer not available
    The Department of Defense, specifically the Department of the Navy, is soliciting proposals for the FY26 USNS KANAWHA Maintenance and Technical Assistance (MTA) contract. This procurement is aimed at securing services related to shipbuilding and repairing, with a focus on non-nuclear ship repair as indicated by the associated NAICS and PSC codes. The contract is set aside for small businesses, emphasizing the government's commitment to fostering small business participation in federal contracting. Interested parties must submit their proposals by December 12, 2025, at 3:00 PM EST, and can direct inquiries to Susan Bryant at susan.b.bryant.civ@us.navy.mil or by phone at 757-777-4648.