3-Step Heavy Equipment Operator Training
ID: N4523A2543381600Type: Presolicitation
Overview

Buyer

DEPT OF DEFENSEDEPT OF THE NAVYPUGET SOUND NAVAL SHIPYARD IMFBREMERTON, WA, 98314-5001, USA

NAICS

All Other Miscellaneous Schools and Instruction (611699)

PSC

EDUCATION/TRAINING- OTHER (U099)
Timeline
  1. 1
    Posted Jan 14, 2025, 12:00 AM UTC
  2. 2
    Updated Jan 14, 2025, 12:00 AM UTC
  3. 3
    Due Feb 13, 2025, 5:00 PM UTC
Description

The Department of Defense, specifically the Puget Sound Naval Shipyard and Intermediate Maintenance Facility (PSNS & IMF), intends to award a sole-source contract to Caterpillar for a comprehensive 3-Step Heavy Equipment Operator Training program. This training initiative aims to equip shipyard personnel with the necessary skills to operate heavy equipment during emergencies, consisting of an online controls/operations program, simulator training, and in-person hands-on classes, ultimately leading to Level 1 operator certification. The contract is crucial for enhancing emergency preparedness and ensuring that volunteers are adequately trained to support the emergency strike team. Interested parties may express their interest and capabilities by February 13, 2025, at 9:00 AM Pacific Time, and should direct inquiries to Leatha Brown at leatha.a.brown4.civ@us.navy.mil or Angela Charpia at angela.m.charpia.civ@us.navy.mil.

Files
Title
Posted
Jan 15, 2025, 12:05 AM UTC
The document outlines the Performance Work Statement (PWS) for a non-personal services contract aimed at training heavy equipment operators to serve on an emergency strike team at the shipyard. The contractor will provide a comprehensive three-part training program, including online operations training, simulator-based practice, and in-person hands-on classes, all designed to qualify shipyard personnel for operating heavy equipment during emergencies. The training will ensure volunteers have a foundational understanding of equipment controls and operations, leading to Level 1 operator certification. Key components include a phased training approach tailored to varying experience levels, a quality control program to ensure compliance with contract standards, and scheduled performance assessments, along with necessary government support such as facilities and utilities. The contract is set for one base year with two optional annual extensions and includes provisions for contractor reporting, security requirements, and materials ownership detailing that all produced documents will be government property. This initiative reflects the government's commitment to enhancing emergency preparedness through skill development.
Lifecycle
Title
Type
Presolicitation
Similar Opportunities
J--Notice of intent to award a contract action to Caterpillar Inc for a heavy equipment Service Life Extension Program (SLEP)
Buyer not available
Presolicitation DEPT OF DEFENSE DEPT OF THE NAVY intends to award a contract action to Caterpillar Inc for a heavy equipment Service Life Extension Program (SLEP). The service being procured is for the extension of the service life of heavy equipment. Caterpillar Inc is the Original Equipment Manufacturer (OEM) and the only source capable of meeting the requirements of the program. The contract will be a single award, fixed-price contract with a performance period of up to 60 months. For more information, contact Antoinette Ceglia at Antoinette.ceglia@navy.mil.
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.
U--BASIC TRAINING REVALIDATION, ADVANCED FIREFIGHTING REVALIDATION, RADAR RENEWAL
Buyer not available
Presolicitation DEPT OF DEFENSE DEPT OF THE NAVY is seeking BASIC TRAINING REVALIDATION, ADVANCED FIREFIGHTING REVALIDATION, and RADAR RENEWAL services. These services are typically used for safety training at NAVAL BASE KITSAP BANGOR - SWFPAC. The procurement will be a Small Business Set-Aside using commercial, simplified acquisition procedures. The anticipated posting date of the solicitation is on or about 10-Jan-2019 with a closing on 22-Jan-2019. Prospective offerors should register on the NECO website for updates. Contact Julio Hernandez at 360-476-4832 or julio.a.hernandez@navy.mil for more information.
69--DISSECTABLE MARINE ENGINE COMPONENTS TO BE USED FOR TRAINING. THIS IS A PRE-SOLICITATION NOTICE ONLY.
Buyer not available
Presolicitation notice: DEPT OF DEFENSE is seeking to procure dissectable marine engine components to be used for training purposes at the Puget Sound Naval Shipyard and IMF. This requirement will be solicited on a 100% small business set-aside basis. The contract will be a firm fixed price (FFP) type commercial purchase order. The FOB will be DESTINATION Bremerton, WA. The solicitation will be posted on or about 28 February 2017 on the Navy Electronic Commerce Online (NECO) web link and can also be downloaded from http://fedbizops.gov/. The closing date for the solicitation will be 15 days from posting. Interested firms must complete the entire solicitation document, provide technical specification documentation, and ensure current registration in the SAM system. Any questions must be submitted in writing via email to Susan.Peterson@dla.mil.
Combat Technical Rescue (CTR) EOD Rigging & Ordnance Extrication (ROE) Training
Buyer not available
The Department of Defense, through the NAVSUP Fleet Logistics Center San Diego, is soliciting proposals for a total Small Business set-aside contract to provide Combat Technical Rescue (CTR) EOD Rigging & Ordnance Extrication (ROE) training courses for EOD Groups ONE and TWO. The procurement aims to enhance the capabilities of EOD personnel by delivering comprehensive training in rigging, extrication, and heavy-lift operations, with a focus on safety and operational readiness across various locations, including San Diego, Guam, and Spain. This Indefinite Delivery, Indefinite Quantity (IDIQ) contract will span a five-year period, consisting of a one-year base period and four one-year options, with a total estimated value of $1,840,000. Interested contractors must submit their proposals by the specified deadline and are encouraged to register in the SAM database prior to submission; for further inquiries, they can contact Christine Jordan at christine.jordan@navy.mil or call 619-556-6121.
Apprenticeship Program
Buyer not available
The Department of Defense, specifically the Norfolk Naval Shipyard (NNSY) in Portsmouth, Virginia, is conducting market research for an Apprenticeship Program aimed at providing formal academic training for its Federally Registered Apprentice Program, which is set to commence in February 2026. The program will enroll approximately 161 students and includes both classroom instruction and on-the-job training across various trade-related skills, covering subjects such as Technical Drawing, First Aid, Quality Assurance, and Industrial Safety, totaling 30 credit hours. This initiative is crucial for workforce development and maintaining high safety and security standards within NNSY operations. Interested parties are encouraged to submit their capabilities statements by April 4, 2025, at 9:00 AM EST, to Glenda Jordan at glenda.s.jordan3.civ@us.navy.mil, as this notice is for informational purposes only and does not constitute a request for proposals.
70--TRAINING SUPPLIES
Buyer not available
Presolicitation DEPT OF DEFENSE is seeking training supplies. These supplies are typically used for training purposes. The procurement will take place at PSNS 1400 Farragut Ave Bldg 514, Bremerton, WA 98314. The primary contact for this procurement is John Iversen, who can be reached at 360-476-3338 or john.iversen@dla.mil. The solicitation and any amendments will be posted on the NECO website. Electronic submission of quotes is available through the NECO website.
U--Machinery and Machine Guarding Safety Courses
Buyer not available
Presolicitation DEPT OF DEFENSE DEPT OF THE NAVY is seeking curriculum development and instructor services for Machinery and Machine Guarding Safety courses in various locations, including overseas, in support of Naval Safety and Environmental Training Center, Norfolk, VA (NAVSAFENVTRACEN). The contract will be a single award, Firm Fixed-Price (FFP) Indefinite Delivery/Indefinite Quantity (IDIQ) contract. The North American Industry Classification System code for this acquisition is 611519 - Other Technical and Trade Schools. The contract will have a twelve (12) month base period and four (4) twelve month option periods. The solicitation will be available for download on or about 17 March 2016 at https://www.neco.navy.mil or www.fbo.gov. The contract will be evaluated using a 100% Small Business Set-Aside. Contractors must be registered in the System for Award Management (SAM) Registration database prior to invoicing.
FY 25 Preventative Maintenance on and Repairs to Caterpillar, Volvo and John Deere Equipment and Engines
Buyer not available
The U.S. Army Corps of Engineers (USACE) Philadelphia District is seeking qualified contractors for preventative maintenance and repairs on Caterpillar, Volvo, and John Deere equipment and engines as part of a Sources Sought Notice for Fiscal Year 2024. The procurement aims to assess industry interest and ensure a sufficient pool of contractors, both large and small, capable of performing essential maintenance tasks, including fluid sample testing and emergency/non-emergency repairs on specified heavy equipment. This IDIQ contract will span multiple years, with performance periods running from approximately April 21 to April 20 each year until April 2030, covering various locations in Pennsylvania, New Jersey, Delaware, and Maryland. Interested contractors must submit their qualifications and capability statements via email to Tiffany Chisholm by November 14, 2024, and must be registered in the System for Award Management (SAM).
6,000 POUND FORKLIFTS AND SERVICE
Buyer not available
Presolicitation notice from the Department of Defense (DLA Maritime Puget Sound) is seeking to procure 6,000 pound diesel forklifts for maintenance operations at the Puget Sound Naval Shipyard & IMF in Bremerton, WA. The procurement will be conducted on an unrestricted basis using commercial item procedures. The contract will be a firm fixed price (FFP) type commercial purchase order. Interested offerors must download the RFQ from http://fedbizops.gov/ and email their offers to the buyer. It is important to monitor the website for any amendments to the solicitation. All interested firms must complete the entire solicitation document, provide technical specification documentation and compliance certifications, and ensure current registration in the SAM system at https://www.sam.gov/portal/public/sam. Any questions should be emailed to Susan.Peterson@dla.mil.