ICS and OHSTTX Training Courses
ID: N0018925Q0160Type: Combined Synopsis/Solicitation
Overview

Buyer

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

NAICS

Professional and Management Development Training (611430)

PSC

EDUCATION/TRAINING- OTHER (U099)
Timeline
  1. 1
    Posted Mar 26, 2025, 12:00 AM UTC
  2. 2
    Updated Mar 26, 2025, 12:00 AM UTC
  3. 3
    Due Apr 17, 2025, 5:00 PM UTC
Description

The Department of Defense, through the Naval Supply Systems Command (NAVSUP) Fleet Logistics Center Norfolk, is seeking qualified contractors to provide Incident Command System (ICS) and Oil and Hazardous Substance Tabletop Exercise (OHSTTX) training courses. This procurement aims to establish a firm-fixed-price Indefinite Delivery Indefinite Quantity (IDIQ) contract to support the Naval Safety and Environmental Training Center in Norfolk, Virginia, with a focus on enhancing safety and environmental training capabilities. The opportunity is set as a 100% Small Business Set-Aside under NAICS code 611430, with a size standard of $15 million, and emphasizes the importance of high-quality training services in emergency management. Interested vendors must submit their proposals electronically by the specified deadlines, with the solicitation expected to be available around March 27, 2025, and questions due by April 2, 2025. For further inquiries, potential bidders can contact Alexandria McCune at alexandria.e.mccune.civ@us.navy.mil or Christopher Whiteside at christopher.d.whiteside2.civ@us.navy.mil.

Files
Title
Posted
Mar 26, 2025, 4:05 PM UTC
The Past Performance Information Form is a critical component for government solicitations, focusing on evaluating an offeror's previous contract performance. It requires essential details, including the offeror's name, contract identifiers, and customer information, along with a thorough breakdown of the contract's financial aspects over its duration. The form captures the total dollar value segmented into annual increments, requiring evidence of at least one year of completed performance before the solicitation's closing date. Additionally, it mandates information on the number of full-time employees involved, the contract's period of performance, and a detailed description of the work completed that aligns with the current solicitation's scope. The form also necessitates disclosure of any subcontractors used, including their role and financial involvement. This structured approach ensures that evaluators can assess the offeror’s capability and reliability in fulfilling contracts, thereby influencing decisions on federal and state/local RFPs and grants. Overall, the form emphasizes accountability and transparency in federal contracting processes.
Mar 26, 2025, 4:05 PM UTC
The document is a Past Performance Report Form associated with Solicitation N0018925Q0160, designed for the evaluation of a contractor’s past performance related to a contract under the U.S. Naval Supply System (NAVSUP) Fleet Logistics Center Norfolk. The report requires detailed input regarding the contractor's performance in areas such as recruiting qualified personnel, workforce retention, and adherence to contract requirements. Evaluators must comment on customer satisfaction, instances of rework, and the contractor’s innovation. Additionally, the form assesses the contractor's timeliness in meeting schedules and responsiveness to customer concerns, as well as their ability to manage costs effectively. Evaluators are asked to provide insights on the contractor's strengths and weaknesses, and future considerations for awarding similar contracts. This report is crucial for determining the likelihood of successful contract execution based on past performance, thereby ensuring accountability and success in fulfilling government requirements. The completion and submission of this questionnaire to the specified address is mandatory, with a focus on objective, comprehensive evaluations reflecting the contractor's reliability and efficiency.
Mar 26, 2025, 4:05 PM UTC
The document outlines the pricing structure and ordering periods for various training courses and travel expenses associated with emergency management initiatives. It consists of multiple ordering periods, each specifying several training classes including ICS 300, ICS 300 Refresher, ICS 400, OHS TTX, and OSRO, alongside travel and per diem costs. The ordering periods range from the first through the fifth, with specific course quantities listed for each. Additionally, the document references the Federal Acquisition Regulation (FAR) clause 52.217-8, detailing an ordering period that extends from October 1, 2030, to March 31, 2031. A broad timeline of performance spans several years, from October 1, 2025, to March 31, 2031. This document serves as a formal Request for Proposals (RFP) aimed at soliciting bids for training services and related travel expenditures, emphasizing government investment in continued education and preparedness in emergency management. The structure clearly delineates the quantities and types of training offered across various timeframes, ensuring transparency and organized planning for stakeholders involved in the training initiatives.
Mar 26, 2025, 4:05 PM UTC
The Quality Assurance Surveillance Plan (QASP) is a structured document aimed at ensuring adherence to performance standards in the delivery of the Incident Command System and Oil & Hazardous Substance Tabletop Exercise courses for the Naval Safety Center and Environmental Training Center. It details the obligations of the government to monitor contractor performance, defining roles for the Contracting Officer and the Contracting Officer’s Representative (COR) in overseeing the contract execution. The plan specifies quality assurance methods including customer feedback, periodic audits, and routine inspections, establishing metrics for measuring compliance and performance. Critical elements such as student attendance reporting, course completion documents, and instructor qualifications are outlined with expected accuracy and timeliness benchmarks. It mandates that contractors uphold specific standards, including a maximum error rate of 0% for most documentation and a limit of 20% for instructor turnover. The QASP aims to provide systematic oversight to ensure government funding correlates with quality service delivery, emphasizing the necessity for accurate records and continuous compliance with federal regulations. This document embodies the government's commitment to maintaining high standards in contractual relationships and effective service provision through vigilant quality monitoring.
Mar 26, 2025, 4:05 PM UTC
The document outlines the performance metrics and standards for contractors delivering Incident Command System (ICS) and Oil & Hazardous Substance Tabletop Exercise (OHSTTX) courses. It details the key deliverables such as student attendance sheets, course completion reports, student critiques, key personnel retention, audits, and invoicing. Each deliverable includes requirements for accuracy and timeliness, with a maximum allowable error rate of 0% in most cases. The contractor must submit completed documentation within specified timeframes, with consequences for non-compliance recorded on a "past performance report card." Compliance with FAR 52.222-50 regarding human trafficking is also mandated, emphasizing the contractor's accountability. Timely submission and accuracy are crucial to avoid increased oversight and corrective actions. The document serves as a guideline for ensuring quality training and performance standards within government contract parameters.
Mar 26, 2025, 4:05 PM UTC
Mar 26, 2025, 4:05 PM UTC
The Naval Supply Systems Command (NAVSUP) Fleet Logistics Center Norfolk intends to award a firm-fixed-price Indefinite Delivery Indefinite Quantity (IDIQ) contract for Incident Command System and Oil and Hazardous Substance Tabletop Exercise Courses. This procurement is set as a 100% Small Business Set-Aside under NAICS code 611430, with a size standard of $15 million. The contractor will provide services per the Performance Work Statement (PWS) at the Naval Safety and Environmental Training Center in Norfolk, VA. Key dates include the solicitation availability around March 27, 2025, and a question deadline of April 2, 2025. Vendors must submit their quotes electronically; details on pricing and technical requirements are outlined in specified volumes, with an emphasis on the technical approach over price. Evaluation criteria prioritize quality control plans, contingency strategies, and past performance relevancy. An effective contract management structure involves designated officers for contracting, administration, and performance oversight. The contract period is expected to last five years, commencing on or after October 1, 2025. This solicitation underscores the government's support for small businesses while aiming for high standards in environmental and safety training.
Lifecycle
Title
Type
Combined Synopsis/Solicitation
Similar Opportunities
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.
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 instruction in access, rigging, extrication, and heavy-lift operations, with a focus on safety and operational readiness. The contract will be structured as an Indefinite Delivery, Indefinite Quantity (IDIQ) agreement, with a total potential value of $1,840,000 over a five-year period, including a one-year base period and four one-year options. Interested contractors must submit their proposals by the specified deadline and ensure they are registered in the SAM database prior to contract award; for inquiries, contact Christine Jordan at christine.jordan@navy.mil or 619-556-6121.
USCG Tank Vessel Inspector Course
Buyer not available
The Department of Homeland Security, specifically the U.S. Coast Guard, is seeking qualified vendors to provide administrative and technical support for the Tank Vessel Inspector Course (TVIC). The procurement involves conducting a five-day training course, which includes 1.5 days of instruction by the Coast Guard for up to 25 participants, aimed at enhancing inspector knowledge on tank vessel designs, operations, and compliance exam procedures. This initiative underscores the government's commitment to maritime safety through structured educational programs, with the contract structured as a firm-fixed price Indefinite Delivery Indefinite Quantity (IDIQ) for a base period of 12 months and four additional 12-month options. Interested companies must submit their capabilities by April 10, 2025, and direct any questions to the contracting officer, Brenda Taylor, at Brenda.S.Taylor2@uscg.mil by April 4, 2025.
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.
SURFACE NAVY CURRICULUM AND TRAINING DEVICE DEVELOPMENT - N6134025R0043
Buyer not available
The Department of Defense, through the Naval Air Warfare Center Training System Division (NAWCTSD), is seeking information from small businesses capable of supporting the development of courseware and training devices for the Surface Navy's Hull, Mechanical, and Engineering (HM&E) sectors. The procurement aims to create new training materials and modify existing curricula across various naval training areas, including firefighting, navigation, and amphibious warfare. This initiative is crucial for enhancing the training capabilities of the Surface Navy and will be conducted under an Indefinite Delivery/Indefinite Quantity (IDIQ) contract, valued at approximately $99 million, with an anticipated award timeframe in the third quarter of FY26. Interested parties, particularly those classified as HUBZone, 8(a), Service-Disabled Veteran-Owned, and Woman-Owned small businesses, should contact Lisa Castelli at lisa.m.castelli2.civ@us.navy.mil or Duane Drury at duane.p.drury.civ@us.navy.mil to express their interest and demonstrate their technical capabilities.
Incident Command Systems
Buyer not available
The Department of Defense, specifically the Department of the Navy, is seeking proposals for the procurement of Incident Command Systems and related equipment for the Naval Submarine Base in Groton, Connecticut. The contract includes the supply of two Case Commander Incident Command Systems, two radio holders, and three sets of engraved tags, all of which are critical for effective emergency response operations. This procurement emphasizes the importance of organized identification and operational readiness in emergency management contexts, ensuring that personnel and equipment are easily identifiable during operations. Interested vendors must submit their quotes by 5:00 PM EST on April 9, 2025, to the designated contacts, Stephanie Brass and Stephanie Neale, via email, and must be registered in the System for Award Management (SAM) to be eligible for the award.
Waterfront Operations, Naval Surface Warfare Center, Carderock Division (NSWCCD)
Buyer not available
The Department of Defense, through the Naval Surface Warfare Center, Carderock Division (NSWCCD), is seeking contractor support for Waterfront Operations at its Norfolk, Virginia facility. The procurement aims to secure services related to program management, operational oversight, maintenance, and repair of small watercraft, as well as compliance with safety regulations and logistical support. These services are critical for maintaining operational readiness and safety standards for military and governmental watercraft, ensuring effective service delivery in defense-related maritime activities. Interested small businesses are encouraged to respond to the Request for Information (RFI) by submitting their capabilities and experiences, with the anticipated contract award expected to be a cost-plus-fixed-fee (CPFF) indefinite delivery indefinite quantity (IDIQ) contract, projected to be solicited by June 2025. For further inquiries, interested parties may contact Caroline Lira at caroline.x.lira.civ@us.navy.mil or Mike Rossik at michael.e.rossik.civ@us.navy.mil.
Military Sealift Command Unlicensed Mariner to Licensed Mariner (AB to Mate) Training Program
Buyer not available
The Department of Defense, through the Military Sealift Command, is soliciting proposals for a training program aimed at transitioning Unlicensed Mariners to Licensed Mariners (AB to Mate) in Norfolk, Virginia. The program's objective is to provide comprehensive training that includes USCG-approved courses, full-mission bridge simulations, and support for licensing examinations, while ensuring safe and comfortable facilities for participants. This initiative is critical for enhancing the technical proficiency and operational safety of civil service mariners, aligning with regulatory compliance and maritime safety standards. Interested contractors should refer to the solicitation documents for detailed requirements and submit their proposals, including pricing information, by the specified deadlines. For inquiries, contact Jordan Castellat at jordan.r.castellat.civ@us.navy.mil or Jim Ellis at james.p.ellis54.civ@us.navy.mil.
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.
U--Anti-terrorism/Navy Security Force Instructor - East Region
Buyer not available
Special Notice DEPT OF DEFENSE DEPT OF THE NAVY: The NAVSUP Fleet Logistics Center (FLC) Norfolk is holding an Industry Day to gather market research for the acquisition of Instructor support services for the Center for Security Forces (CENSECFOR). The services will involve delivering Anti-terrorism/Navy Security Forces (ANTSF) training courses to Navy personnel, Government civilians, and contractors in the East Region. The Instructors will be responsible for presenting course curriculums, grading student performance, providing remediation assistance, adhering to safety protocols, and providing logistical support. The Industry Day will provide information on program requirements, acquisition strategy, competition timeline, and networking opportunities. The conference will be held in the Norfolk/Virginia Beach region in Virginia on June 21, 2017. Registration is required by June 14, 2017.