Sales Force Training Materials and Services
ID: M00263-25-R-1005Type: Solicitation
Overview

Buyer

DEPT OF DEFENSEDEPT OF THE NAVYCOMMANDING GENERALPARRIS ISLAND, SC, 29905-9001, USA

NAICS

Professional and Management Development Training (611430)

PSC

EDUCATION/TRAINING- TRAINING/CURRICULUM DEVELOPMENT (U008)

Set Aside

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

    The Department of Defense, specifically the Department of the Navy, is soliciting proposals for Sales Force Training Materials and Services through Solicitation number M00263-25-R-1005. The procurement aims to establish a Firm Fixed Price Indefinite Delivery Indefinite Quantity (IDIQ) contract with a five-year ordering period, focusing on the development and delivery of comprehensive training materials and services essential for Marine Corps recruiting personnel. This opportunity is set aside for small businesses, with a total funding amount of approximately $10,876,758 across multiple years, and proposals are due by November 28, 2025. Interested parties should direct inquiries to Captain Zach Keener at zachary.e.keener.mil@usmc.mil or Kacy Mohead at kacy.m.mohead@usmc.mil for further details.

    Point(s) of Contact
    Files
    Title
    Posted
    This document is an amendment to Solicitation/Modification of Contract M0026325R1005, primarily extending the closing date from November 14, 2025, to November 28, 2025. Key changes include modifications to the Performance Work Statement (PWS) C.5.25.1.4, which now specifies "Wall Charts" (0025AD) instead of "Card Set(s)" (originally 0025AE) for Digital Engagement RSS. The amendment also adds sections for Vendor Questions and Answers (G) and special instructions (H). Additionally, quantities for CLIN 0001AE, 0005AB, and 0005AC have been updated, and attachments (7)-(9) have been added, with corresponding verbiage updates in Addendum(s) to 52.212-1 and 52.212-2.
    This government solicitation amendment, M0026325R1005 0001, extends the offer due date from October 31, 2025, to November 14, 2025, and deletes subparagraph G from section II, paragraph C, within clause 52.212-1. The Regional Contracting Office, Parris Island, seeks a single Firm Fixed Price Indefinite Delivery Indefinite Quantity contract with a five-year ordering period, intending to award without discussions. Proposals must adhere to strict formatting, page limits, and submission guidelines, including a 5MB email attachment limit. Submissions require an Executive Summary, Letter of Transmittal, and must be organized into four volumes: Completed RFP, Technical Capability Proposal, Past Performance, and Price. The Technical Capability Proposal mandates detailed responses on curriculum quality, management, sample materials, and a management/communication plan, including the Program Manager's resume. Offerors must identify any organizational conflicts of interest and acknowledge all amendments. Past performance information, covering up to three recent and relevant contracts within the last five years, is also required. The Price Volume must contain a completed spreadsheet of proposed firm-fixed prices for all Contract Line Items.
    The document outlines print specifications for various participant and facilitator kits, including MC3-BRC, MCPS, Ethics, and CRSC MC3 ECS programs, updated as of September 2, 2025. These kits comprise coil-bound books, binders, laminated cards, DVDs, CDs, and large wall charts, with detailed instructions on page counts, finished sizes, paper weights, colors, binding methods, and special notes. Specific components like cover sheets, pre-work materials, mastery exams, skill cards, and participant guides are included. The file also details shrinkwrap configurations for participant kits and specific assembly instructions for facilitator binders, tabs, and discs. Key updates across the kits include new units, updated wall charts, and revised copyright dates for banners, emphasizing comprehensive and organized delivery for each program.
    The document outlines print specifications for three distinct government kits: the MACC Participant Kit (0012AA), the Marketing for Recruiting Facilitator Kit (0012AB), and the MEPSC Participant Kit (0013AA), MEPSC Facilitator Kit (0013AB), and SNCOIC Participant Kit (0014AA) and SNCOIC Facilitator Kit (0014AB). Each kit details specific components, including cover sheets, skill cards, field guides, participant guides, activity cards, and various support materials like DVDs, CDs, and wall charts. The specifications cover page count, number of sets, finished size, single/double-sided printing, finish (e.g., laminated, 3-hole drilled), paper weight, color, and binding methods (e.g., saddle-stitched, coil bound, stapled, binder). Special notes provide instructions for shrinkwrapping, placement of items within kits, and custom logos. These detailed print specifications are crucial for the consistent production and assembly of these government training and informational materials.
    The document outlines print specifications for various kits, including “DE Sustainment Participant Kit” (0025AA), “DE Sustainment Facilitator Kit” (0025AB, 0025AC, 0025AD), “DE Management and Analysis Participant Kit” (0026AA), “DE Management and Analysis Facilitator Kit” (0026AB, 0026AC, 0026AD, 0026AE), “MC4 Reinforcement for PSR Facilitator Kit” (0027AA, 0027AB, 0027AC), and “MC3-PSR Sustainment Facilitator Kit” (0028AA, 0028AB). Each kit details file names, page counts, number of sets, finished size, single or double-sided printing, finish, paper weight, color, and binding. Specific instructions are provided for collation, binder labels, tabs, CD/DVD contents, and packaging, such as shrink-wrapping and poly-bagging card sets. The specifications ensure consistent production of training materials for different programs.
    The Marine Corps Recruiting Management Course (RMC) provides comprehensive training for recruiting personnel, covering various aspects from individual communication styles to strategic program management and leadership. The course includes modules on understanding different communication styles, managing a budget, and team debriefs. It also introduces models like the Knowledge, Skill, System, and Attitude Diagnosis (KSSA) and Peak Performance to enhance recruiter effectiveness. Key programs covered include High School/Community College (HS/CC), Prior Service Contact (PPC), Pool, and Command Recruiting (CDR), detailing their goals, practical applications, and reporting requirements. The curriculum emphasizes organizational structure, asset mapping, and leadership development, focusing on influencing skills, self-awareness, and the roles of SNCOICs and 8412s. Furthermore, it addresses the Officer Selection Officer (OSS) mission, Military Entrance Processing Station (MEPS) liaison duties, and the role of the Marketing and Advertising Campaign (MAC) in brand representation and annual marketing planning. The RMC concludes with preparation for Command Group Accountability Program (CGAP) simulations and best practices for conducting site visits and trip report evaluations, aiming to equip Marine Corps personnel with the necessary tools for successful recruiting and command group leadership.
    This document is a Photography/Image Release form for individuals appearing in content created by a contractor for the United States Marine Corps. It outlines the consent for the production, reproduction, and use of likeness, name, voice, and statements in various media, including print, broadcast, and online, for any Marine Corps purpose worldwide in perpetuity. The release confirms that no further approval or compensation will be required. The contractor acknowledges the Marine Corps as the absolute owner of the content, including copyrights, and grants an irrevocable, paid-up, worldwide license for its use, modification, and disclosure. Individuals certify they are at least 18 years old, have the right to contract, and that their statements reflect their own opinions, binding their heirs and representatives. The contractor representative also confirms their authorization to enter into the release and assign all rights to the content.
    The provided government file, consisting solely of the word “SIGN” repeated twice, lacks substantive content to identify a main topic, key ideas, or supporting details within the context of government RFPs, federal grants, or state/local RFPs. The document's brevity and lack of context prevent any meaningful analysis or summary beyond its literal text. Therefore, no comprehensive summary can be crafted that aligns with the typical requirements for government documents.
    This document outlines the assignment of intellectual property rights from a contractor to the U.S. Marine Corps (USMC) and the U.S. Government for work performed under a federal contract. The contractor agrees that all copyrights and other intellectual property rights, including renewals and extensions, for any creative work produced, will be transferred to the Government. This includes any additions or modifications made to the work on behalf of the Government. The USMC/MCRC and/or the U.S. Government will be the absolute owners of all tangible property and intellectual property rights associated with the work. The contractor is required to consolidate all intellectual property rights and provide either an assignment of these rights or a license under DFARS section 252.227-7020. The contractor also agrees to provide further information and execute necessary documents to evidence the Government's ownership of these rights. No further approval is needed from the contractor for the Government's use of the work.
    This government file outlines a comprehensive list of training courses and associated materials for various Marine Corps recruitment and leadership programs. The document details different kits (Participant, Facilitator), guides, card sets, wall charts, and banners for courses such as Marine Corps Communication and Consulting Basic Recruiter School (MC3-BRC), Marine Corps Presentation Skills (MCPS), Ethics SNCOIC/Command Group/Recruiter, Recruiting Management Course (RMC), Assistant Recruiting Instructor Course (ARIC), Officer Selection Assistant Course (OSAC), and others. Each item specifies the unit of issue, maximum quantity, and delivery locations, primarily MCRD San Diego, CA, Herndon, VA, and various Marine Corps Districts (1MCD, 4MCD, 6MCD, 8MCD, 9MCD, 12MCD), or any CONUS location specified in the Task Order. The file also includes fiscal year funding, totaling $10,876,758 across multiple years, with performance requirements referenced in PWS Section C.2, C.4, and C.5.
    This government file, Solicitation Number M0026325R1005, issued on October 1, 2025, is a Request for Proposal (RFP) for various Marine Corps training courses and associated materials. The RFP is set aside for small businesses, with a NAICS code of 611430 and a size standard of $15,000,000. The offer due date is October 31, 2025, at 4:00 PM local time. The services primarily involve providing participant kits, facilitator kits, facilitator guides, card sets, wall chart sets, banners, and other related materials for courses such as the Marine Corps Communication and Consulting Basic Recruiter Course (MC3-BRC), Marine Corps Presentation Skills (MCPS), Ethics SNCOIC/Command Group/Recruiter, Marine Corps Communication and Consulting/Essential Communication Skills Career Retention Specialist Course (MC3/ECS-CRSC), Career Planner Course/Advanced Tools for Coaching (CPC/AT4C), Marine Corps Communication and Consulting Basic Prior Service Recruiting Course (MC3-BPSRC), Marine Corps Communication, Consulting, Coaching and Counseling (MC5), Recruiting Management Course (RMC), Assistant Recruiting Instructor Course (ARIC), Marine Corps Communication and Consulting/OSO Course (MC3-OSOC), Leadership Workshop/Officer Selection Office Course (LW-OSOC), Marketing and Communication Course-Marine Corps Communication and Consulting/Effective Communication Skills (MACC-MC3/ECS), Military Entrance Processing Station Liaison Course (MEPS), Staff Non-Commissioned Officer in Charge Course/Marine Corps Communication, Coaching and Counseling (SNCOIC Course/MC4), Marine Corps Communication and Consulting-Sustainment modules 1-5 (MC3-Sus), and Marine Corps Communication, Coaching and Counseling-Reinforcement (MC4-R). These materials are to be shipped to various CONUS locations, including MCRD San Diego, CA, Leesburg, VA, Herndon, VA, Brooklyn, NY, Columbus, OH, MCRD Parris Island, SC, Fort Worth, TX, Great Lakes, IL, and other specified locations in task orders. All items are Free On Board (FOB) Destination, and performance requirements are detailed in PWS Section C.2, C.4, and C.5.
    Lifecycle
    Title
    Type
    Solicitation
    Similar Opportunities
    Military Free Fall Training Support Services
    Buyer not available
    The Department of Defense, through the Naval Supply Systems Command (NAVSUP) Fleet Logistics Center Norfolk, is seeking to award a Firm Fixed Price indefinite delivery indefinite quantity (IDIQ) contract for Military Free Fall (MFF) Training Support Services for the Commander, Explosive Ordnance Disposal Group TWO (COMEODGRU TWO). The contractor will be responsible for providing fully qualified Accelerated Free Fall Instructors, parachute riggers, and other personnel necessary for instructional support and quality assurance inspection related to the course of instruction. This procurement is crucial for maintaining the operational readiness and training standards of military personnel involved in explosive ordnance disposal operations. The solicitation is expected to be available on or around February 2, 2026, and interested contractors should direct inquiries to Sherell Brown at sherell.g.brown.civ@us.navy.mil or Morgan Olszak at morgan.e.olszak.civ@us.navy.mil.
    Multiple Award Indefinite Delivery Indefinite Quantity (MA IDIQ) Contracts for Leasing Multi-Functional Devices (MFDs) for Navy Marine Corps Intranet (NMCI)
    Buyer not available
    The Defense Logistics Agency (DLA) is seeking qualified sources for Multiple Award Indefinite Delivery Indefinite Quantity (MA IDIQ) contracts to lease Multi-Functional Devices (MFDs) and associated services for the Navy Marine Corps Intranet (NMCI). The procurement aims to provide MFDs, accessories, and office document devices, along with installation, maintenance, training, and network security services for a period of up to 60 months at a flat rate. These contracts are crucial for ensuring efficient document management and operational support within the Department of the Navy. Interested companies must submit a capabilities package by December 12, 2025, and direct any questions by November 14, 2025, to the designated contacts, Matthew O’Brien and Jennifer DeWease, via their provided emails.
    F-35 "Lightning II" Training Systems and Simulation
    Buyer not available
    The Department of Defense, specifically the Department of the Navy's NAWC Training Systems Division, is seeking to issue a sole-source Indefinite Delivery Indefinite Quantity (IDIQ) contract for the F-35 "Lightning II" Training Systems and Simulation. This contract aims to provide a comprehensive range of services, including analysis, modeling, simulation, design, development, production, modification, test and evaluation, and product support for F-35 training systems and simulation products, ensuring realistic training events for pilots, aircrew, and maintainers. The integration of these capabilities into the Training Infrastructure System (TIS) Operational Environment is crucial for the effective training of personnel on the complex F-35 air system. Interested parties may respond to the sources sought notice within 15 calendar days to identify their capabilities; however, the government is not obligated to award a contract and will not cover any costs incurred in preparing responses. For further inquiries, contact Tara Malloy-Paull at tara.malloy-paull@jsf.mil or Michael Donaldson at Michael.donaldson2@jsf.mil.
    CH-53K HMHT-302 Training Program Curriculum Revisions - Sources Sought Notice
    Buyer not available
    The Department of Defense, through the Naval Air Warfare Center Training Systems Division (NAWCTSD), is seeking Service-Disabled Veteran-Owned Small Businesses (SDVOSB) to provide curriculum sustainment transition services for the U.S. Marine Corps Heavy Helicopter Training Squadron (HMHT-302) and Heavy Helicopter Squadron (HMH-461). The procurement aims to sustain operator and maintenance training curricula for the CH-53K helicopter, including the development and revision of Interactive Multimedia Instruction (IMI) levels 1-4. This initiative is critical for maintaining the operational readiness and effectiveness of the Marine Corps' heavy lift capabilities. Interested parties must respond by November 20, 2025, detailing their capabilities and relevant experience, as the anticipated Request for Proposal (N6134026R0013) is expected to be released in the second quarter of 2026, with a contract performance period of 48 months. For further inquiries, contact Caitlyn Ersek at caitlyn.e.ersek.civ@us.navy.mil or Evan Denove at evan.t.denove.civ@us.navy.mil.
    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.
    RFP 693JF726R000002
    Buyer not available
    The Department of Transportation, through the Maritime Administration (MARAD), is soliciting proposals for RFP 693JF726R000002, aimed at providing career services and workforce development support for the U.S. Merchant Marine Academy (USMMA) and State Maritime Academies (SMAs). The contract, which is a 100% Total Small Business Set-Aside, encompasses a base year from April 1, 2026, to March 31, 2027, with four additional one-year options, focusing on individualized career counseling, job placement assistance, and workforce assessments to enhance the maritime workforce. This initiative is critical for maintaining a qualified maritime workforce and includes optional outreach to K-12 students to promote maritime education. Proposals are due by December 22, 2025, and interested parties should direct inquiries to Durba Ray at durba.ray@dot.gov, with all submissions and past performance questionnaires required to be emailed by the specified deadlines.
    Design-Build/Design-Bid-Build, Indefinite Delivery/Indefinite Quantity (IDIQ) Multiple Award Construction Contract (MACC) for General Construction Services for NAVFAC Mid-Atlantic's Marine Corps Installations (MCI) East AOR
    Buyer not available
    The Department of Defense, through the Naval Facilities Engineering Command (NAVFAC) Mid-Atlantic, is seeking qualified contractors for a Design-Build/Design-Bid-Build (DB/DBB) Indefinite Delivery/Indefinite Quantity (IDIQ) Multiple Award Construction Contract (MACC) for general construction services at Marine Corps Installations (MCI) East, covering North and South Carolina. The procurement aims to award approximately five Firm Fixed Price (FFP) contracts, with a total estimated construction cost not exceeding $975 million over five years, focusing on projects ranging from $25 million to $150 million, including the initial seed project, the P-1538 SOF Armory at Camp Lejeune, NC. This initiative is critical for enhancing military infrastructure and ensuring compliance with safety and environmental regulations. Proposals are due by 2:00 PM local time on September 23, 2025, and interested parties can contact James Godwin at james.a.godwin41.civ@us.navy.mil or 757-341-1999 for further information.
    Pilot and Aircrew Curriculum Revision and Maintenance (PACRM) Multiple Award Contract (MAC) II
    Buyer not available
    The Department of Defense, specifically the Naval Air Warfare Center Training Systems Division (NAWCTSD), is seeking qualified sources for the Pilot and Aircrew Curriculum Revision and Maintenance (PACRM) Multiple Award Contract (MAC) II. This procurement aims to provide essential services for the revision and maintenance of training programs for Navy and Marine Corps personnel, ensuring the accuracy and currency of various curricula and electronic classroom systems. The PACRM MAC II will facilitate streamlined and responsive procurements to meet the long-term training needs of Naval and Marine Corps commands, as well as other government training support activities. Interested parties, particularly Service-Disabled Veteran-Owned Small Businesses (SDVOSBC), should contact Kelly Stevens at kelly.m.stevens4.civ@us.navy.mil or call 407-380-4143 for further details, with the contract anticipated to be awarded by August 26, 2025.
    Unmanned Maritime Systems Support (UMSS)
    Buyer not available
    The Department of Defense, through the Naval Information Warfare Center (NIWC) Pacific, is soliciting proposals for Unmanned Maritime Systems Support (UMSS) under Request for Proposal (RFP) No. N6600126R0018. The procurement aims to provide comprehensive services including design, fabrication, integration, testing, and maintenance of unmanned maritime systems that support various U.S. Navy missions, such as explosive ordnance disposal and anti-submarine warfare. This contract is crucial for advancing the Navy's capabilities in both current and future maritime operations, with an anticipated award of multiple indefinite-delivery, indefinite quantity (IDIQ) contracts over an eight-year period. Interested firms should note that the RFP response deadline is extended to December 11, 2025, and for inquiries, contact Paige Miller at paige.r.miller5.civ@us.navy.mil or call 619-553-4386.
    CNATRA COMS Notice of Tentative Acquisition Strategy under FTSS V MAC Lot I and DRAFT RFP
    Buyer not available
    The Department of Defense, through the Naval Air Warfare Center Training Systems Division (NAWCTSD), is seeking proposals for Contractor Operations and Maintenance Services (COMS) under the Field Training Systems Support (FTSS V) Multiple Award Contract (MAC) for various Naval Air Stations. The procurement aims to provide comprehensive operational and maintenance support for Chief of Naval Air Training (CNATRA) at five locations, including NAS Corpus Christi, TX, and NAS Pensacola, FL, with a performance period of 62 months, starting with a base year and four option years. This contract is crucial for ensuring the effective training and operational readiness of naval aviation personnel. Interested parties should note that the anticipated release date for the Request for Proposal (RFP) is January 5, 2026, with proposals due shortly thereafter, and can contact Janet Fondriest at janet.l.fondriest.civ@us.navy.mil for further information.