Structured Process Improvement Facilitation Services
ID: N3904025WORKSHOPType: Sources Sought
Overview

Buyer

DEPT OF DEFENSEDEPT OF THE NAVYPORTSMOUTH NAVAL SHIPYARD GFPORTSMOUTH, NH, 03801-5000, USA

NAICS

Professional and Management Development Training (611430)

PSC

EDUCATION/TRAINING- TRAINING/CURRICULUM DEVELOPMENT (U008)
Timeline
    Description

    The Department of Defense, specifically the Portsmouth Naval Shipyard, is seeking qualified contractors to provide structured process improvement facilitation services through a Sources Sought Notice. The primary objective is to conduct approximately 24 two-day workshops over a 12-month period, aimed at enhancing the problem-solving capabilities of Government teams by analyzing processes, identifying inefficiencies, and implementing sustainable improvements. These workshops will require the contractor to facilitate on-site sessions, provide necessary materials, and ensure effective knowledge transfer in a "train-the-trainer" format, while also provisioning user licenses for a cloud-based Collaborative Process Mapping and Improvement Tool. Interested parties are encouraged to submit a capability statement by email to Lisa Fielding, with responses due by the specified deadline, and should note that this notice does not constitute a Request for Proposal or guarantee future procurement.

    Files
    Title
    Posted
    This Performance Work Statement (PWS) outlines the requirement for a contractor to provide structured process improvement workshop facilitation services to the Portsmouth Naval Shipyard (PNSY). The contractor will deliver approximately 24 two-day workshops over a 12-month base period, aiming to equip Government teams with problem-solving skills to analyze processes, identify inefficiencies, and implement sustainable improvements. Key responsibilities include scheduling and mobilizing workshops, facilitating on-site sessions focusing on process analysis, problem identification, solution development, and action planning. The contractor must also provide workshop materials, post-workshop action reports, and facilitate knowledge transfer to Government personnel in a "train-the-trainer" capacity. Additionally, the contractor is required to provision user licenses for a cloud-based Collaborative Process Mapping and Improvement Tool, ensuring it meets specified functional requirements for real-time mapping, task assignment, and action item tracking. All services will be performed on-site at PNSY, Kittery, Maine, with the Government retaining unlimited rights to all deliverables. Performance will be monitored against objectives for technical quality, adherence to schedule, and effective knowledge transfer and software provisioning.
    Lifecycle
    Title
    Type
    Similar Opportunities
    Outward Mindset Training
    Dept Of Defense
    The Department of Defense, specifically the Norfolk Naval Shipyard, is seeking procurement services for Outward Mindset Training. This training is aimed at enhancing professional and management development within the organization, aligning with the NAICS code 611430, which pertains to professional and management development training. The importance of this training lies in its potential to foster a collaborative and effective work environment, ultimately contributing to the operational efficiency of the naval shipyard. Interested vendors can reach out to Christopher Vieira at christopher.f.vieira.civ@us.navy.mil or by phone at 757-396-8372, or contact Crystal Porter at crystal.p.porter.civ@us.navy.mil or 757-396-8366 for further details.
    Exceptional Training
    Dept Of Defense
    The Department of Defense, through the Naval Air Warfare Center, is seeking to procure specialized training services from Exceptional Difference LLC, focusing on TPI/TSP/PSP methodologies and systems engineering-centric training. This procurement is a continuation of existing training integrated into engineering development systems, and Exceptional Difference is the sole source capable of fulfilling this requirement. Interested firms that believe they can meet the specified needs are invited to submit a written response, including a capability statement, within five days of this notice's publication, referencing solicitation number N6893626Q5054. For further inquiries, interested parties may contact Beth Exzabe at beth.a.exzabe.civ@us.navy.mil or Deborah Sorem at deborah.sorem2.civ@us.navy.mil.
    Naval Surface Warfare Center Carderock Division Qualitative Data Training
    Dept Of Defense
    The Naval Surface Warfare Center (NSWC) Carderock Division is seeking contractor services to design and deliver a comprehensive qualitative data training program aimed at enhancing the skills of government teams in qualitative data analysis and narrative development. This training initiative will include asynchronous self-paced modules, interactive virtual workshops, and a multi-day in-person capstone event, with a focus on equipping participants with the necessary skills to articulate the value and impact of NSWC initiatives effectively. Interested vendors should demonstrate relevant experience, particularly in federal agencies and qualitative research methodologies, and are encouraged to 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. This opportunity falls under NAICS Code 611430, with a size standard of $15 million, and is classified as a sources sought notice, meaning no contract will be awarded from this notice.
    Redacted SAP Single Source Determination
    Dept Of Defense
    The Department of Defense, specifically the Department of the Navy through the NAVFAC Systems and Expeditionary Warfare Center, is seeking a contractor to provide leadership training aimed at enhancing leadership capabilities within NAVFAC EXWC. The training program will focus on key areas identified in the DEOCS survey and individual development plans, including decision-making, effective communication, conflict mediation, team leadership, and collaboration. This initiative is crucial for fostering a more effective leadership culture within the organization. Interested parties can reach out to Matthew Duong at matthew.h.duong.civ@us.navy.mil or Jonathan Demorest at jonathan.p.demorest.civ@us.navy.mil for further details regarding this opportunity.
    NUWC Division, Keyport and NSLC Mechanicsburg SeaPort/Service Contract Forecast
    Dept Of Defense
    The Department of Defense, through the Naval Undersea Warfare Center (NUWC) Division Keyport and the Naval Sea Logistics Center (NSLC) Mechanicsburg, is forecasting numerous service contract opportunities primarily under NAICS code 541330 (Engineering Services) utilizing the Seaport contract vehicle. These contracts encompass a wide array of support services, including acoustic trial and range sustainment, engineering and technical support, logistics, information technology, and business administration, with many contracts set aside for small businesses, including Service-Disabled Veteran-Owned Small Businesses (SDVOSB) and Women-Owned Small Businesses (WOSB). The ongoing procurement activities indicate a robust demand for these services, with several contracts pending award or anticipated follow-on RFPs in the near future. Interested parties can reach out to David Walz at david.e.walz.civ@us.navy.mil or call 360-315-6791 for further information.
    PNSY Diesel Generator Maintenance
    Dept Of Defense
    The Department of Defense, through the Portsmouth Naval Shipyard (PNSY) in Kittery, Maine, is seeking sources capable of providing comprehensive maintenance services for diesel generators. The procurement requires contractors to deliver all necessary labor, equipment, tools, materials, replacement parts, and supervision to perform both scheduled preventive maintenance and unscheduled remedial maintenance, adhering to strict response times for emergent repairs. This contract is crucial for ensuring the operational readiness and reliability of the generators, which are vital for various naval operations. Interested parties must respond to this Sources Sought Notice by providing their company information, capabilities, and relevant qualifications to Marilyn Fletcher at marilyn.g.fletcher2.civ@us.navy.mil by the specified deadline. The anticipated contract will include a base year plus up to four option years, with a total small business set-aside under NAICS Code 811310.
    Professional Support Services for PEO USC PMS 420 and PMS 495
    Dept Of Defense
    The Department of Defense, through the Naval Surface Warfare Center (NSWC) Crane Division, is seeking information from SeaPort-NxG MAC holders regarding Professional Support Services for the Program Executive Office Unmanned and Small Combatants (PEO USC) Littoral Combat Ship Mission Modules (PMS 420) and Mine Warfare (PMS 495). The procurement aims to gather capabilities for various task areas, including program management, technical and system engineering support, logistics, and mission module operations, to enhance the existing personnel and processes within the program offices. This sources sought notice is intended for market research purposes and to assess the potential participation of small businesses, with a total estimated labor requirement of 1,531,405 hours, categorized into junior, mid, and senior labor levels. Interested parties must submit their capability statements electronically by December 30, 2025, to the designated contacts, Logan Kelley and Jonathan Dickinson, with specific formatting and content requirements outlined in the notice.
    USNS PREVAIL (TSV-1) DPMA- Synopsis
    Dept Of Defense
    Presolicitation DEPT OF DEFENSE DEPT OF THE NAVY is seeking a contractor for the execution of the USNS Prevail (TSV-1) Drydock Phased Maintenance Availability (DPMA) in Portsmouth, VA. The availability will include hull gauging and repairs, as well as electrical, mechanical, piping, and structural repairs. Offerors must possess a valid Master Ship Repair Agreement (MSRA) or Agreement for Boat Repair (ABR) to be eligible for the award. This is a total small business set-aside procurement with a Firm Fixed Price arrangement. The contract will be awarded based on technical, past performance, and price evaluation factors. The place of performance is restricted to the Norfolk, VA homeport area. The complete proposal request (RFP) Package will be available for download on SAM.gov around August 1, 2023. For more information, contact Kiana Hamilton at kiana.hamilton@navy.mil.
    USNS POINT LOMA POST-SHAKEDOWN AVAILABILITY
    Dept Of Defense
    The Department of Defense, specifically the Department of the Navy, is seeking proposals for the Post-Shakedown Availability of the USNS POINT LOMA (T-EPF 15). The contractor will be responsible for preparing and executing the necessary work as outlined in the solicitation, with the performance period anticipated from August 3, 2026, to October 31, 2026, at the contractor's facility located on the East Coast or Gulf. This contract is a total small business set-aside, reflecting the expectation of receiving multiple proposals from small businesses, and interested parties must submit a non-disclosure agreement to access sensitive technical data related to the project. For further inquiries, potential bidders can contact Matias Parker at matias.l.parker.civ@us.navy.mil or Jerica Bray at jerica.e.bray.civ@us.navy.mil, with the solicitation expected to be available around January 6, 2026.
    Multi-Ship Sustainment Partnerships (MSSP)
    Dept Of Defense
    The Department of Defense, through the Naval Sea Systems Command (NAVSEA), is conducting market research for the establishment of Multi-Ship Sustainment Partnerships (MSSP) aimed at enhancing the maintenance and repair of DDG-51 Class ships in Norfolk, VA, and San Diego, CA. The MSSP initiative seeks to create long-term maintenance contracts by grouping the Navy's DDG-51 Class ships into clusters of 3 to 6 vessels, allowing industry partners to compete for continuous and short-term maintenance work, thereby improving fleet readiness and providing stability to the industrial base. Interested companies are required to submit a notice of interest by January 16, 2026, detailing their capabilities, past performance, and responses to specific inquiries regarding their business size and operational capacity. For further information, companies can contact CDR Luis Escobar at luis.c.escobar.mil@us.navy.mil or LT RaeChaun Edwards at raechaun.a.edwards.mil@us.navy.mil.