The Naval Supply Systems Command (NAVSUP) Fleet Logistics Center (FLC), Norfolk Contracting Department, Pentagon Directorate Office, has issued RFQ N0018925RZ110, a combined synopsis/solicitation for commercial services. The solicitation seeks Information Technology (IT) shipboard systems instruction and technical training equipment (TTE) subject matter expert (SME) services for the Center for Information Warfare Training (CIWT) in Pensacola, FL, under the Water Front Training Delivery (WFTD) program. This is a firm-fixed-price (FFP) contract, anticipated to last one year from October 1, 2025, to September 30, 2026, with four one-year option periods and one six-month option period. The NAICS code is 611420 with a $16M small business size standard. SAIC is the incumbent provider. Proposals, including technical and cost/price, are due by 5:00 PM EST on August 11, 2025, and must be submitted via email to dennis.a.aquino2.civ@us.navy.mil. Contractors must be registered in SAM.gov.
The document outlines a Combined Synopsis/Solicitation (RFQ # N0018925RZ110) from the NAVSUP Fleet Logistics Center, Norfolk, seeking to procure Information Technology instruction and technical training equipment (TTE) subject matter expert (SME) services for the Center for Information Warfare Training (CIWT) in Pensacola, FL. The contract is anticipated to be firm-fixed-price over one year, starting October 1, 2025, with options for four additional years plus a six-month period.
Contractors are required to provide skilled SMEs with relevant instructor credentials and cybersecurity certifications to support advanced IT courses and technical assistance for TTE setup, troubleshooting, and repairs. The incumbent provider is Science Applications International Corporation (SAIC).
Submissions for technical and cost proposals are welcome from responsible sources, and registration in the System for Award Management (SAM) is mandatory. The timeline for quote submission is set to close on August 11, 2025. The document emphasizes compliance with various federal acquisition regulations and provides details on contract requirements and communication protocols.
This government Request for Proposal (RFP) N0018925RZ110 outlines requirements for Waterfront Training and Technical Support for the Center for Information Warfare Training (CIWT). The contractor will provide training and technical assistance for Information Technology (IT) courses, including developing materials, delivering sessions, troubleshooting, and maintaining technical equipment. Key courses include ADNS, CANES, NSVT, and ISSM, delivered at multiple IWTC/IWTS locations. The contract emphasizes strict security clearance requirements (SECRET FCL), cybersecurity compliance (DoD 8140.03), and robust contract administration, including monthly status and financial reports. The contractor must maintain a Quality Assurance Plan and adhere to government safety and intellectual property guidelines. The anticipated staffing includes Training Instructors, Program Managers, and Subject Matter Experts.
The document is an amendment to solicitation N1OPNAV20250178, detailing modifications to contract ID N0018925RZ110 for waterfront training services by the Center for Information Warfare Training (CIWT). The amendment addresses vendor queries and extends the proposal submission deadline to August 14, 2025. Key modifications include revised Performance Work Statement (PWS) sections and changes to CLIN descriptions focusing on training support, technical support, travel reimbursements, and associated cost constraints. Specific updates emphasize the expected staff roles, performance metrics, training management tasks, and the requirement for contractors to provide necessary resources while adhering to security clearance mandates. The document outlines clear expectations for training delivery logistics, technical equipment support, and the contractor's relationship with CIWT personnel. By ensuring alignment with government regulations, the amendment sets a comprehensive framework for prospective contractors to follow, offering insight into the contracting process for these services while maintaining a focus on performance-driven outcomes and establishing clear communication channels with CIWT. This amendment exemplifies the procedural complexities inherent in federal RFPs, reflecting an organized approach to solicit contractor engagement in government training initiatives.
The document outlines a Request for Proposal (RFP) for Waterfront Training and Technical Support to facilitate Information Warfare Courses at the Center for Information Warfare Training (CIWT). The contractor is responsible for delivering comprehensive training and technical assistance to ensure the effective development and execution of Information Technology (IT) programs within CIWT. Key tasks include training support, technical assistance, and performance reporting, along with the creation of training materials and course evaluations.
Contractors must possess a SECRET facility security clearance to access classified information and fulfill requirements outlined in various applicable Department of Defense documents. The project will involve direct coordination with the contracting officer and adherence to specific governance for contract administration and quality assurance processes. The contract explicitly emphasizes accountability, requiring detailed monthly status updates on training effectiveness and contract financials.
To support military personnel efficiently, the contractor needs to recruit highly qualified staff with extensive experience in specified subjects. Deliverables consist of program management reports, course completion reports, and quality assurance plans, all aimed at ensuring compliance with military training standards and effective resource management.
This government Request for Proposal (RFP) N0018925RZ110, issued on July 2, 2025, by NAVSUP FLC Norfolk Philadelphia Office, seeks proposals for Waterfront Training and Technical Support for the Center for Information Warfare Training (CIWT). The contract spans a base year from October 1, 2025, to September 30, 2026, with four one-year options. Proposals are due by August 11, 2025, 12:00 PM EST, submitted electronically via email to Dennis Aquino (dennis.a.aquino2.civ@us.navy.mil). Questions must be submitted by July 16, 2025, 12:00 PM EST. Proposals require two volumes: Volume I (Non-Price) covering Performance Approach, Past Performance, and Socio-Economic Plan (limited to 12 pages), and Volume II (Price), which is not page-limited. The non-price proposal is more important than the price proposal. The contractor must provide qualified training specialists and SMEs with at least seven years of experience and formal instructor credentials to deliver training and technical support for various Information Warfare courses and systems (e.g., AN/USQ-144 K(V)2, ADNS, CANES, NSVT, ISSM, JCC (MRTS 3D)) across multiple Navy locations. Key requirements include rapid stand-up of personnel, training expertise, technical support, curriculum maintenance, program management, and adherence to security clearance and cybersecurity certifications.
The Navy is soliciting proposals for providing waterfront training and technical support for the Center for Information Warfare Training (CIWT). This contract will span from October 1, 2025, to September 30, 2026, with four one-year options. The contractor is responsible for delivering IT training, developing instructional material, and providing technical assistance to ensure successful training delivery. Proposals must include a Non-Price Volume detailing the contractor's capability and past performance and a Price Volume specifying the firm-fixed price for a five-year period of performance. Emphasis is placed on quick recruitment of qualified personnel, technical proficiency, curriculum maintenance, and effective program management. Offerors must have experience in training-related technical support and cybersecurity, with specifics outlined for various courses related to information warfare. Additionally, contractors should submit their socio-economic plans to enhance small business participation. The solicitation encourages potential offerors to meticulously review contract requirements and submit questions in writing to the designated contracting officer. The document underscores the significance of compliance with security clearance and quality assurance standards throughout the contract duration, ensuring timely and effective delivery of services to meet the Navy’s operational and training needs.