Capability Maturity Model Integration (CMMI) Building Organizational Capability Training
ID: N6449825Q0246Type: Combined Synopsis/Solicitation
Overview

Buyer

DEPT OF DEFENSEDEPT OF THE NAVYNSWC PHILADELPHIA DIVPHILADELPHIA, PA, 19112-1403, 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, through the Naval Surface Warfare Center Philadelphia Division (NSWCPD), is seeking proposals from qualified small businesses to provide Capability Maturity Model Integration (CMMI) Building Organizational Capability training. The procurement aims to deliver two virtual training sessions, each accommodating up to 15 participants, to enhance the workforce competency of NSWCPD employees in CMMI V3.0 standards. This initiative is crucial for improving operational and technical proficiency within the naval workforce, aligning with broader organizational objectives. Interested vendors must submit their proposals to Brooke Steele at brooke.a.steele3.civ@us.navy.mil by 5:30 PM EST on August 19, 2025, with the contract being a Firm Fixed Price arrangement and set aside for small businesses.

    Point(s) of Contact
    Files
    Title
    Posted
    The DD Form 1423-1 serves as a Contract Data Requirements List (CDRL) used within the Department of Defense. It outlines the requirements for data deliverables concerning a government contract, including necessary data items to ensure contractor performance evaluation. Key elements include sections for contract information, data item specifications such as titles, frequencies, and submission dates, distribution statements, and pricing categorization for different types of data. The document also contains detailed instructions for both government personnel and contractors on completing the form, which addresses how to negotiate the pricing of data items based on their importance to contract performance. The form ensures compliance with governmental regulations and facilitates clear communication on data requirements essential for contract execution and oversight. Its structured approach aids in maintaining oversight over submissions and supports the overall management of government contracts.
    The DD Form 1423-1 is utilized by the Department of Defense to outline Contract Data Requirements, primarily focusing on the submittal processes for data items required under federal contracts. The form, approved by the Office of Management and Budget (OMB), estimates a review and completion burden of 110 hours per response. Essential components include details on the data item such as titles, authority references, contractor information, submission deadlines, distribution requirements, and pricing categories ranging from essential data to minimal-cost data. The form emphasizes the importance of specific submission formats and schedules, including a first submission due within 45 days after contract award and subsequent submissions on a monthly basis. Additionally, it outlines procedures for contractors regarding item pricing and distribution statements, ensuring that data items meet government standards. This document serves as a vital framework for managing data requirements in government contracting, ensuring compliance and quality in deliverables associated with federal grants and RFPs.
    The DD Form 1423-1 outlines the Contract Data Requirements List (CDRL) used by the Department of Defense to collect essential data for contracting purposes. The form details specifications for submitting various data items, including the contractor's personnel roster and technical data packages. It serves to ensure compliance with government requirements regarding data submission, inspection, and approval processes. Key elements include specific instructions for the contractor about submission timelines, formats, and required distribution of copies. The document categorizes data items into groups based on their significance and associated costs, clearly defining the responsibilities of both government personnel and contractors. The guidelines emphasize the need for proper documentation to support performance evaluations and adherence to contract specifications, ensuring efficient data management and compliance. Adherence to the established requirements contributes to effective oversight of contractor performances and project accountability.
    The document is a solicitation for the procurement of services by the Naval Surface Warfare Center Philadelphia Division (NSWCPD) to provide Capability Maturity Model Integration (CMMI) Building Organizational Capability training. This request is specifically geared towards women-owned small businesses (WOSBs) and aims to enhance the workforce competency for CMMI V3.0 among NSWCPD employees. The contract seeks to deliver two training sessions, each accommodating up to 15 participants, ensuring a maximum of 30 employees are trained. Key aspects include a fixed price arrangement, specific qualification requirements for the contractor, and the need for contractors to provide certification exam vouchers upon successful training completion. The solicitation outlines procurement details such as submission timelines, payment processes via the Wide Area Workflow (WAWF) system, and compliance with various security and regulatory requirements. Additionally, it emphasizes that contractors must not develop an employer-employee relationship with government personnel. By clarifying expectations, the document aims to facilitate an efficient and compliant training process that aligns naval workforce capabilities with CMMI standards, supporting broader organizational objectives in enhancing operational and technical proficiency.
    Lifecycle
    Title
    Type
    Similar Opportunities
    DOT/NRC RAD WASTE Training
    Buyer not available
    The Department of Defense, specifically the Norfolk Naval Shipyard, is soliciting proposals for a Firm Fixed Price contract to provide DOT/NRC RAD WASTE Training, aimed at qualifying personnel in radioactive/mixed waste shipping. This training will encompass a total of 40 hours, including 32 hours focused on Department of Transportation (DOT) requirements, 4 hours on Load Securement, and 4 hours on International Air Transportation Association (IATA) regulations, with the objective of ensuring compliance and safety in shipping operations. The training is scheduled to take place from January 12 to January 16, 2026, and is set aside exclusively for small businesses, with proposals due by December 9, 2025. Interested offerors should direct inquiries to Jordan Moore at jordan.e.moore.civ@us.navy.mil and ensure all required documentation is submitted by the deadline to be considered for the award.
    Magnification Check Kits
    Buyer not available
    The Department of Defense, specifically the Naval Surface Warfare Center, is seeking proposals for Magnification Check Kits (MCK) under a total small business set-aside contract. The procurement includes a base quantity of one MCK with options for five additional units, all of which must comply with Calibration Standards Specification JAX-0007, and also includes onsite training for maintenance and repair for up to ten personnel. These kits are crucial for calibrating optical comparators used by Navy personnel in both shore-based laboratories and on-site applications, ensuring precision in measurement and compliance with military standards. Interested vendors must submit their quotations electronically by December 19, 2025, and can direct inquiries to Julia Hunt at julia.m.hunt3.civ@us.navy.mil.
    Redacted SAP Single Source Determination
    Buyer not available
    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.
    M00264-26-RFI-001 Marine Corps Information Maneuver School (MCIMS)
    Buyer not available
    The Department of Defense, through the Marine Corps Information Maneuver School (MCIMS), is seeking sources for contract support to provide academic instruction and training in Civil Affairs (CA), Civil-Military Operations (CMO), and Information Operations (IO) planning. The objective is to identify qualified vendors capable of delivering curriculum development and course maintenance for various Military Occupational Specialties (MOS), including the CA MOS Course and CMO Planner, which are critical for preparing Marines for operational effectiveness. The current contract is held by Green Cell Consulting LLC, and the anticipated NAICS code for this opportunity is 611430, with a size standard of $15 million. Interested parties must submit their responses, including a capabilities statement and business details, by December 30, 2025, at 10:00 AM EDT, to Erin Silverthorn at erin.silverthorn@usmc.mil or Christa Eggleston-Scott at christa.eggleston-sc@usmc.mil.
    Naval Surface Warfare, Carderock Division (NSWCCD), has a procurement request for TS-4575/FDM Software Upgrade. See Performance Work Statement (PWS) for detailed description.
    Buyer not available
    The Naval Surface Warfare Center Carderock Division (NSWCCD) is seeking a contractor for the procurement and installation of a software upgrade for the TS-4575/FDM Gamma Irradiators, which are critical for enhancing the calibration efficiency of the Navy's IM-276A/PD Battlefield Dosimeters. The upgrades must be performed by Hopewell Designs, Inc., the original equipment manufacturer, due to proprietary software and exclusive rights, making this a sole source procurement under federal regulations. This initiative underscores the Navy's commitment to advancing its technological capabilities while ensuring operational efficiency, with quotes due by 11:00 AM on March 6, 2025. Interested parties can contact Christopher C. Rolince at christopher.c.rolinc@navy.mil or by phone at 757-513-7247 for further information.
    Procurement request for Voice Over Internet Protocol (VOIP) Support Services.
    Buyer not available
    The Department of Defense, specifically the Naval Surface Warfare Center Carderock Division (NSWCCD), is seeking proposals for Voice Over Internet Protocol (VOIP) Support Services, with a focus on Women-Owned Small Businesses (WOSB). The procurement aims to provide comprehensive engineering support for the Cisco Call Manager system, including configuration, implementation, and integration into existing network infrastructures at various NSWCCD locations. This contract will be structured as a firm-fixed-price purchase order, encompassing a base year and four option years, with quotes due by 11:00 AM on December 19, 2025. Interested parties are encouraged to attend a site visit scheduled for December 9, 2025, in Bethesda, Maryland, and can direct inquiries to Christopher C. Rolince at christopher.c.rolince.civ@us.navy.mil or by phone at 757-513-7247.
    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.
    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.
    IT and Telecom
    Buyer not available
    The Department of Defense, specifically the Naval Air Warfare Center Aircraft Division (NAWCAD), is seeking small businesses to participate in a Blanket Purchase Agreement (BPA) for IT and telecom services, including help desk support and productivity tools. This procurement aims to streamline the acquisition process for various commodities essential to naval operations, facilitating quicker responses to operational needs through multiple BPAs awarded to qualified vendors. The selected vendors will be required to submit a capabilities statement and must be registered in the System for Award Management (SAM) with a valid CAGE Code, with responses due by March 11, 2026. Interested parties can direct inquiries to Karin Quagliato at karin.a.quagliato.civ@us.navy.mil, and must include the synopsis number N6833525Q0321 in their correspondence.
    1355-01-436-4620-CWFP CABLE ASSY, ADCAP F/MK48 MODS 6 & 7 TORPEDOES
    Buyer not available
    The Department of Defense, through the NAVSUP Weapon Systems Support, is soliciting proposals for the procurement of the CWFP CABLE ASSY, ADCAP F/MK48 MODS 6 & 7 TORPEDOES. This contract, designated as a Total Small Business Set-Aside, requires suppliers to manufacture and deliver specific cable assemblies that are critical components for advanced torpedo systems. The successful contractor will need to adhere to stringent quality standards and provide various documentation, including test reports and progress updates, to ensure compliance with military specifications. Interested parties must acknowledge receipt of solicitation amendments and submit their proposals by the extended deadline of December 8, 2025, with inquiries directed to McKenzy Harris at mckenzy.s.harris.civ@us.navy.mil.