Oxygen Cleaning School Support
ID: N6426725Q4147Type: Combined Synopsis/Solicitation
Overview

Buyer

DEPT OF DEFENSEDEPT OF THE NAVYNAVAL SURFACE WARFARE CENTERNORCO, CA, 92860, USA

NAICS

Other Technical and Trade Schools (611519)

PSC

EDUCATION/TRAINING- OTHER (U099)

Set Aside

No Set aside used (NONE)
Timeline
    Description

    The Department of Defense, through the Naval Surface Warfare Center (NSWC) Corona Division, is seeking proposals for a Firm Fixed Price (FFP) contract to provide Oxygen Equipment Calibration and Cleaning training courses. The objective is to train military and civilian personnel in calibrating and maintaining oxygen clean gauges, with the contractor responsible for delivering qualified instructors and ensuring compliance with security and certification requirements. This training is critical for maintaining safety and operational readiness in military environments. Interested parties must submit their quotations electronically by the specified deadline, and inquiries can be directed to Colin Dwyer at colin.dwyer.civ@us.navy.mil.

    Point(s) of Contact
    Files
    Title
    Posted
    The document outlines a Statement of Work for training support regarding oxygen equipment calibration for the United States Navy, specifically managed by the Naval Surface Warfare Center (NSWC) Corona Division. It aims to educate military and civilian personnel in the calibration and maintenance of oxygen clean gauges under the Navy's Oxygen Equipment Cleaning Calibration Program. The training encompasses nine courses, with a possibility for two additional classes, scheduled over a base year and an option year. Instructors are required to hold specific qualifications, including Navy certification and completion of specialized training, with a focus on safety protocols and standards. The scope of work emphasizes adherence to federal and Department of Navy regulations while maintaining a learner-centric approach. Key deliverables include student certifications upon course completion and monthly personnel rosters. The training will be conducted at the Naval Education and Training Command in Pensacola, Florida, utilizing government-furnished resources for effective instruction. This program demonstrates the Navy’s commitment to improving training efficiency and ensuring personnel are fully equipped to meet metrology standards in oxygen equipment maintenance.
    This government Request for Quote (RFQ) N6426725Q4147 is for an Oxygen Calibration and Cleaning Course to train military and civilian personnel at Naval Surface Warfare Center Corona Division in Pensacola, FL. The requirement is Firm Fixed Price (FFP) for a base year and an option year, each including nine standard classes and up to two optional classes. The contractor must provide qualified, security-cleared instructors certified in Navy Oxygen Equipment Cleaning and Calibration, maintaining a 2:1 student-to-instructor ratio. The government will provide facilities, training equipment, and course content, while the contractor is responsible for student administration, testing, and issuing completion certificates. All services and supplies must adhere to specific packaging, marking, and inspection standards, with inspection and acceptance occurring at Naval Surface Warfare Center Corona Division.
    The Naval Surface Warfare Center (NSWC) Corona Division has issued a Request for Quotations (RFQ) N6426725Q4147 for Oxygen Equipment Calibration and Cleaning training courses. The RFQ is a Firm Fixed Price (FFP) requirement for training military and civilian personnel to calibrate and maintain oxygen clean gauges. The contractor will provide qualified instructors, with a maximum student-to-instructor ratio of 2:1, and a safety observer if more than two students are present. The training will be conducted at the Naval Education and Training Command, Pensacola, Florida. The base year includes nine courses with an option for two additional, and Option Year 1 also includes nine courses with an option for two additional. The Government will provide all necessary facilities, equipment, and instructional materials. The contractor is responsible for obtaining permits, adhering to federal, state, and municipal laws, and ensuring personnel possess secret security clearances and specific Navy certifications (9502 NEC, Instrumentman (A) School or equivalent, Oxygen Equipment Cleaning and Calibration Course A-670-0046, and Navy Institute Oxygen Calibration Certificate of Completion). Deliverables include Certificates of Completion and Monthly Personnel Rosters. Payment requests will be submitted electronically via the Wide Area WorkFlow (WAWF) system.
    The document acts as a placeholder or error message for a government file, likely an RFP or grant application, that could not be displayed. It instructs the user to update their PDF viewer, specifically recommending Adobe Reader, to view the document's full content. The message provides links for downloading the latest version of Adobe Reader and for seeking further assistance. It also includes trademark information for Windows, Mac, and Linux. The primary purpose of this file is to guide users in resolving display issues to access the intended government document.
    The document acts as a placeholder or error message for a government file, likely an RFP, federal grant, or state/local RFP, that failed to load properly. It instructs the user that their PDF viewer may not be able to display the document and suggests upgrading to the latest version of Adobe Reader. It also provides links for downloading Adobe Reader and for obtaining further assistance. The message clarifies that if it is not replaced by the document's content, the issue lies with the viewer. It also includes trademark information for Windows, Mac, and Linux. The primary purpose of this document is to guide users in resolving display issues to access the intended government file.
    The DI-MGMT-81834A Data Item Description (DID) outlines the requirements for a Contractor's Personnel Roster, to be used for listing all contractor personnel assigned to a contract. This roster, submitted in the contractor's format, must alphabetically list employees and include specific details such as change status, start and end dates, full name, position title, contact information (email, phone), physical work location (base, city, state, building, room), contract number and name, contracting supervisor, government support POC, and supporting code. Additionally, it must identify work schedules for both full-time and part-time employees, along with current Common Access Card (CAC) and clearance information. The DID specifies the content and preparation instructions for this data product, emphasizing its role in managing contractor personnel information within government contracts.
    The DI-PSSS-81522C Data Item Description outlines the requirements for a Course Conduct Information Package, crucial for government outsourcing of training programs. This package ensures accurate evaluation of trainee capabilities, identifies prerequisite skills, and provides comprehensive information to trainees regarding the syllabus, organization, scheduling, and performance evaluation. It also includes provisions for trainee and instructor feedback, and a certificate of completion. The document details format and content requirements, distinguishing between resident and Advanced Distributed Learning (ADL) courses, covering aspects like trainee orientation, course standards, training materials, and completion data. This DID supports the acquisition of training data products in accordance with MIL-PRF-29612B and DoDINST 5000.2, emphasizing detailed documentation for effective training delivery and assessment.
    Lifecycle
    Title
    Type
    Combined Synopsis/Solicitation
    Similar Opportunities
    Calibration and Repair Support Services
    Dept Of Defense
    The Department of Defense, specifically the Naval Surface Warfare Center, Dahlgren Division (NSWCDD), is seeking qualified contractors to provide calibration and repair support services for various Department of Defense locations, including the Naval Surface Warfare Center, Indian Head Explosive Ordnance Disposal Technology Division (NSWC IHEODTD). This procurement is part of a Seaport-NXG requirement, and only contractors with a Seaport-NXG multiple award contract are eligible to bid. The services are critical for ensuring the operational readiness and reliability of defense systems through precise calibration and maintenance. Interested contractors should contact Daniel Belcher at daniel.c.belcher3.civ@us.navy.mil or Alana Garrett at alana.n.garrett2.civ@us.navy.mil for further details.
    RIGHT TRAINING HDL
    Dept Of Defense
    The Department of Defense, through the Defense Logistics Agency, is soliciting proposals for the procurement of the RIGHT TRAINING HDL, which falls under the NAICS code 336612 for Boat Building and PSC code 2040 for Marine Hardware and Hull Items. The contract requires adherence to specific quality assurance standards, including MIL-I-45208 and ISO certifications, and emphasizes the importance of item unique identification and valuation, as well as inspection and acceptance protocols. This procurement is critical for maintaining the operational readiness of naval vessels, ensuring that all materials supplied are free from mercury contamination and meet stringent quality requirements. Interested vendors should direct inquiries to Jeremy Crow at jeremy.crow@dla.mil, and are encouraged to register for notifications regarding contract modifications through the Navy Electronic Commerce Online system.
    Calibration Services
    Dept Of Defense
    The Department of Defense, specifically the Naval Surface Warfare Center (NSWC) Corona Division, is seeking to procure calibration services through a sole source Firm Fixed Price (FFP) contract with TSI Incorporated. This procurement is aimed at fulfilling an all-or-none requirement for testing laboratories and services, which are critical for maintaining the operational readiness of electrical and electronic equipment components. Interested parties must submit their capability statements electronically by the specified deadline, and all submissions must comply with the requirements outlined in the solicitation. For further inquiries, interested vendors can contact Ashley Briseno at ashley.m.briseno.civ@us.navy.mil.
    Combustion IC and Profiler-F Installation and Training
    Dept Of Defense
    The Department of Defense, specifically the Naval Undersea Warfare Center (NUWC) Keyport, is soliciting proposals for the installation and training of a Metrohm combustion ion chromatograph (CIC) system and its accessories. This procurement aims to ensure the proper installation of the CIC system and provide comprehensive training for two operators, with a firm-fixed-price contract expected to be awarded. The opportunity is set aside for small businesses, with a size standard of $19 million, and requires all offers to be submitted electronically by December 23, 2025, at 1:00 PM PST. Interested parties should direct inquiries and proposals to Naomi Newton at naomi.n.newton2.civ@us.navy.mil, ensuring compliance with all outlined requirements and safety regulations.
    PERISCOPE SUBASSEMB
    Dept Of Defense
    The Department of Defense, specifically the Department of the Navy through NAVSUP Weapon Systems Support Mechanicsburg, is soliciting proposals for the procurement of the Right Training Handle Stuffing Box Assembly, a critical component for shipboard systems. This contract emphasizes the need for high-quality materials and adherence to stringent inspection and certification requirements, as the use of defective materials could lead to severe operational failures and safety risks. The procurement is classified as a "DX" rated order, indicating its priority for national defense, and requires compliance with various quality assurance standards and documentation processes. Interested vendors should contact Lydia M. Shaloka at 215-697-4717 or via email at LYDIA.M.SHALOKA.CIV@US.NAVY.MIL for further details, with the expectation of delivery within 365 days post-contract award.
    N64498-22-R-4002 Automated Electrolytic Oxygen Generator Services
    Dept Of Defense
    The Department of Defense, through the Naval Surface Warfare Center (NSWC) Philadelphia Division, is seeking to award a sole source Indefinite-Delivery Indefinite-Quantity (IDIQ) contract to Treadwell Corporation for Automated Electrolytic Oxygen Generator Services. This contract will support the Model 6L16 Electrolytic Oxygen Generator (EOG), Automated Electrolytic Oxygen Generator (AEOG), Low Pressure Electrolyzer (LPE), and their respective simulators, which are critical for training aboard various classes of submarines and associated training facilities. The services provided under this contract are vital for maintaining operational readiness and training effectiveness within the Navy's submarine fleet. Interested parties can reach out to John N. LaMotta at john.lamotta@navy.mil or Gregory F. Kaiser at gregory.kaiser@navy.mil for further details regarding this opportunity.
    COMMAND AIRCRAFT CREW TRAINING (CACT) PROGRAM FOR ACADEMIC AND SIMULATOR TRAINING ON THE UC-35D AIRCRAFT
    Dept Of Defense
    The Department of Defense, through the Naval Air Warfare Center Orlando Training Systems Division (NAWCTSD), is seeking qualified contractors to provide academic and simulator training for the Navy's Command Aircraft Crew Training (CACT) Program on the UC-35D aircraft. The procurement involves a Firm Fixed Price (FFP) Requirements contract anticipated to span 60 months, commencing on or about October 30, 2026, and aims to fulfill comprehensive training requirements, including Pilot Initial and Recurrent Training, as well as International Procedures Training. This training is critical for ensuring military aviators are proficient in operating the UC-35D aircraft, which is vital for various Navy operations. Interested parties must submit their capabilities statements by 2 PM EST on January 7, 2026, and can direct inquiries to Joseph Willdigg at joseph.willdigg.civ@us.navy.mil or Audrey Rolland at audrey.rolland@navy.mil.
    PURIFIER,CENTRIFUGA
    Dept Of Defense
    The Department of Defense, specifically the Department of the Navy through NAVSUP Weapon Systems Support Mechanical, is soliciting proposals for the repair of a PURIFIER, CENTRIFUGA. The procurement aims to secure a qualified contractor capable of meeting specific repair turnaround time (RTAT) requirements of 400 days, with all repairs to be conducted in accordance with established quality standards and specifications. This equipment is critical for various naval operations, emphasizing the importance of timely and effective repair services to maintain operational readiness. Interested contractors should submit their quotes, including pricing and RTAT details, to Sophie E. Benson at SOPHIE.E.BENSON.CIV@US.NAVY.MIL or by phone at 717-605-6829, with the solicitation details available for review.
    FD2030-25-01049
    Dept Of Defense
    The Department of Defense, through the Defense Logistics Agency (DLA) Aviation Oklahoma City, is issuing a special notice for the procurement of an Oxygen Monitor for aircraft, identified by NSN 1660-01-473-3548BO. This procurement is focused on acquiring a specific item that is critical for ensuring the safety and functionality of aircraft systems, as indicated by the top drawing reference 16VK058-2 and the EDL revision dated February 6, 2025. The selected vendor will be responsible for providing the necessary equipment, which plays a vital role in aircraft air conditioning, heating, and pressurizing systems. Interested parties should refer to the solicitation information for further details and contact the designated personnel once the solicitation has been approved for quotes.
    Fielded Training Systems Support V (FTSS V) Submarine Contractor Maintenance Services (SubCMS)
    Dept Of Defense
    The Department of Defense, through the Naval Air Warfare Center Training Systems Division (NAWCTSD), is seeking contractors to provide maintenance services under the Fielded Training Systems Support V (FTSS V) Submarine Contractor Maintenance Services (SubCMS) initiative. The objective is to ensure that various training systems and equipment remain in a "ready-for-training" state across six locations, including Groton, CT, Norfolk, VA, Kings Bay, GA, Bangor, WA, San Diego, CA, and Pearl Harbor, HI. This contract, which will be awarded as a Cost Plus Fixed Fee Task Order, is critical for maintaining the operational readiness of submarine training devices and is expected to commence on June 1, 2026, with a total performance period of 60 months. Interested vendors must contact Ms. Valentina Walsh at valentina.p.walsh.civ@us.navy.mil for further details and to obtain necessary RFP attachments, with a pre-proposal conference scheduled for December 5, 2025, and an anticipated award date of April 24, 2026.