MOTOCYCLE TRAFFIC SAFETY TRAINING
ID: N0024425R0049Type: Sources Sought
Overview

Buyer

DEPT OF DEFENSEDEPT OF THE NAVYNAVSUP FLT LOG CTR SAN DIEGOSAN DIEGO, CA, 92136, USA

NAICS

Other Technical and Trade Schools (611519)

PSC

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

    The Department of Defense, through the NAVSUP Fleet Logistics Center San Diego, is seeking qualified businesses to provide motorcycle traffic safety training as part of a market survey for contract number N00244-25-R-0049. The objective is to enhance traffic safety across U.S. Navy installations by delivering comprehensive training programs, including basic and advanced motorcycle safety courses, off-road vehicle safety, and driver improvement classes, primarily utilizing accredited curriculums from the Motorcycle Safety Foundation. This initiative is crucial for reducing traffic-related injuries and fatalities among service members, with an estimated contract value of $21 million over five years and a requirement for 3,103 classes annually across the continental U.S. and Hawaii. Interested parties, particularly small businesses, are encouraged to submit a Capability Statement by May 15, 2025, and can contact Russell McCullough or Juana Perez for further information.

    Point(s) of Contact
    Files
    Title
    Posted
    The CNIC Traffic Safety Program's Performance Work Statement (PWS) outlines the objectives for improving traffic safety across U.S. Navy installations by providing comprehensive training in motorcycle and vehicle safety. Managed by the Office of the Commander, Navy Installations Command (CNIC) HQ Safety, the program aims to reduce traffic-related injuries and fatalities among service members. The contractor selected will deliver a variety of training courses, such as basic and advanced motorcycle safety, off-road vehicle safety, and driver improvement classes using accredited curriculums, primarily from the Motorcycle Safety Foundation (MSF). Training will be centrally coordinated, with a focus on meeting the needs of Navy personnel across the Continental United States and Hawaii. Instructors must be certified, and the contractor is responsible for course scheduling, record-keeping, and collecting feedback for continuous improvement. Regular reports on training activities, student demographics, and performance metrics will be required under this contract. The contract will follow a firm-fixed-price Indefinite Delivery/Indefinite Quantity (IDIQ) arrangement, with performance overseen by a designated Contracting Officer Representative (COR). Ensuring safety, compliance, and effective training delivery are the primary goals of this program, which emphasizes flexibility and responsiveness to trainee needs and situational demands.
    The document outlines the CONUS Motorcycle Ranges utilized by various naval facilities across the United States for motorcycle safety training. It lists multiple locations, including Navy bases in Virginia, California, Florida, and Hawaii, among others. The file details the different levels of training courses offered, such as Basic Rider Course (BRC) Level 1 and Level 2, as well as specialized courses for sport bikes, dirt bikes, and ATVs, with estimated annual class numbers for each category. The total projected travel expenses related to these training programs are capped at $135,000. The purpose of this file appears to be to inform stakeholders about motorcycle/traffic safety education initiatives and to facilitate training program submissions and funding requests within the context of federal grants and RFPs aimed at improving safety standards for motorcyclists.
    The Reference Information Sheet serves as a standardized form for respondents participating in federal government RFPs, grants, and local opportunities. It requires specific information about the respondent's company, including whether they are a prime contractor, subcontractor, or part of a joint venture. The form collects details about a customer point of contact, including their name, agency affiliation, and contact information, to validate the respondent's previous performance. Additionally, it captures essential data such as contract number, performance period, contract type, and financial figures related to the contract value. Respondents must provide a brief overview of the work performed and describe how this experience showcases their capability in key operational areas. For prime contractors specifically, an explanation of management infrastructure, procurement capacity, and execution capabilities is required. This document is crucial for ensuring that respondents can demonstrate their qualifications and performance history in support of their RFP submissions, ultimately aiding in the evaluation of their ability to meet government contracting needs effectively.
    NAVSUP Fleet Logistics Center San Diego is conducting a market survey to identify interested and capable businesses for a motorcycle traffic safety training program, as per contract number N00244-25-R-0049. This survey aims to stimulate industry awareness and gather feedback for enhancing the acquisition process. The contract will be a Firm Fixed-Priced Indefinite Delivery/Indefinite Quantity (IDIQ) agreement with an estimated total value of $21 million over five years. The selected contractor will provide comprehensive training within the continental U.S. and Hawaii, with 3,103 classes anticipated annually. Interested small businesses are encouraged to submit a Capability Statement, including corporate description and experience, while large businesses are exempt from responding. The notice specifies requirements for subcontracting compliance and requests responses by May 15, 2025. The Government may consider set-aside contracts for small businesses under socioeconomic programs. This market survey serves as a preliminary assessment for the upcoming procurement and does not constitute a solicitation announcement.
    Lifecycle
    Title
    Type
    Sources Sought
    Similar Opportunities
    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.
    Pilot and Aircrew Curriculum Revision and Maintenance (PACRM) Multiple Award Contract (MAC) II
    Dept Of Defense
    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.
    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.
    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.
    Training in the fabrication and flying of First Person View (FPV) small, unmanned aircraft system (sUAS)
    Dept Of Defense
    The Department of Defense, specifically the Naval Special Warfare Command under the US Special Operations Command (USSOCOM), is seeking quotes for a training program focused on the fabrication and operation of First Person View (FPV) small unmanned aircraft systems (sUAS). The procurement aims to provide a comprehensive biannual, ten-day Initial Qualification Training (IQT) course for up to six personnel, covering essential topics such as FPV system theory, design, assembly, and advanced flight techniques, with a total of 80 hours of instruction. This opportunity is set aside for Service-Disabled Veteran-Owned Small Businesses (SDVOSB) and will be awarded as a Firm-Fixed-Price contract, with the base year commencing on January 15, 2026, and includes two option years. Interested parties should direct inquiries to Jeffrey S. Morris at Jeffrey.S.Morris.civ@socom.mil, and note that the current solicitation is not funded as per FAR Clause 52.232-18.
    Tactical Firearms Training 4-Day
    Dept Of Defense
    The Department of Defense, specifically the Naval Surface Warfare Center Indian Head Division (NSWC IHD), is seeking proposals for a Tactical Firearms Training course lasting four days, aimed at training up to 16 students. The procurement requires the contractor to provide comprehensive course curriculum and instruction, covering essential shooting fundamentals, combat mindset, and practical exercises, with all necessary equipment and materials supplied by the contractor. This training is critical for enhancing the tactical skills of personnel and will take place in January 2026 at a location within an 80-mile radius of Indian Head, Maryland. Interested small businesses must submit their quotes by December 19, 2025, with inquiries directed to Barbara Grinder at barbara.j.grinder.civ@us.navy.mil.
    F-35 "Lightning II" Training Systems and Simulation
    Dept Of Defense
    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.
    This requirement is to provide the JS, J7 Joint Education and Doctrine Division (JEDD) with planning and operations support to execute up to four (4) Disruptive Technical Courses (DTCs) per Fiscal Year.
    Dept Of Defense
    The Department of Defense, through the NAVSUP Fleet Logistics Center Norfolk, is seeking sources to provide planning and operations support for the Joint Staff (JS), J7 Joint Education and Doctrine Division (JEDD) to execute up to four Disruptive Technical Courses (DTCs) annually. The contractor will be responsible for program management, curriculum development, and coordination of speakers, including six Senior Fellows and up to twenty-four Subject Matter Experts (SMEs) per course, emphasizing high performance standards and compliance with security requirements. This initiative is crucial for enhancing the educational framework within the Department of Defense, with services expected to commence on July 1, 2026, following an anticipated award in the fourth quarter of FY26. Interested parties should submit a tailored executive summary by January 5, 2026, to Jaime Verdi at jaime.verdi@navy.mil, and the applicable NAICS code for this opportunity is 611430, with a size standard of $15 million.
    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.
    61--MOTOR
    Dept Of Defense
    The Department of Defense, specifically the Department of the Navy, is seeking proposals for the manufacture of two electrical motors under solicitation number N00104-25-R-BZ14. The procurement involves the production of motors with National Stock Number (NSN) 7HH 6105 01-649-2592 X3, and the required delivery timeframe is 600 days post-contract award. These motors are critical components for various defense applications, emphasizing the importance of reliability and adherence to technical specifications. Interested suppliers must submit their proposals, including a completed and signed Request for Proposal (RFP), to the primary contact, Thomas M. Falcone, via email at THOMAS.M.FALCONE.CIV@US.NAVY.MIL or by phone at (564) 230-2219, ensuring compliance with all solicitation requirements by the specified deadline.