Instructor Support Services
ID: N6883625R0004Type: Solicitation
Overview

Buyer

DEPT OF DEFENSEDEPT OF THE NAVYNAVSUP FLT LOG CTR JACKSONVILLEJACKSONVILLE, FL, 32212-0097, USA

NAICS

Other Technical and Trade Schools (611519)

PSC

EDUCATION/TRAINING- GENERAL (U009)

Set Aside

8(a) Set-Aside (FAR 19.8) (8A)
Timeline
    Description

    The Department of Defense, through the Naval Supply Systems Command Fleet Logistics Center Jacksonville, is seeking proposals from qualified 8(a) contractors for Instructor Support Services at the Naval Construction Training Center (NCTC) in Gulfport, Mississippi. The objective of this procurement is to provide military personnel with training in basic and advanced construction skills, ensuring compliance with established curriculum and training standards set by the Center for Seabees and Facilities Engineering and the Naval Education and Training Command. This contract is crucial for maintaining the quality of military training and enhancing the skill sets of personnel across the Army, Air Force, and Navy. Proposals are due by May 29, 2025, at 0800 EST, and interested parties can contact Yaynel Yambo at yaynel.c.yambo.civ@us.navy.mil for further information.

    Point(s) of Contact
    Files
    Title
    Posted
    The government file details a Request for Proposal (RFP) for Instructor Support Services at the Naval Construction Training Center (NCTC) in Gulfport, Mississippi. The initiative aims to hire contractors to deliver training for military personnel in construction-related fields, providing both basic and advanced education tailored to the needs of the Army, Air Force, and Navy's Seabee personnel. Key components include maintaining qualified instructors, adhering to a structured Performance Work Statement (PWS), and offering a range of training courses—documented to ensure thorough knowledge in construction, welding, and equipment maintenance. The RFP outlines specific instructional environments and establishes rigorous academic standards for instructors, requiring the contractor to offer consistent training that aligns with established Navy training courses. This contract emphasizes the importance of responsive scheduling and flexibility to meet the evolving demands of military training while ensuring effective staffing levels. The file presents detailed instructional content and historical data to guide future course execution, reaffirming the government's commitment to enhancing military occupational skillsets effectively.
    The Past Performance Questionnaire (PPQ), designated N6883625R0004, is part of the contractor evaluation process within federal contracting. Responses to the questionnaire are due by February 6, 2025, and it is considered source selection sensitive information. The document comprises sections for contract identification, customer agency details, evaluator specifics, and a performance evaluation based on multiple criteria. Contractors are assessed on their management capabilities, problem-solving skills, adherence to quality control, timely deliverables, and financial responsibility. Evaluators grade the contractor's performance and provide comments on ratings categorized from exceptional to unsatisfactory. Additionally, a narrative summary is requested to elaborate on performance details, especially for any noted deficiencies. The questionnaire includes inquiries related to the contractor's responsiveness to changes, project supervision, and overall satisfaction measured against small business goals. The intent of the PPQ is to ensure thorough evaluation of a contractor's past performance to inform future federal procurement decisions.
    The government document is an amendment to solicitation N6883625R0004 for instructor support services, extending the solicitation closing date to February 20, 2025. It includes responses to industry questions, clarifying terms related to staffing, course requirements, and contractor obligations. Key details outline that resumes are needed for new hires, travel costs are capped at $15,000, and pricing should not include specific travel CLINs. Additionally, the solicitation addresses the relevance of past performance contracts, stating that similar DoD training experience will be considered relevant. The document emphasizes the evaluation criteria, prioritizing technical capability over price, along with specific requirements for the staffing approach and documentation to be submitted by offerors. This amendment aims to enhance competition by providing clearer guidelines and facilitating a better understanding of the solicitation's requirements, thereby ensuring compliance and effective contractor performance.
    The solicitation N6883625R0004 by the Naval Construction Training Center (NCTC) Gulfport seeks Instructor Support Services for military personnel training in basic and advanced construction skills. The contractor is responsible for providing qualified instructors, ensuring compliance with curriculum and training standards set by the Center for Seabees and Facilities Engineering (CSFE) and Naval Education and Training Command (NETC). The training encompasses various programs, including Inter-Service Builder Apprentice Training and Steelworker courses, among others. Key personnel, including a Training Master Scheduler, are pivotal for coordinating schedules and maintaining training quality. Responses to inquiries clarified aspects such as course requirements, instructor credentials, and contract stipulations, reinforcing the importance of contractor adherence to guidelines. The document outlines the scope of service, performance standards, and the unique environment of training requirements, which are continuous and responsive to military specifications. Emphasis is placed on maintaining staffing levels and ensuring instructors' qualifications to deliver effective training. This solicitation highlights NCTC's commitment to preparing military personnel in construction fields while adhering to government procurement protocols.
    The document outlines an amendment to a contract solicitation (N6597124PTPSER) issued by the NAVSUP FLC Jacksonville. The primary purpose is to modify the technical approach, extend the base period of performance, and adjust the solicitation close date to May 29, 2025. Key changes include updating delivery schedules for contract line item numbers (CLIN) 0001 and 0002, with performance periods adjusted from June 1, 2025, to August 1, 2025. The solicitation invites offers focusing on staffing approaches and personnel qualifications, and emphasizes the evaluation of proposals based on technical approach (acceptability level), past performance, and price. Offerors must adhere to instructions for proposal submission, including technical and past performance details, all while ensuring compliance with wage determinations under the Service Contract Act. Past performance is assessed for relevance and quality over the last three years, with a cap of three relevant references. The document also includes a detailed wage determination, establishing minimum wage rates under federal executive orders, alongside fringe benefits required for contract employees. This process ensures that contractors meet all stipulated requirements while reinforcing the Government's standards for effective contract performance and labor regulations.
    Lifecycle
    Title
    Type
    Solicitation
    Similar Opportunities
    COMMAND AIRCRAFT CREW TRAINING (CACT) PROGRAM FOR ACADEMIC AND SIMULATOR TRAINING ON THE UC-35D AIRCRAFT
    Buyer not available
    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.
    Hot Asphalt Mix, Gulfport, MS
    Buyer not available
    The Department of Defense, through the Department of the Navy's NAVSUP Fleet Logistics Center Jacksonville, is soliciting quotes for the delivery of Hot Mixed Asphalt in Gulfport, Mississippi. The procurement involves a Firm-Fixed-Price, Indefinite-Delivery/Indefinite-Quantity (IDIQ) contract, requiring the delivery of 200 to 1,000 wet tons of asphalt, adhering to strict quality and temperature standards, within a one-year ordering period. This asphalt is essential for various construction and maintenance projects at the Naval Construction Training Center, ensuring compliance with established specifications and safety protocols. Interested vendors must submit their quotes via email to Yaynel Yambo by the specified deadline, including required documentation such as company information, technical details, pricing, and certifications.
    Design-Build/Design-Bid-Build, Indefinite Delivery/Indefinite Quantity (IDIQ) Multiple Award Construction Contract (MACC) for General Construction Services for NAVFAC Mid-Atlantic's Marine Corps Installations (MCI) East AOR
    Buyer not available
    The Department of Defense, through the Naval Facilities Engineering Command (NAVFAC) Mid-Atlantic, is seeking qualified contractors for a Design-Build/Design-Bid-Build (DB/DBB) Indefinite Delivery/Indefinite Quantity (IDIQ) Multiple Award Construction Contract (MACC) for general construction services at Marine Corps Installations (MCI) East, covering North and South Carolina. The procurement aims to award approximately five Firm Fixed Price (FFP) contracts, with a total estimated construction cost not exceeding $975 million over five years, focusing on projects ranging from $25 million to $150 million, including the initial seed project, the P-1538 SOF Armory at Camp Lejeune, NC. This initiative is critical for enhancing military infrastructure and ensuring compliance with safety and environmental regulations. Proposals are due by 2:00 PM local time on September 23, 2025, and interested parties can contact James Godwin at james.a.godwin41.civ@us.navy.mil or 757-341-1999 for further information.
    Shear Maintenance and Repair
    Buyer not available
    The Department of Defense, specifically the Naval Supply Systems Command Fleet Logistics Center Jacksonville, is soliciting proposals for the maintenance and repair of the AS 500-14 Shear Machine located at the Naval Construction Training Center in Gulfport, Mississippi. The contract entails critical maintenance tasks, including the replacement of cutting blades and a damaged clamp down cylinder, under a Firm Fixed Price Agreement with a service commencement timeline of 45 days post-award. This procurement is vital for ensuring the operational efficiency of military equipment, emphasizing the importance of quality and reliability in the services provided. Interested small businesses, particularly those that are veteran-owned or meet specific socio-economic classifications, should direct inquiries to Dylan Douglas at dylan.l.douglas.civ@us.navy.mil or Robert Edwards at robert.s.edwards42.civ@us.navy.mil, with past performance questionnaires due by December 12, 2024.
    USNS MEGAR EVERS 2026 MTA
    Buyer not available
    The Department of Defense, specifically the Department of the Navy, is soliciting proposals for the USNS MEGAR EVERS 2026 Maintenance and Technical Assistance (MTA) contract. This opportunity involves various amendments to the original solicitation, including the addition and revision of work instructions, correction of contract line item numbers, and updates to the period of performance, which has been adjusted to span from August 19, 2026, to October 7, 2026. The contract is critical for ensuring the operational readiness and maintenance of naval vessels, particularly in the shipbuilding and repairing sector. Interested parties should note that the request for comments (RFC) is due by 10:00 AM EST on February 16, 2026, with the request for proposals (RFP) closing at 1:00 PM EST on March 5, 2026. For further inquiries, potential bidders can contact Darius Swift at darius.swift.civ@us.navy.mil or by phone at 564-226-4528.
    Base Operations Support (BOS) Services at Naval Station (NS) Mayport, Florida; Marine Corps Support Facility – Blount Island (MSF – BI) Jacksonville, Florida; and the outlying areas supported by these commands
    Buyer not available
    The Department of Defense, through NAVFAC SYSCOM Southeast, is soliciting proposals for Base Operations Support (BOS) Services at Naval Station Mayport and Marine Corps Support Facility – Blount Island in Jacksonville, Florida. The contract encompasses a wide range of services including port operations, facility management, custodial services, pest control, utilities management, and environmental services, with a performance-based approach emphasizing quality and efficiency. This indefinite-quantity contract is expected to have a base period of one year with seven additional one-year options, totaling up to eight years, and will be awarded based on the best value to the government, considering both technical and price proposals. Interested contractors should submit their proposals by December 16, 2025, and direct any inquiries to Courtney Peterson at courtney.j.peterson3.civ@us.navy.mil or Cari Fiebach at cari.l.fiebach.civ@us.navy.mil.
    NECC Central Issue Facilities Programs
    Buyer not available
    The Department of Defense, through the Naval Supply Center (NAVSUP) Fleet Logistics Center (FLC) Norfolk, is seeking qualified 8(a) firms to provide Central Issue Facilities Support Services for the Navy Expeditionary Combat Command (NECC). The primary objective of this procurement is to obtain analytical and logistical product support management for three Central Issue Facilities (CIFs) located in Williamsburg, Virginia, and Gulfport, Mississippi, focusing on inventory management, customer support, and logistics analysis for Infantry Combat Equipment (ICE) and medical/dental materials. This contract is anticipated to be a firm-fixed-price type, with performance expected to commence around March 26, 2026, and will span five years, including one base year and four option years. Interested parties should submit their capabilities statements by December 18, 2025, to Sherell Brown at sherell.g.brown.civ@us.navy.mil and Morgan Olszak at morgan.e.olszak.civ@us.navy.mil.
    GTPE Training
    Buyer not available
    The Department of Defense, through the Naval Surface Warfare Center Dahlgren Division (NSWCDD), is seeking proposals for training services from Georgia Technology Professional Education (GTPE) to provide specialized courses on RF Electromagnetic Warfare Concepts, Phased Array Radar Systems, Target Tracking Concepts, and Basic EO-IR Concepts. The training will accommodate 20 to 25 students per course and is scheduled to take place at the University of Mary Washington Dahlgren Campus or NSWCDD before August 15, 2026. This procurement is critical for enhancing the technical skills of personnel involved in defense operations, and the contract will be awarded based on the Lowest Price Technically Acceptable criteria. Interested offerors must submit their proposals by December 8, 2025, and can direct inquiries to Heather Wiley at heather.r.wiley2.civ@us.navy.mil or by phone at 540-742-8742.
    WHARF BRAVO, NAVAL AIR STATION PENSACOLA, FLORIDA.
    Buyer not available
    The Department of Defense, through the Naval Facilities Engineering Command Southeast, is seeking qualified contractors for the Wharf Bravo recapitalization project at Naval Air Station Pensacola, Florida. This sources sought announcement aims to identify potential offerors capable of performing design-bid-build construction to repair and modernize Wharf Bravo and its associated utilities, ensuring continued operational support for U.S. Coast Guard missions. The project includes significant structural repairs, upgrades to mooring and fender systems, replacement of utility services, and improvements to pavement and drainage systems, with a contract value estimated between $25 million and $100 million. Interested parties must submit their capability statements by December 18, 2025, to Deborah Torrence at deborah.d.torrence2.civ@us.navy.mil, with a focus on demonstrating relevant experience and qualifications.
    Military Free Fall Training Support Services
    Buyer not available
    The Department of Defense, through the Naval Supply Systems Command (NAVSUP) Fleet Logistics Center Norfolk, is seeking to award a Firm Fixed Price indefinite delivery indefinite quantity (IDIQ) contract for Military Free Fall (MFF) Training Support Services for the Commander, Explosive Ordnance Disposal Group TWO (COMEODGRU TWO). The contractor will be responsible for providing fully qualified Accelerated Free Fall Instructors, parachute riggers, and other personnel necessary for instructional support and quality assurance inspection related to the course of instruction. This procurement is crucial for maintaining the operational readiness and training standards of military personnel involved in explosive ordnance disposal operations. The solicitation is expected to be available on or around February 2, 2026, and interested contractors should direct inquiries to Sherell Brown at sherell.g.brown.civ@us.navy.mil or Morgan Olszak at morgan.e.olszak.civ@us.navy.mil.