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
  1. 1
    Posted Jan 15, 2025, 12:00 AM UTC
  2. 2
    Updated Feb 10, 2025, 12:00 AM UTC
  3. 3
    Due Feb 20, 2025, 1:00 PM UTC
Description

The Department of Defense, specifically the Department of the Navy through NAVSUP FLT LOG CTR Jacksonville, is soliciting proposals for Instructor Support Services at the Naval Construction Training Center (NCTC) in Gulfport, Mississippi. The objective of this procurement is to engage contractors who can provide comprehensive training for military personnel in construction-related fields, ensuring that both basic and advanced educational needs of the Army, Air Force, and Navy's Seabee personnel are met. This initiative is crucial for maintaining high standards of military occupational skillsets, with an emphasis on responsive scheduling and flexibility to adapt to evolving training demands. Interested contractors should note that the solicitation closing date has been extended to February 20, 2025, and inquiries can be directed to Yaynel Yambo at yaynel.c.yambo.civ@us.navy.mil.

Point(s) of Contact
Files
Title
Posted
Feb 10, 2025, 3:06 PM UTC
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.
Feb 10, 2025, 3:06 PM UTC
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.
Feb 10, 2025, 3:06 PM UTC
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.
Lifecycle
Title
Type
Solicitation
Similar Opportunities
U--Expeditionary Combat Skills Instructor
Buyer not available
Special Notice: DEPT OF DEFENSE - DEPT OF THE NAVY is holding an Industry Day to gather market research for the acquisition of Instructor support services for the Center for Security Forces (CENSECFOR). The services are required for Expeditionary Combat Skills (ECS) course convenings at Naval Construction Battalion Center (NCBC) Gulfport, Mississippi. This training is provided to Prospective Gain (PG) personnel transferring to Navy Expeditionary Combat Command (NECC) operational units and Sailors assigned to Naval Special Warfare (NSW) Combat Support/Combat Service Support Type II or IV duty. The Industry Day aims to share program requirements, acquisition strategy, competition timeline, and provide a networking opportunity. Interested attendees must register by June 14, 2017, and the conference will be held on June 21, 2017, in the Norfolk/Virginia Beach region, Virginia.
3-Step Heavy Equipment Operator Training
Buyer not available
The Department of Defense, specifically the Puget Sound Naval Shipyard Intermediate Maintenance Facility (PSNS & IMF), is soliciting proposals for a 3-Step Heavy Equipment Operator Training program aimed at enhancing the skills of personnel at its Bremerton, Washington location. This procurement involves a non-personal services contract that includes an online training component, simulator training, and in-person qualifications for emergency response equipment operation, ensuring personnel are adequately prepared for their roles. The training program is crucial for maintaining operational readiness and safety standards within the shipyard, with a contract structure comprising a base year and two optional years for continued training and support. Interested vendors must submit their proposals, including pricing and required documentation, by April 24, 2025, and can direct inquiries to Leatha Brown at leatha.a.brown4.civ@us.navy.mil or Angela Charpia at angela.m.charpia.civ@us.navy.mil.
U--BASIC TRAINING REVALIDATION, ADVANCED FIREFIGHTING REVALIDATION, RADAR RENEWAL
Buyer not available
Presolicitation DEPT OF DEFENSE DEPT OF THE NAVY is seeking BASIC TRAINING REVALIDATION, ADVANCED FIREFIGHTING REVALIDATION, and RADAR RENEWAL services. These services are typically used for safety training at NAVAL BASE KITSAP BANGOR - SWFPAC. The procurement will be a Small Business Set-Aside using commercial, simplified acquisition procedures. The anticipated posting date of the solicitation is on or about 10-Jan-2019 with a closing on 22-Jan-2019. Prospective offerors should register on the NECO website for updates. Contact Julio Hernandez at 360-476-4832 or julio.a.hernandez@navy.mil for more information.
Military Sealift Command Unlicensed Mariner to Licensed Mariner (AB to Mate) Training Program
Buyer not available
The Department of Defense, through the Military Sealift Command (MSC), is soliciting proposals for a training program aimed at transitioning Unlicensed Mariners to Licensed Mariners (AB to Mate) at its Norfolk, Virginia facility. The program's objective is to provide comprehensive training that includes USCG-approved courses, full-mission bridge simulations, and support for licensing examinations, while ensuring that the contractor meets specific performance and safety requirements outlined in the Performance Work Statement. This initiative is crucial for enhancing the technical proficiency of civil service mariners (CIVMARs) and ensuring compliance with maritime regulations. Interested contractors should contact Jordan Castellat at jordan.r.castellat.civ@us.navy.mil or Jim Ellis at james.p.ellis54.civ@us.navy.mil for further details, with proposals due by the specified deadlines and a contract duration of five years with potential extensions.
P325 HUMAN PERFORMANCE TRAINING CENTER
Buyer not available
The Department of Defense, through the Naval Facilities Engineering Command (NAVFAC), is soliciting proposals for the construction of the P325 Human Performance Training Center at Joint Expeditionary Base Little Creek-Fort Story in Virginia Beach, Virginia. This Design-Build project involves constructing a two-story, 40,000 square foot facility aimed at enhancing the operational capabilities of Naval Special Warfare personnel, focusing on injury prevention, rehabilitation, and performance enhancement. The project is critical for improving combat readiness and reducing injury rates among military personnel, with an estimated contract value between $25 million and $100 million and a completion timeframe of 859 calendar days post-award. Interested contractors must submit their proposals electronically by May 9, 2025, and can direct inquiries to Angela Clifton at angela.j.clifton2.civ@us.navy.mil or Amanda Bricker at amanda.bricker@navy.mil.
P909 SOF SDVT2 Operations Support Facility, JEB Little Creek-Fort Story, VA
Buyer not available
The Department of Defense, through the Naval Facilities Engineering Command Mid-Atlantic, is soliciting proposals for the construction of the P909 SOF SDVT2 Operations Support Facility at JEB Little Creek-Fort Story, Virginia. This project involves the design and construction of a facility approximately 60,000 square feet in size, which includes the demolition of existing structures and the establishment of various operational spaces to support Navy personnel. The facility is critical for enhancing military operational capabilities and must adhere to stringent federal construction standards, including compliance with safety, security, and environmental regulations. Interested contractors must submit their proposals electronically by the extended deadline of April 15, 2025, with a total project budget estimated between $25 million and $100 million. For further inquiries, potential bidders can contact Demetrice Jenkins at demetrice.jenkins2.civ@us.navy.mil or by phone at 757-341-1973.
ICS and OHSTTX Training Courses
Buyer not available
The Department of Defense, through the Naval Supply Systems Command (NAVSUP) Fleet Logistics Center Norfolk, is seeking qualified small businesses to provide Incident Command System (ICS) and Oil and Hazardous Substance Tabletop Exercise (OHSTTX) training courses. The procurement aims to establish a firm fixed-price Indefinite Delivery Indefinite Quantity (IDIQ) contract to enhance safety and environmental training at the Naval Safety and Environmental Training Center in Norfolk, Virginia. This initiative underscores the importance of high-quality training services in emergency management, ensuring compliance with federal regulations and enhancing operational readiness. Interested vendors must submit their quotations electronically by April 2, 2025, with the contract period commencing on October 1, 2025, and lasting for five years. For further inquiries, potential bidders can contact Alexandria McCune at alexandria.e.mccune.civ@us.navy.mil or Christopher Whiteside at christopher.d.whiteside2.civ@us.navy.mil.
Apprenticeship Program
Buyer not available
The Department of Defense, specifically the Norfolk Naval Shipyard (NNSY) in Portsmouth, Virginia, is conducting market research for an Apprenticeship Program aimed at providing formal academic training for its Federally Registered Apprentice Program, which is set to commence in February 2026. The program will enroll approximately 161 students and includes both classroom instruction and on-the-job training across various trade-related skills, covering subjects such as Technical Drawing, First Aid, Quality Assurance, and Industrial Safety, totaling 30 credit hours. This initiative is crucial for workforce development and maintaining high safety and security standards within NNSY operations. Interested parties are encouraged to submit their capabilities statements by April 4, 2025, at 9:00 AM EST, to Glenda Jordan at glenda.s.jordan3.civ@us.navy.mil, as this notice is for informational purposes only and does not constitute a request for proposals.
J--CNATRA CIS Recompete RFP N6134018R0052
Buyer not available
Presolicitation DEPT OF DEFENSE DEPT OF THE NAVY is seeking Contractor Instruction Services (CIS) in support of Chief of Naval Air training (CNATRA) at NAS Corpus Christi, TX, NAS Kingsville, TX, NAS Whiting Field, FL, NAS Pensacola, FL, and NAS Meridian, MS. The period of performance is 60 months, inclusive of two (2) month mobilization and one (1) seven (7) month base year with four (4) twelve (12) month options and one (1) three (3) month option. Start of contractor performance will be 01 April 2018.
Replace Waterfront Transformers and Igloos at Naval Station Mayport, Florida.
Buyer not available
The Department of Defense, through the Naval Facilities Engineering Command Southeast, is soliciting proposals for a Design-Build, Firm-Fixed-Price construction contract to replace waterfront transformers and igloos at Naval Station Mayport, Florida. This project aims to enhance the electrical infrastructure and ensure the reliability of utility services critical to the operations at the naval station. The work involved is vital for maintaining operational readiness and safety standards within the facility. Interested contractors can reach out to Deborah Torrence at deborah.d.torrence2.civ@us.navy.mil or by phone at 904-542-6665, or Lindsay Betteridge at LINDSAY.E.BETTERIDGE@NAVY.MIL or 912-409-3846 for further details regarding the solicitation process.