Simulation Training
ID: N6883625Q0077Type: Combined Synopsis/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

SUPPORT- PROFESSIONAL: SIMULATION (R412)
Timeline
  1. 1
    Posted Apr 1, 2025, 12:00 AM UTC
  2. 2
    Updated Apr 1, 2025, 12:00 AM UTC
  3. 3
    Due Apr 4, 2025, 2:00 PM UTC
Description

The Department of Defense, specifically the Naval Supply Systems Command Fleet Logistic Center Jacksonville, is seeking to procure simulation training services for the USS Cleveland (LCS-31) as it navigates the St. Lawrence Seaway. This four-day training program, scheduled for April 14 to April 17, 2025, aims to enhance the crew's operational capabilities in maneuvering the Littoral Combat Ship in complex riverine conditions, ensuring safety and effectiveness during naval missions. The contract will be awarded under a Firm-Fixed-Price arrangement, and interested vendors must submit their quotes via email by 10:00 AM on April 4, 2025, while all inquiries should be directed in writing by April 2, 2025, to Lizbeth Pritchard at lizbeth.pritchard.civ@us.navy.mil.

Point(s) of Contact
Files
Title
Posted
Apr 1, 2025, 8:05 PM UTC
The document outlines a Request for Quotation (RFQ) for providing Simulation Training for the USS Cleveland (LCS-31) as it navigates the St. Lawrence Seaway. This 4-day, non-personnel services training program aims to enhance the crew's capabilities to maneuver the Littoral Combat Ship (LCS) in riverine conditions that include unfamiliar waterways, locks, and pier operations, ensuring safety and operational effectiveness. The training will take place from April 14 to April 17, 2025, at the contractor's facility, under a Firm-Fixed-Price contract. It emphasizes the need for qualified personnel and facilities, as well as adherence to established standards and safety protocols during training. The document specifies that quotes must be submitted via email by 10:00 AM on April 4, 2025, and includes detailed instructions for proposal submission, including what to include to ensure technical acceptability. All inquiries must be submitted in writing by April 2, 2025. The agency aims to select the most advantageous quote based on price and compliance with the training requirements, thereby enhancing operational readiness for naval missions in domestic and shared waterways.
Mar 26, 2025, 8:05 PM UTC
The Performance Work Statement outlines a contract for providing simulation training for the Freedom Class Littoral Combat Ship (LCS) to enhance crews' capabilities in navigating through the Great Lakes and St. Lawrence Seaway. The contractor, Maritime Simulation and Resource Center (MSRC), will lead a specialized 4-day training program focused on safe maneuvering through unfamiliar river environments, including lock approaches and docking under various currents with tug assistance. The training encompasses theoretical and practical exercises utilizing a multidisciplinary navigation simulator. A total of six participants will be involved, guided by qualified personnel, with an emphasis on maintaining a clean and safe training environment. The training is set to take place from April 14 to April 17, 2025, and aims to facilitate the safe integration of LCS operations with the local Canadian pilotage requirements. The document emphasizes the contractor's responsibility to meet operational standards and ensure readiness for the specific challenges of the training environment. Overall, the program plays a vital role in enhancing the safety and effectiveness of LCS operations in complex waterways.
Lifecycle
Title
Type
Simulation Training
Currently viewing
Combined Synopsis/Solicitation
Sources Sought
Similar Opportunities
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.
CHARLESTON DD FY26
Buyer not available
The Department of Homeland Security, specifically the U.S. Coast Guard, is conducting a Sources Sought Synopsis to identify potential contractors for the drydocking of four Maritime Security Cutters, Large (WMSL) from fiscal year 2026 to 2030. The procurement aims to assess the interest and capability of businesses to perform extensive maintenance tasks, including hull inspections and repairs of critical systems, which require coordination with original equipment manufacturers (OEMs). The performance period for this contract is set from January 27, 2026, to September 30, 2030, involving four planned drydocks and one emergent drydock, with interested parties required to submit a capability statement by April 27, 2025. For further inquiries, potential respondents can contact Kiya Plummer-Dantzler at kiya.R.Plummer-Dantzler@uscg.mil or by phone at 206-820-3678.
USCGC-SEQUOIA-UNPLANNED-DRYDOCK-REPAIRS
Buyer not available
The Department of Homeland Security, specifically the U.S. Coast Guard, is seeking contractors for unplanned dry-dock repairs to the USCGC Sequoia (WLB 215) under a combined synopsis/solicitation. The procurement aims to secure comprehensive maintenance services, including the overhaul of the main reduction gear and other critical repairs, to ensure the vessel's operational readiness. This contract is vital for maintaining the Coast Guard's maritime capabilities and safety standards, with a firm fixed price anticipated to commence on June 3, 2025, and conclude by September 1, 2025. Interested contractors must submit their quotations by April 21, 2025, and can direct inquiries to Iran N. Walker at Iran.N.Walker@uscg.mil or Sandra Martinez at sandra.a.martinez@uscg.mil.
USNS William McLean MTA 2025
Buyer not available
The Department of Defense, specifically the Department of the Navy, is soliciting proposals for maintenance and technical assistance (MTA) for the USNS William McLean (T-AKE 12) for fiscal year 2025. The procurement focuses on shipbuilding and repairing services, requiring contractors to demonstrate their capabilities in dry dock services, safety protocols, and compliance with military operational standards. This opportunity is critical for ensuring the operational readiness and safety of military vessels, with performance expected to take place in Virginia, United States. Interested contractors should direct inquiries to Christina Guevara at christina.a.guevara.civ@us.navy.mil or Edward Ruhling at edward.v.ruhling.civ@us.navy.mil, with proposals due by the specified deadlines.
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, is soliciting proposals for a training program aimed at transitioning Unlicensed Mariners to Licensed Mariners (AB to Mate) in Norfolk, Virginia. 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 safe and comfortable facilities for participants. This initiative is critical for enhancing the technical proficiency and operational safety of civil service mariners, aligning with regulatory compliance and maritime safety standards. Interested contractors should refer to the solicitation documents for detailed requirements and submit their proposals, including pricing information, by the specified deadlines. For inquiries, contact Jordan Castellat at jordan.r.castellat.civ@us.navy.mil or Jim Ellis at james.p.ellis54.civ@us.navy.mil.
Maneuver Support Vessel – Light (MSV(L)) System Technical Support (STS)
Buyer not available
The Department of Defense, specifically the Army Contracting Command - Detroit Arsenal (ACC-DTA), is seeking to procure Systems Technical Support (STS) services for the Maneuver Support Vessel Light (MSV(L)) program through a sole-source Request for Proposal (RFP) issued to Vigor Works, LLC. This procurement is justified under FAR 6.302-1(a)(2)(iii)(B) due to Vigor's status as the Original Equipment Manufacturer (OEM) and the only responsible source capable of meeting the Government's requirements, given the lack of available technical data for competitive re-procurement. The contract will be structured as a five-year Indefinite Delivery Indefinite Quantity (IDIQ), Cost-Plus-Fixed-Fee (CPFF) contract, with an estimated total of 380,493 hours to be procured over its duration. Proposals are due by April 21, 2025, and interested parties can contact Charlene West at charlene.d.west.civ@army.mil for further information.
J019 - SMALL CRAFT MAINTENANCE AND UPGRADE SUPPORT SERVICES
Buyer not available
The Department of Defense, through the Naval Supply Systems Command (NAVSUP) Fleet Logistics Center Norfolk, is soliciting proposals for Small Craft Maintenance and Upgrade Support Services. The contract aims to provide comprehensive maintenance, repair, and upgrade services for a fleet of twenty small vessels utilized by the Naval Oceanographic Office (NAVOCEANO), ensuring compliance with established standards and regulations. This initiative is crucial for maintaining operational readiness and enhancing capabilities in marine surveying and training operations. Interested small businesses must submit their proposals by April 10, 2025, with the contract valued on a firm-fixed-price basis for a five-year period, potentially extending for an additional six months. For further inquiries, contact Joseph Caltagirone at joseph.caltagirone@navy.mil or by phone at 564-226-0669.
SURFACE NAVY CURRICULUM AND TRAINING DEVICE DEVELOPMENT - N6134025R0043
Buyer not available
The Department of Defense, through the Naval Air Warfare Center Training System Division (NAWCTSD), is seeking information from small businesses capable of supporting the development of courseware and training devices for the Surface Navy's Hull, Mechanical, and Engineering (HM&E) sectors. The procurement aims to create new training materials and modify existing curricula across various naval training areas, including firefighting, navigation, and amphibious warfare. This initiative is crucial for enhancing the training capabilities of the Surface Navy and will be conducted under an Indefinite Delivery/Indefinite Quantity (IDIQ) contract, valued at approximately $99 million, with an anticipated award timeframe in the third quarter of FY26. Interested parties, particularly those classified as HUBZone, 8(a), Service-Disabled Veteran-Owned, and Woman-Owned small businesses, should contact Lisa Castelli at lisa.m.castelli2.civ@us.navy.mil or Duane Drury at duane.p.drury.civ@us.navy.mil to express their interest and demonstrate their technical capabilities.
USS RALPH JOHNSON (DDG-114) FY25 5C1 CNO (YOKOSUKA, JAPAN)
Buyer not available
The Department of Defense, through the NAVSUP Fleet Logistics Center Yokosuka, is soliciting proposals for repair and maintenance work on the USS RALPH JOHNSON (DDG-114) scheduled from July 14, 2025, to November 26, 2025. This procurement focuses on various structural and operational tasks, including rigging, sheet metal work, and system testing, essential for maintaining the operational readiness of the naval vessel. The selected contractor must adhere to strict safety and quality assurance standards while managing both government-furnished and contractor-furnished materials. Interested parties must submit their proposals by April 18, 2025, and can request access to the work specification package by contacting Risa Sakurai at risa.sakurai.ln@us.navy.mil or Peter Arrieta at peterjommel.s.arrieta.ln@us.navy.mil by April 11, 2025.
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 contractors to provide Incident Command System (ICS) and Oil and Hazardous Substance Tabletop Exercise (OHSTTX) training courses. This procurement aims to establish a firm-fixed-price Indefinite Delivery Indefinite Quantity (IDIQ) contract to support the Naval Safety and Environmental Training Center in Norfolk, Virginia, with a focus on enhancing safety and environmental training capabilities. The opportunity is set as a 100% Small Business Set-Aside under NAICS code 611430, with a size standard of $15 million, and emphasizes the importance of high-quality training services in emergency management. Interested vendors must submit their proposals electronically by the specified deadlines, with the solicitation expected to be available around March 27, 2025, and questions due by April 2, 2025. 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.