Simulator Training
ID: N6883625Q0077Type: Sources Sought
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 Mar 26, 2025, 12:00 AM UTC
  2. 2
    Updated Mar 26, 2025, 12:00 AM UTC
  3. 3
    Due Mar 31, 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 from the Corporation of Lower Saint-Lawrence Pilots Inc. This sole source contract aims to provide specialized training for Canadian pilots, enhancing their operational capabilities in navigating the St. Lawrence Seaway with the USS Cleveland (LCS-31). The training is crucial for ensuring safety and effectiveness in riverine conditions, and it is scheduled to take place from April 14 to April 17, 2025. Interested vendors must respond in writing to the primary contact, Lizbeth Pritchard, at lizbeth.pritchard.civ@us.navy.mil, within two business days of the notice to express their ability to meet the requirements, as no formal request for proposals will be issued.

Point(s) of Contact
Files
Title
Posted
Apr 9, 2025, 7:08 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.
Apr 9, 2025, 7:08 PM UTC
The document is an amendment to a previously issued government solicitation, specifically relating to contract N6883625Q0077. It serves to cancel the requirement due to government convenience, citing issues with shipping delays that would not meet specified requirement dates. The amendment confirms that, aside from the noted changes, all other terms and conditions remain unchanged and enforceable. It outlines the necessary actions contractors must take to acknowledge this amendment and ensures that contractors involved must adhere strictly to the new conditions to avoid potential rejection of their offers. The jurisdiction of this amendment falls under the Navy Supply Fleet Command in Corpus Christi, Texas, and is effective as of April 9, 2025. This amendment reflects standard protocol in government contracting to accommodate logistical challenges while maintaining contractual integrity.
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
Combined Synopsis/Solicitation
Simulator Training
Currently viewing
Sources Sought
Similar Opportunities
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.
ESS Tactical Training (PSNS & IMF)
Buyer not available
The Department of Defense, through the Puget Sound Naval Shipyard and Intermediate Maintenance Facility (PSNS & IMF), is seeking proposals from qualified small businesses to provide Engagement Simulation Systems Tactical Scenario Based Training for military and civilian security personnel. The training aims to enhance tactics and procedures for responding to threats against high-value assets, consisting of a one-day refresher course and a two-day initial course, with a maximum of 20 students per session. This contract, identified as solicitation number N4523A25R6020, is critical for ensuring the preparedness and safety of security forces operating within sensitive environments, with a performance period from May 12, 2025, to June 30, 2025. Interested vendors must submit their proposals by April 25, 2025, and direct any questions to the primary contact, Rolf Jacobson, at rolf.a.jacobson.civ@us.navy.mil, by April 16, 2025.
C-40 Flight Simulator Training Follow-on
Buyer not available
The Department of Defense, specifically the Air Force's 763rd Enterprise Sourcing Squadron (763 ESS), is seeking sources for follow-on flight simulator training for the C-40B/C aircraft, which supports executive airlift missions. The procurement requires contractors to provide FAA-approved classroom and simulator training for various pilot courses, including Initial Qualification and Refresher Training, utilizing certified instructors and simulators at an FAA-approved facility. This training is crucial for maintaining pilot readiness and safety standards within the Air Mobility Command and other associated units. Interested businesses, particularly those classified as small disadvantaged, HUBZone, 8(a), Service-Disabled Veteran-Owned, and Woman-Owned Small Businesses, must submit their capabilities and plans for joint ventures by May 6, 2025, to the primary contact, Blake Beckmann, at blake.beckmann@us.af.mil or by phone at 618-256-9951.
Small Boat Operator Training
Buyer not available
The Department of Defense, through the Naval Supply Systems Command (NAVSUP) Fleet Logistics Center Pearl Harbor, is seeking information from potential sources to support the Small Boat Operator Training Course for Underwater Construction Team Two (UCT-2) at Joint Base Pearl Harbor-Hickam. The objective is to enhance the operational capabilities of UCT-2 by providing specialized training for combatant craft operators, addressing a critical gap in formal Navy training for Rigid Hull Inflatable Boat (RHIB) operations. This training will include comprehensive curricula covering boat operations, navigation, engineering systems, safety procedures, and mission planning, with practical applications and assessments to ensure proficiency. Interested vendors are encouraged to submit their capabilities statements and qualifications to Lyle Perez at lyle.b.perez.civ@us.navy.mil, with responses due by the specified deadline. This notice is a request for information only and does not constitute a solicitation or guarantee of a contract award.
3-Step Heavy Equipment Operator Training
Buyer not available
The Department of Defense, through 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 operational readiness 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, with a focus on accommodating varying experience levels among participants. The contract will be awarded as a firm-fixed-price agreement with a base year and two optional years, emphasizing the importance of high-quality training in maintaining safety and efficiency in emergency operations. 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.
SOLE SOURCE OEM ROLLS-ROYCE SOLUTIONS AMERICA INC MTU TRAINING COURSES
Buyer not available
The Department of Defense, through the NAVSUP Fleet Logistics Center Puget Sound, is seeking to procure sole source OEM training courses from Rolls-Royce Solutions America Inc. for MTU systems. This firm fixed-price service contract aims to provide specialized training for Navy personnel, focusing on diesel engines and engine control systems, with sessions scheduled for June and August 2025, and options for up to five additional years. The training is critical for enhancing the operational capabilities of the Navy Region Northwest's Port Operations Department. Interested offerors must submit their quotes by April 18, 2025, at 1200 PDT, and all inquiries should be directed to Contract Specialist Walid Aslan at walid.m.aslan.civ@us.navy.mil.
Underwater Training Targets Support Services
Buyer not available
The Department of Defense, specifically the Department of the Navy through NAVSUP Fleet Logistics Center Norfolk, is seeking proposals for Underwater Training Targets Support Services. The primary objective of this procurement is to provide waterborne capabilities for transporting and deploying large underwater ordnance training targets, essential for the Navy's Explosive Ordnance Disposal training at Joint Expeditionary Base Little Creek-Fort Story. This contract, which will be awarded as a single Indefinite Delivery, Indefinite Quantity (IDIQ) Firm Fixed Price (FFP) agreement, is crucial for enhancing military training capabilities while ensuring compliance with safety and regulatory standards. Interested small businesses must submit their best quotes by the specified deadline, and for further inquiries, they can contact Sherell Brown at sherell.g.brown.civ@us.navy.mil.
U--DMSS-N training for NAVIFOR
Buyer not available
Presolicitation notice from the Department of Defense, Department of the Navy, NAVSUP Fleet Logistics Center Norfolk, for DMSS-N training for Naval Information Forces (NAVIFOR). The training is intended to be conducted under a Firm Fixed Price contract using the procedures of FAR part 13. The requirement is brand-specific and will be solicited with Other Than Full and Open Competition. The resulting contract will be for a one-year period, starting on September 20, 2019, and ending on September 19, 2020. The NAICS code for this acquisition is 611420 with a size standard of $12 million. The complete RFP package will be available for download on or about September 5, 2019, on the NECO Website. Contractors must be registered in the System for Award Management (SAM) database to be eligible for award. For more information, contact the POC identified in the synopsis.
RAST Test Equipment
Buyer not available
The Department of Defense, through the Naval Air Warfare Center Aircraft Division (NAWCAD), intends to enter into a sole-source firm-fixed price Indefinite Delivery Indefinite Quantity (IDIQ) contract with the Canadian Commercial Corporation (CCC) for the production of RAST Sweep-Up Spares. The procurement is aimed at acquiring specialized test equipment, with the CCC subcontracting the entire work to Curtiss-Wright Indal Technologies, Inc., the Original Equipment Manufacturer (OEM) responsible for the design and development of the spares. This equipment is critical for aircraft landing operations, and the government encourages responsible sources to submit information that may influence the decision on whether to open the procurement to competition. Responses must be submitted within 15 days of the notice publication, and interested parties can contact Joshua D. Swindell at joshua.d.swindell.civ@us.navy.mil or by phone at 240-587-2822 for further details.
Royal Saudi Naval Forces (RSNF) Surface Training Systems Sustainment
Buyer not available
The Department of Defense, specifically the Department of the Navy's NAWC Training Systems Division, is soliciting proposals for the sustainment of the Royal Saudi Naval Forces (RSNF) Surface Training Systems. This procurement aims to ensure the continued operational effectiveness of training systems through engineering services, which include maintenance, repair, and rebuilding of training aids and devices. The sustainment of these systems is crucial for maintaining the training capabilities of the RSNF, thereby enhancing their operational readiness. Interested parties are encouraged to contact the primary point of contact, Elle Henning, at elle.a.henning.civ@us.navy.mil or by phone at 407-796-2172, to request the associated RFP documents and for further inquiries.