RFP 693JF726R000002
ID: 693JFtrainingType: Solicitation
Overview

Buyer

TRANSPORTATION, DEPARTMENT OFMARITIME ADMINISTRATION693JF7 DOT MARITIME ADMINISTRATIONWASHINGTON, DC, 20590, USA

NAICS

Employment Placement Agencies (561311)

PSC

EDUCATION/TRAINING- GENERAL (U009)

Set Aside

Total Small Business Set-Aside (FAR 19.5) (SBA)
Timeline
    Description

    The Department of Transportation, specifically the Maritime Administration (MARAD), is seeking proposals for RFP 693JF726R000002 to provide Training Career Services and Workforce Development Support at the U.S. Merchant Marine Academy (USMMA) and State Maritime Academies (SMAs). The contract, which is a Total Small Business Set-Aside, aims to enhance career development, workforce planning, and industry engagement for maritime graduates, including services such as individualized career counseling, job placement assistance, and workforce assessments. This initiative is crucial for maintaining a qualified maritime workforce and promoting maritime education among K-12 students. Proposals are due by December 30, 2025, at 2 PM EST, and interested parties should direct inquiries and submissions to Durba Ray at durba.ray@dot.gov, with a copy to Brian Wiley and Tia Belton.

    Files
    Title
    Posted
    This government document, Amendment of Solicitation/Modification of Contract 00001, issued by the U.S. DOT/Maritime Administration, Office of Acquisition MAR-380, outlines procedures for amending solicitations or modifying existing contracts. It details the methods for offerors to acknowledge receipt of amendments—either by completing specified items on the amendment form, acknowledging receipt on each copy of the offer, or through a separate written or electronic communication referencing the solicitation and amendment numbers. Failure to acknowledge receipt by the stipulated deadline may lead to the rejection of an offer. The document also specifies that changes to an already submitted offer due to an amendment must be made in writing or electronically and received before the opening hour and date. The purpose of this specific amendment (Amendment One) is to correct the period of performance to April 1, 2026, through March 31, 2031, with all other terms and conditions of the RFP remaining unchanged.
    This government file is an amendment to a solicitation or a modification to a contract/order, specifically Amendment Two to RFP 693JF726R000002. The core purpose of this amendment is to extend the Request for Proposal (RFP) closing date from December 22, 2025, to December 30, 2025, at 2 PM EST. All other terms and conditions of the original solicitation remain unchanged. The document outlines the methods for acknowledging receipt of the amendment, such as by completing specific items on the form or by separate communication, and warns that failure to acknowledge receipt prior to the specified deadline may result in the rejection of an offer. It also provides contact information for the U.S. DOT/Maritime Administration's Office of Acquisition.
    RFP 693JF725R000022 outlines a comprehensive plan by the Maritime Administration to procure career support and workforce development services for graduates of the USMMA and SMA. The RFP details a base year and four option years, each including career counseling, data reporting, analyses, travel, and workforce development support. Key services include bi-annual maritime industry workforce assessments, developing and maintaining a workforce model, detailed performance reports, strategic recommendations for workforce sustainability, and monthly activity reports. The optional outreach component focuses on promoting maritime education and training, participating in outreach events, and attracting K-12 students to maritime institutions through programs like the Student Incentive Program (SIP) and the Strategic Sealift Midshipmen Program (SSMP). The document also includes a pricing sheet with proposed costs for each item across the base and option years, emphasizing a fixed-firm-price (FFP) structure for most services and indicating a cost basis for travel.
    The Maritime Administration's Past Performance Evaluation Questionnaire (RFP 693JF726R000002 Attachment Two) is a five-page document designed to assess contractor performance for education and training services. It is divided into two main sections: Contractor Information and Respondent Information. The questionnaire gathers details such as contract numbers, types (Firm-Fixed-Price, Indefinite Quantity/Task Order, Cost-Reimbursement), start/end dates, and contract values. Respondents are asked to evaluate the contractor's performance using a four-tier grading system: Highly Satisfactory/High Confidence, Satisfactory/Confidence, Unsatisfactory/No Confidence, and Not Applicable/Unknown Confidence. The evaluation covers various aspects including quality of services and maintenance, adherence to schedules, compliance with regulations, manpower, financial stability, problem identification, and corrective actions. The completed questionnaire is to be emailed by 2:00 pm ET on 10/24/25 to durba.ray@dot.gov and cc Brian.Wiley.ctr@dot.gov. This document is crucial for the Maritime Administration to assess past performance and inform future contract awards.
    The Maritime Administration (MARAD) is issuing an RFP for career services and workforce development support at the U.S. Merchant Marine Academy (USMMA) and State Maritime Academies (SMAs). The contract, with a base year and four option years, aims to provide career counseling, employment preparation, and workforce assessments for graduates with service obligations. Key tasks include individualized student support, bi-annual afloat job market assessments, annual reports on graduate employment, and management of a graduate database. Workforce development tasks involve biannual industry assessments, maintaining a workforce model, and strategic recommendations for sustainability. Optional services include K-12 outreach to promote maritime education. Proposals are due by December 22, 2025, and must include a technical proposal and past performance examples. The solicitation is a 100% Total Small Business Set-aside, and offerors must be registered with SAM.gov.
    The Maritime Administration (MARAD) has issued an RFP (Solicitation #693JF726R000002) for Training Career Services & Workforce Development Support at the U.S. Merchant Marine Academy (USMMA) and State Maritime Academies (SMAs). The contract, a 100% Total Small Business Set-aside, will have a base year (April 1, 2026 - March 31, 2027) and four one-year options. The scope of work includes career support services for USMMA and SMA graduates, workforce development support for the maritime industry, and optional K-12 outreach. Key services involve individualized career counseling, job placement assistance, bi-annual afloat job market assessments, annual reports on graduate employment, and the development of a graduate tracking database. Workforce development tasks include semi-annual industry assessments, a workforce model, performance reports, and engagement with educators and industry professionals. Optional outreach aims to promote maritime education and federal programs to K-12 students. Proposals are due by December 22, 2025, and will be evaluated based on best value under FAR Part 12, requiring a technical proposal and past performance examples.
    Lifecycle
    Title
    Type
    RFP 693JF726R000002
    Currently viewing
    Solicitation
    Similar Opportunities
    Broad Agency Announcement for Qualified Vessel Operators to act as General Agent for Vessels Owned, Controlled or Time-Chartered by the Maritime Administration
    Transportation, Department Of
    Special Notice: Transportation, Department of, Maritime Administration is seeking feedback on a draft application and agreement terms and conditions for becoming a General Agent. This opportunity is open to interested parties eligible to be awarded a General Agency Agreement as an agent of the United States of America. The purpose of this notice is to gather comments and feedback on the draft application and agreement terms and conditions. The General Agent will act on behalf of the Director, National Shipping Authority (NSA) of the Maritime Administration (MARAD), Department of Transportation. The draft application specifies that agent appointments will be restricted to U.S. citizens who are operators of vessels meeting specific criteria. Dry cargo vessels must have a length along the waterline (LWL) of 450 feet or greater and a cargo capacity of 7500 Dead Weight Tons (DWT) or greater. Tankers must have a cargo capacity of 25,000 DWT or greater. Interested vendors are invited to provide feedback/comments on the draft application and agreement terms and conditions by February 28, 2020, at 10:00 AM Eastern. The feedback/comments should be submitted via email to the Contracting Officer, Tina Gillespie-Lucas, at tina.gillespielucas@dot.gov. Please note that this draft is not a solicitation for government services and no awards will be made based on this draft. Interested vendors are advised to thoroughly read the draft and submit their comments by the designated date and time. Responses to feedback/comments are expected to be posted on beta.SAM.gov after the closure of this draft announcement.
    USNS MEGAR EVERS 2026 MTA
    Dept Of Defense
    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.
    Time Charter Lease for Transportation and Logistics Support in Support of United States Coast Guard (USCG)
    Homeland Security, Department Of
    The Department of Homeland Security, specifically the United States Coast Guard (USCG), is soliciting proposals for a Multiple-Award Indefinite Delivery, Indefinite Quantity (MA IDIQ) contract to provide command, control, and logistics support services for USCG missions. The contract will require the provision of U.S.-built vessels capable of operating in various regions, including the Caribbean Basin and Polar Regions, with specific operational capabilities such as a 2,000 nautical mile range and a 30-day endurance at sea. This procurement is crucial for ensuring effective maritime operations and support for USCG missions, with a total funding ceiling of $99 million over a five-year period. Interested parties must submit their proposals by January 8, 2026, and can direct inquiries to Justin Geisendaffer or Sara Andrukonis via their provided email addresses.
    Defense Maritime Solutions - Wartsila Shaft & Rudder Seal Kits for Various Class Vessel's across Coast Guard
    Homeland Security, Department Of
    The Department of Homeland Security, specifically the U.S. Coast Guard, is soliciting proposals for Defense Maritime Solutions (DMS) Shaft & Rudder Seal Kits for various class vessels. The procurement requires Original Equipment Manufacturer (OEM) parts from DMS or its authorized distributors, ensuring compatibility and performance for cutter boat maintenance, with no substitutes allowed. This five-year requirements-type contract, effective from March 2, 2026, to March 1, 2031, includes Firm-Fixed Price Delivery Orders, with a minimum order value of $18.99 and a maximum of $8,468,353. Proposals are due by January 14, 2026, and interested parties should direct inquiries to William Zittle or Mark Cap via the provided contact details.
    Time Charter Lease for Transportation and Logistics Support in Support of United States Coast Guard (USCG)
    Homeland Security, Department Of
    The Department of Homeland Security, specifically the United States Coast Guard (USCG), is seeking proposals for a Time Charter Lease to provide transportation and logistics support services essential for enhancing USCG operations. The objective of this procurement is to facilitate effective execution of USCG missions by supplying at-sea replenishment and related support, with the contractor responsible for operating and maintaining the vessel under USCG oversight. This opportunity is critical for ensuring operational readiness in the Caribbean Basin and Gulf of America, with a contract period consisting of a 6-month base and a 6-month option. Interested parties should direct inquiries to Justin Geisendaffer or Sara Andrukonis via email, and proposals are due by January 8, 2026, with a total estimated contract value of $3.6 million for both periods.
    CGC FORWARD AA DS FY26
    Homeland Security, Department Of
    The Department of Homeland Security, specifically the U.S. Coast Guard, is seeking qualified small businesses to provide dockside maintenance and repair services for the USCGC FORWARD (WMEC-911) during Fiscal Year 2026. The procurement encompasses a range of tasks including cleaning and inspecting fuel and ballast tanks, load testing power supplies, and preserving helicopter operating areas, with an emphasis on adhering to Coast Guard standards and environmental compliance. This contract is crucial for maintaining the operational readiness of the vessel, ensuring it meets safety and performance standards. Interested parties should note that the period of performance is from April 8, 2026, to May 22, 2026, with a bid closing date of December 30, 2025. For further inquiries, contact Kimberly Burtwell at kimberly.y.burtwell@uscg.mil or Alissa Gavalian at alissa.gavalian@uscg.mil.
    USCGC ESCANABA Dockside Repairs FY2026
    Homeland Security, Department Of
    The Department of Homeland Security, specifically the U.S. Coast Guard, is seeking qualified small businesses to perform dockside repairs on the USCGC ESCANABA (WMEC-907) for fiscal year 2026. The scope of work includes structural, electrical, and coating preservation tasks, with specific requirements for cleaning, inspecting, and overhauling various ship components, as well as adherence to federal acquisition regulations and Coast Guard standards. This contract is crucial for maintaining the operational readiness of the vessel, ensuring compliance with safety and performance standards. Interested contractors must submit their proposals by January 13, 2026, and can contact Chelsea Clark at Chelsea.Clark@uscg.mil or Kaity George at kaity.george@uscg.mil for further information.
    Marine Boatyard Support and Industrial Support Lot III Follow-on MAC-IDIQ
    Dept Of Defense
    The Department of Defense, through the Southwest Regional Maintenance Center, is preparing to issue a Request for Proposal (RFP) for the Marine Boatyard Support and Industrial Support Lot III Follow-on MAC-IDIQ contract. This procurement aims to secure management, material support services, labor, supplies, and equipment necessary for marine boatyard and industrial support, including modifications, upgrades, and repairs to various non-commissioned boats and crafts primarily in the San Diego area. The successful contractor will be responsible for pier-side repairs and must adhere to the latest specifications and standards, with the contract expected to be awarded as a Firm-Fixed Price (FFP) solicitation in January 2026. Interested small businesses are encouraged to contact Natalie Arenz or Alondra Moreno for further information and to monitor the solicitation's release on the designated government websites.
    Unmanned Maritime Systems (UMS) Support
    Dept Of Defense
    The Department of Defense, specifically the Naval Surface Warfare Center, is soliciting proposals for Unmanned Maritime Systems (UMS) support under the Seaport NxG Multiple Award Contract (MAC), designated as N6133126R3102. This opportunity is exclusively available to holders of the Seaport MAC and is set aside for Service-Disabled Veteran-Owned Small Businesses (SDVOSBC). The UMS support is critical for enhancing naval operations and capabilities, reflecting the increasing importance of unmanned systems in maritime environments. Interested parties must submit their responses via the PIEE Solicitation Module by January 16, 2026, at 4 PM CST. For further inquiries, contact Melissa Ryan at melissa.m.ryan12.civ@us.navy.mil or Matthew Hammond at matthew.a.hammond4.civ@us.navy.mil.
    USS JOHN P MURTHA (LPD 26) FY27 Docking Selected Restricted Availability
    Dept Of Defense
    The Department of Defense, through the Naval Sea Systems Command (NAVSEA), is conducting market research for the FY27 Docking Selected Restricted Availability (DSRA) of the USS JOHN P MURTHA (LPD 26), with a focus on identifying industry capabilities for maintenance and modernization work. The anticipated contract will involve approximately 158,000 man-days for maintenance and 26,000 for modernization, including significant repairs to the ship's hull structure, propulsion, and various systems, with a contract type expected to be firm-fixed price. This initiative is part of a pilot program aimed at enhancing planning and coordination between the Navy and contractors, with the RFP release anticipated in August 2026. Interested parties must submit their letters of interest by January 8, 2026, to the designated contacts, Brian Romano and James Thomas, via the provided email addresses.