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, through the Maritime Administration (MARAD), is soliciting proposals for RFP 693JF726R000002, aimed at providing career services and workforce development support for the U.S. Merchant Marine Academy (USMMA) and State Maritime Academies (SMAs). The contract, which is a 100% Total Small Business Set-Aside, encompasses a base year from April 1, 2026, to March 31, 2027, with four additional one-year options, focusing on individualized career counseling, job placement assistance, and workforce assessments to enhance the maritime workforce. This initiative is critical for maintaining a qualified maritime workforce and includes optional outreach to K-12 students to promote maritime education. Proposals are due by December 22, 2025, and interested parties should direct inquiries to Durba Ray at durba.ray@dot.gov, with all submissions and past performance questionnaires required to be emailed by the specified deadlines.

    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.
    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
    Lay Berthing Services for Long-Term Safe Lay Berth for Ro/Ro CAPE R Vessels
    Buyer not available
    The U.S. Department of Transportation's Maritime Administration (MARAD) is seeking capable sources for lay berthing services for two Ro/Ro CAPE R vessels, specifically the MV CAPE RISE and MV CAPE RACE, on the U.S. East Coast. The procurement aims to establish exclusive-use, long-term safe lay berth capabilities that include secure berthing, continuous access, and pier-side maintenance support, while ensuring compliance with environmental regulations. This requirement is critical for maintaining the readiness of MARAD's Ready Reserve Force vessels, which are essential for rapid Department of Defense (DoD) sealift missions. Interested parties must submit capability statements by December 15, 2025, to Henry H. Puppe at henry.puppe@dot.gov, with the potential for a small business set-aside based on responses received.
    Sources Sought Notice- Layberthing Services for Long-Term Safe Layberth for Ro/Ro Cape H Vessels
    Buyer not available
    The Department of Transportation's Maritime Administration (MARAD) is conducting a Sources Sought Notice to identify potential providers for Layberthing Services for three Roll-on/Roll-off (Ro/Ro) vessels: MV Cape Henry, MV Cape Horn, and MV Cape Hudson, located on the U.S. West Coast. The requirement includes continuous, secure, and safe exclusive-use lay berthing, along with pier-side maintenance, utilities, and adherence to environmental compliance, ideally situated near support infrastructure. This opportunity is crucial for ensuring the operational readiness and maintenance of these vessels, which play a significant role in maritime logistics. Interested parties must submit capability statements by December 17, 2025, at 4:30 PM EST to Lisa Miles at lisa.miles@dot.gov, detailing their qualifications and experience, as this notice is part of MARAD's market research and does not constitute a solicitation for proposals or bids.
    Broad Agency Announcement for Qualified Vessel Operators to act as General Agent for Vessels Owned, Controlled or Time-Chartered by the Maritime Administration
    Buyer not available
    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
    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.
    FY26 USNS KANAWHA MTA
    Buyer not available
    The Department of Defense, specifically the Department of the Navy, is soliciting proposals for the FY26 USNS KANAWHA Maintenance and Technical Assistance (MTA) contract. This procurement is aimed at securing services related to shipbuilding and repairing, with a focus on non-nuclear ship repair as indicated by the associated NAICS and PSC codes. The contract is set aside for small businesses, emphasizing the government's commitment to fostering small business participation in federal contracting. Interested parties must submit their proposals by December 12, 2025, at 3:00 PM EST, and can direct inquiries to Susan Bryant at susan.b.bryant.civ@us.navy.mil or by phone at 757-777-4648.
    USNS LENTHALL (T-AO 189) MTA
    Buyer not available
    The Department of Defense, specifically the Department of the Navy, is seeking proposals for the Midterm Availability of the USNS LENTHALL (T-AO 189), with a focus on shipbuilding and repair services. The contract requires the selected contractor to prepare for and accomplish specified tasks in accordance with the work item package, with an anticipated performance period from August 15, 2026, to October 30, 2026, at the contractor's facility located on the East or Gulf Coast. This opportunity is a total small business set-aside, reflecting the agency's expectation of receiving multiple proposals from small businesses, and interested parties must sign a Use and Non-Disclosure Agreement to access government technical data. Proposals will be accepted following the solicitation release on or about September 30, 2025, and inquiries can be directed to Samuel N. Queen at samuel.n.queen2.civ@us.navy.mil or Marcin Krauze at marcin.krauze.civ@us.navy.mil.
    USCGC Kathleen Moore DS FY26
    Buyer not available
    The Department of Homeland Security, specifically the U.S. Coast Guard, is seeking qualified contractors for dockside repairs on the USCGC Kathleen Moore (WPC-154) for fiscal year 2026. The procurement includes essential repair tasks such as renewing grey water piping and resealing interior wet deck coverings, with a focus on compliance with Coast Guard specifications and environmental regulations. This contract is particularly significant as it is set aside for small businesses, including Women-Owned Small Businesses, and emphasizes the importance of maintaining the operational readiness of the vessel. Interested parties should direct inquiries to Maryjean Falkenstein at maryjean.e.falkenstein@uscg.mil or Jaime R. Smith at Jaime.R.Smith@uscg.mil, with proposals due by December 15, 2025.
    DRYDOCK: USCGC SEA HORSE DD FY2026
    Buyer not available
    The Department of Homeland Security, specifically the U.S. Coast Guard, is seeking qualified contractors for the drydock repairs of the USCGC SEA HORSE (WPB-87361) scheduled for fiscal year 2026. The procurement involves comprehensive repair and maintenance tasks, including hull preservation, propulsion system maintenance, electrical inspections, and various structural modifications, all adhering to Coast Guard and industry standards. This opportunity is critical for ensuring the operational readiness and safety of the vessel, which plays a vital role in maritime security. Interested small businesses must submit their offers by December 15, 2025, after inspecting the site and addressing any questions by December 5, 2025. For further inquiries, contractors can contact Maggie Trader at Maggie.L.Trader@uscg.mil or LaToya Sorrell at Latoya.N.Sorrell@uscg.mil.
    DRYDOCK: USCGC SWORDFISH & OSPREY DD FY26
    Buyer not available
    The Department of Homeland Security, specifically the U.S. Coast Guard, is seeking qualified small businesses to perform drydock repairs for the USCGC SWORDFISH and USCGC OSPREY during fiscal year 2026. The procurement involves extensive maintenance and repair work, including ultrasonic testing, hull preservation, mechanical overhauls, and system upgrades, with specific performance periods set for each vessel. These repairs are critical for maintaining the operational readiness and safety of the Coast Guard's fleet. Interested contractors should contact Taylor Cregan at Taylor.S.Cregan@uscg.mil or LaToya Sorrell at Latoya.N.Sorrell@uscg.mil for further details, and must acknowledge receipt of the solicitation amendment by the specified deadline to ensure their offers are considered.
    USCGC MALLET (WLIC 75304) Dry Dock Availability (FY25) FY26
    Buyer not available
    The Department of Homeland Security, specifically the U.S. Coast Guard, is seeking qualified contractors for the dry dock availability of the USCGC MALLET (WLIC 75304) in Fiscal Year 2026. The procurement involves comprehensive drydock repairs, including hull preservation, inspection and overhaul of propulsion components, and cleaning of various tanks, with the contract expected to be awarded as a Single Award Firm-Fixed Price Contract. This opportunity is crucial for maintaining the operational readiness of the vessel and ensuring compliance with Coast Guard standards. Interested small businesses must submit their quotations by 8 AM EST on December 10, 2025, and can direct inquiries to Jerrod Gonzales or Sandra Martinez via email.