Professional and Technical Support Services for, Survival Evasion Resistance Escape (SERE), and Personnel Recovery (PR) Related Training Programs
ID: H9224025I0004Type: Sources Sought
Overview

Buyer

DEPT OF DEFENSEUS SPECIAL OPERATIONS COMMAND (USSOCOM)NAVAL SPECIAL WARFARE COMMANDSAN DIEGO, CA, 92155-5583, USA

NAICS

All Other Miscellaneous Schools and Instruction (611699)

PSC

EDUCATION/TRAINING- OTHER (U099)
Timeline
  1. 1
    Posted Mar 19, 2025, 12:00 AM UTC
  2. 2
    Updated Mar 19, 2025, 12:00 AM UTC
  3. 3
    Due Apr 4, 2025, 4:00 PM UTC
Description

The Department of Defense, through the Naval Special Warfare Command (NSWC), is seeking qualified vendors to provide professional and technical support services for Survival Evasion Resistance Escape (SERE) and Personnel Recovery (PR) training programs. The procurement aims to secure high-quality instructional delivery, curriculum development, and logistics support for Navy SEALs and other special operations personnel, ensuring they are adequately prepared for potential capture scenarios. This opportunity is critical for maintaining rigorous training standards and compliance with federal and military regulations. Interested parties must submit their capability statements and relevant experience by April 4, 2025, to Kristen Lawrence at Kristen.K.lawrence.civ@socom.mil, with the anticipated contract structured as a Firm Fixed Price Indefinite Delivery/Indefinite Quantity (IDIQ) for a five-year performance period.

Point(s) of Contact
Files
Title
Posted
Mar 19, 2025, 6:05 PM UTC
The document outlines various budget allocations and logistical considerations for educational programs categorized by student numbers spanning several years, primarily targeting the period from September 2025 to September 2030. Each section details the number of students per unit, associated costs, and travel expenditures for instructors. Specific entries illustrate financial frameworks for different program iterations identified by ELIN codes, with successive range categorizations (1-10, 10-20, etc.) indicating an increasing scale of student participation. Highlighted expenses include costs per student, total amounts for instructional staff, and projected travel costs for instructors. However, many entries show zero costs or errors in calculation, indicating ongoing data management issues. Additionally, these programs cover various geographical locations such as San Diego, California, and Kodiak, Alaska. The purpose of the report is to enable effective grant and contract management within government RFPs, ensuring proper funding allocation and logistical planning for educational initiatives across specified populations. Overall, the document serves as a framework for tracking and managing resources in alignment with government educational objectives.
The document outlines the Performance Work Statement (PWS) for the Naval Special Warfare Command’s requirement for professional and technical support services for Survival Evasion Resistance Escape (SERE) and Personnel Recovery (PR) training programs. It establishes the need for contractors to deliver high-quality instructional, curriculum, and logistics support to Navy SEALs, Special Warfare Combatant-craft Crewmen, and Combat Support personnel. Key components include a five-year contract period, various training sites, required personnel qualifications, contractor responsibilities for managing trained staff, and ensuring safety and security during high-risk training activities. The document emphasizes the importance of compliance with federal, state, and military regulations, as well as maintaining rigorous training standards to prepare personnel for potential capture scenarios. The contractor is also expected to manage operations effectively, provide continuous quality control, and adapt to project requirements and scheduling. Additionally, it outlines security protocols for safeguarding government information and materials, as well as environmental responsibilities associated with training activities. The PWS aims to ensure that all operational needs are met while enhancing the capability of Navy personnel in critical situations.
Mar 19, 2025, 6:05 PM UTC
The Naval Special Warfare Command has issued a Sources Sought/Request for Information aimed at gathering capabilities from organizations to provide professional and technical support services for Survival Evasion Resistance Escape (SERE) and Personnel Recovery (PR) training programs used by U.S. Special Operations Command. This document is not a solicitation or proposal request, but rather seeks input for planning purposes regarding full service support which includes instructional delivery, curriculum development, and logistics. Interested companies are invited to present their qualifications and any relevant previous experience, with a focus on delivering safe, high-quality instruction. Submissions must also include company information, potential barriers to fulfilling the requirement, and a response by April 4, 2025. The anticipated contract type is a Firm Fixed Price Indefinite Delivery/Indefinite Quantity (IDIQ) for a five-year performance period. The requirement aligns with NAICS code 611699, pertaining to miscellaneous educational and training services.
Similar Opportunities
Combat Technical Rescue (CTR) EOD Rigging & Ordnance Extrication (ROE) Training
Buyer not available
The Department of Defense, through the NAVSUP Fleet Logistics Center San Diego, is soliciting proposals for a total Small Business set-aside contract to provide Combat Technical Rescue (CTR) EOD Rigging & Ordnance Extrication (ROE) training courses for EOD Groups ONE and TWO. The procurement aims to enhance the capabilities of EOD personnel by delivering comprehensive training in rigging, extrication, and heavy-lift operations, with a focus on safety and operational readiness across various locations, including San Diego, Guam, and Spain. This Indefinite Delivery, Indefinite Quantity (IDIQ) contract will span a five-year period, consisting of a one-year base period and four one-year options, with a total estimated value of $1,840,000. Interested contractors must submit their proposals by the specified deadline and are encouraged to register in the SAM database prior to submission; for further inquiries, they can contact Christine Jordan at christine.jordan@navy.mil or call 619-556-6121.
NIEF Production Support Services
Buyer not available
The Department of Defense, through the Naval Information Warfare Center (NIWC) Pacific, is seeking contractors for the NIEF Production Support Services contract, which encompasses a range of activities including basic research, system design, prototype development, and lifecycle support for Command, Control, Communications, Computer, Intelligence, Surveillance, and Reconnaissance (C4ISR) systems. This procurement aims to integrate advanced technologies with both Commercial-Off-The-Shelf (COTS) and Government Off-the-Shelf (GOTS) solutions to meet the joint C4ISR and Cybersecurity needs of various military branches, including the Navy, Marine Corps, Air Force, Army, and Coast Guard, as well as other government agencies. The solicitation, anticipated to be released in April 2025, will be a full and open competition for a Multiple Award Indefinite Delivery/Indefinite Quantity (IDIQ) contract with a seven-year ordering period and an estimated total effort of 315,840 hours. Interested parties can contact Contract Specialist Marianito J Rosal at marianito.rosal@navy.mil or by phone at 619-553-1398 for further information.
SEAL
Buyer not available
The Department of Defense, specifically the Department of the Navy through NAVSUP Weapon Systems Support Mechanical, is soliciting proposals for the repair of SEAL equipment under a federal contract. The procurement requires contractors to provide a Repair Turnaround Time (RTAT) of 41 days, with specific quality assurance and inspection standards to be met, ensuring that all repairs comply with the operational and functional requirements outlined in the contract. This opportunity is critical for maintaining the operational readiness of naval equipment, emphasizing the importance of timely and quality repairs. Interested contractors should submit their quotes, including pricing and RTAT details, to Kristina Alexander at KRISTINA.ALEXANDER@NAVY.MIL or by phone at 717-605-6055, with the solicitation details available for review.
CPR/AED AND FIRST AID TRAINING SERVICES
Buyer not available
The Department of Defense, through the Naval Facilities Engineering Systems Command (NAVFAC) Mid-Atlantic, is seeking qualified businesses to provide Cardiopulmonary Resuscitation (CPR) and Automated External Defibrillator (AED) training services, along with First Aid training for personnel engaged in high-risk tasks. The training will include in-person, on-site sessions covering Adult CPR, AED, and First Aid, and will be supplemented by a Learning Management System (LMS) for scheduling and tracking certifications. This initiative underscores the importance of workforce preparedness and safety, particularly for employees working in environments with potential cardiac arrest risks. Interested parties must submit a capabilities package by April 15, 2025, to Darlene H. Tucker at darlene.h.tucker.civ@us.navy.mil, with the contract anticipated to span from May 5, 2025, to May 4, 2030, under NAICS Code 611699, which has a size standard of $16.5 million.
28--SEAL, PROPUL SHA
Buyer not available
The Department of Defense, specifically the Department of the Navy through NAVSUP Weapon Systems Support Mechanicsburg, is soliciting quotes for the procurement of 10 units of the SEAL, PROPUL SHA, under a firm fixed-price contract. This procurement is critical for maintaining operational capabilities, as the SEAL is a component used in turbine and turbine generator set units, which are essential for various naval applications. Interested vendors must ensure compliance with specific quality assurance and inspection requirements, including the prohibition of mercury contamination, and are required to submit their quotes by April 18, 2025. For further inquiries, potential offerors can contact Vincent Molesky at 717-605-3353 or via email at vincent.molesky@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.
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.
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.
SEAL KIT
Buyer not available
The Department of Defense, specifically the Department of the Navy through NAVSUP Weapon Systems Support Mechanicsburg, is soliciting proposals for the manufacture of a SEAL KIT under a Total Small Business Set-Aside. The procurement requires that the SEAL KIT meets specific material and physical requirements, with a focus on compliance with military standards for marking, configuration control, and shelf-life management. This SEAL KIT is critical for various applications within the Navy, ensuring operational readiness and reliability of equipment. Interested vendors should contact Joshua D. Martin at 717-605-4356 or via email at JOSHUA.D.MARTIN76.CIV@US.NAVY.MIL for further details, as the solicitation includes multiple contract line items and emphasizes the importance of quality assurance and compliance with specified standards.
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.