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
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.
Tritoon Boat and Trailer
Buyer not available
The Department of Defense, through the 60th Contracting Squadron at Travis Air Force Base, is seeking proposals from qualified vendors for a Firm Fixed Price contract to procure a Tritoon Boat and Trailer, specifically set aside for Service-Disabled Veteran-Owned Small Businesses (SDVOSB). The procurement aims to support the Survival, Evasion, Resistance, and Escape (SERE) program's refresher training for aircrew, enhancing operational readiness through realistic water survival training scenarios. Interested vendors must ensure compliance with the specified delivery timelines and provide thorough documentation, including technical specifications and financial statements, with submissions due by May 1, 2025. For further inquiries, vendors can contact Don Salgado at donphillip.salgado@us.af.mil or Maekyla Rosendo at maekylajane.rosendo.3@us.af.mil.
SOLIDWORKS IMPLEMENTATION AND TRAINING
Buyer not available
The Department of Defense, through the Naval Undersea Warfare Center Division (NUWC) in Newport, Rhode Island, is soliciting proposals for SolidWorks Implementation and Training services under Request for Quotation (RFQ) number N6660425Q0433. The procurement aims to enhance the command's Product Data Management (PDM) capabilities by setting up PDM Professional Vaults, relocating existing data, and providing comprehensive training for both administrators and users across multiple departments. SolidWorks is an established system within the command, and this initiative is critical for improving collaboration and data management efficiency while ensuring compliance with security regulations. Interested offerors must submit their quotes by 11:00 a.m. (EST) on April 24, 2025, to Jennifer Vatousiou at jennifer.m.vatousiou.civ@us.navy.mil, with the selection based on a Lowest Price, Technically Acceptable evaluation criterion.
SEWIP AN/SLQ-32(V) Full Rate Production, Design Agent Engineering, and Integration
Buyer not available
The Department of Defense, through the Naval Sea Systems Command (NAVSEA), is preparing to issue a competitive solicitation for the procurement of the Surface Electronic Warfare Improvement Program (SEWIP) AN/SLQ-32(V) Full Rate Production, Design Agent Engineering, and Integration. This opportunity involves an Indefinite Delivery Indefinite Quantity-Multiple Award Contract (IDIQ-MAC) aimed at supporting the design, development, fabrication, integration, and maintenance of various AN/SLQ-32(V) systems and subsystems, which are critical for early detection and protection against anti-ship missiles. The anticipated contract period spans approximately five years, with a potential five-year ordering period option, and interested parties are encouraged to monitor SAM.gov for the solicitation release and must register in SAM to participate. For further inquiries, Ryan Brophy and Matthew Brimmer can be contacted via their respective emails and phone numbers provided in the notice.
CPR/AED/First Aid Training Services
Buyer not available
The Department of Defense, specifically the Naval Undersea Warfare Center Division, Newport (NUWCDIVNPT), is seeking a contractor to provide Adult CPR/AED/First Aid training services for employees handling electrical equipment over 30 volts, as mandated by OPNAV M-5100.23. The training must be conducted in-person and adhere to standards set by either the American Heart Association (AHA) or the American Red Cross (ARC), covering various emergency scenarios and ensuring participants receive certification valid for two years. This initiative underscores the importance of equipping personnel with essential life-saving skills while fostering small business participation in federal contracts, with a submission deadline for quotes set for April 23, 2025. Interested parties can direct inquiries to Kenneth Chaffey at kenneth.l.chaffey.civ@us.navy.mil or Teresa Michael at teresa.m.michael2.civ@us.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.
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.
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.
28--SEAL,BALANCE, IN REPAIR/MODIFICATION OF
Buyer not available
The Department of Defense, specifically the Department of the Navy, is soliciting proposals for the repair and modification of SEAL, BALANCE components through NAVSUP Weapon Systems Support Mechanicsburg. The procurement requires contractors to provide a Repair Turnaround Time (RTAT) of 325 days, with specific guidelines for inspection, testing, and quality assurance to ensure compliance with military standards. This contract is crucial for maintaining operational readiness and functionality of naval equipment, emphasizing the importance of timely and quality repairs. Interested contractors should submit their quotes by April 25, 2025, and can direct inquiries to MaCayla Welsh at macayla.n.welsh.civ@us.navy.mil or by phone at 717-605-2338.
Royal Saudi Naval Forces (RSNF) Surface Training Systems Sustainment
Buyer not available
The Department of Defense, specifically the Department of the Navy's Naval Air Warfare Center 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 ongoing operational effectiveness and maintenance of training systems critical for the RSNF, which plays a vital role in maritime security and defense capabilities. The solicitation has undergone several amendments, including an extension of the proposal due date to May 12, 2025, and updates to various attachments and requirements. Interested parties should contact the primary point of contact, Elle Henning, at elle.a.henning.civ@us.navy.mil or by phone at 407-796-2172 for further details and to obtain the associated RFP documents.