This is a COMBINED SYNOPSIS/SOLICITATION for commercial items prepared in accordance with the information in FAR Subpart 12.6, using Simplified Acquisition Procedures for commercial items found at FAR 13, as supplemented with the additional information included in this notice. This announcement constitutes the only solicitation; a written solicitation will not be issued. PAPER COPIES OF THIS SOLICITATION WILL NOT BE AVAILABLE. This combined synopsis/solicitation SHALL be posted on SAM.gov.
The RFQ number is N0060425Q4037. This solicitation documents and incorporates provisions and clauses in effect through FAC 2025-03 and DFARS Publication Notice 01/17/2025. It is the responsibility of the contractor to be familiar with the applicable clauses and provisions. The clauses may be accessed in full text at these addresses: https://www.acquisition.gov/far/ and http://www.acq.osd.mil/dpap/dars/dfarspgi/current/index.html. The NAICS code is 611710 and the Small Business Standard is $24M. This is competitive requirement with a 100% Small Business Set-Aside. The Small Business Office concurs with the set-aside decision.
NAVSUP Fleet Logistics center, Pearl Harbor Regional Contracting Office requests responses from qualified sources capable of providing: Instruction for Small Boat Operator Training Course IAW the Statement of Work (SOW).
The Underwater Construction Team Two, located in Port Hueneme, California has a requirement for qualified combatant craft boat operators training course to support deployment requirements. The requirement under this procurement supports the UCT-2’s Training Department in providing Technical Training Support Services on an interim basis for deploying personnel. Specifically, these services are to conduct Small Combatant Craft Operator Training courses. These courses of instruction will provide basic and advanced boat operator skills-sets, tactics, techniques, standard operating procedures, technical knowledge, and experience of assigned combatant craft’s engineering systems, operation systems, navigation systems, and communication systems.
This will be a single one-time course.
Refer to the attached Statement of Work for full detail
Qty. 1 Group
Period of Performance: 08 September 2025 - 26 September 2025
Delivery: FOB Destination: Port Hueneme, California
Inspection and acceptance: At destination by the Government technical representative
This requirement will result in a Firm-Fixed Price (FFP) purchase order; the method of payment will be accomplished through Wide Area Workflow (WAWF).
Basis for Award: The Government will make award to the quote that provides the Best Value for the Government.
Evaluation:
While price will be a significant factor in the evaluation of offers, the final contract award will be based on BEST VALUE which includes a combination of factors including price, delivery, a determination of responsibility, and technically acceptable low quote. In addition, potential contractors are encouraged to highlight in 1-3 paragraphs any additional specialized equipment or techniques your company believes will enhance students' ability to learn the material specified in the SOW.
In order to be technically acceptable, the contractor must provide a statement in the email response or quote declaring that they take no exception to the attached SOW (Attachment 1- SOW) and is able to provide for all qualification items outlined in the SOW. Or by providing a quote, Quoter acknowledges they take no exceptions to the SOW (Attachment 1- SOW), is able to provide for all items in the SOW, solicitation, or any instruction contained therein.
Quoters must be registered in the System for Award Management (SAM) database to be considered for award. Registration is free and can be completed online at http://www.sam.gov/
Attachments:
Attachment 1 – SOW (review this document for details)
Attachment 2 – Local/Command Small Boat SOP
Attachment 3 - OPNAVINST 1500.75D HIGH-RISK TRAINING
Attachment 4 – FAR 52.204-24 (complete & return)
Attachment 5 – Wage Determination
Attachment 6 – Clauses & Provisions
Submission Requirements: Quotes shall include a detailed breakdown of the quoted prices. Additionally, quotes shall include a completed copy of FAR 52.212-3 (MAR 2025) [located within the Attachment 4 - Clauses & Provisions] and FAR 52.204-24. FAR 52.204- 24 (Complete the highlighted section in paragraph (d)) - FAR 52.212-3 and Alt I (If your annual representations are certifications are current in the System for Award Management (SAM), complete only section (b) (on page 5) by filling out "N/A" in paragraph (b).
Quoters are advised that delays can be experienced with the Government's email system. Additionally, the email system capacity for each email is 10 MB. Emails greater than 10 MB will not be delivered and, consequently, will not be considered. Therefore, quotations exceeding the size limit must be sent via multiple emails. Zip Files are not accepted.
Question(s) regarding this announcement shall be submitted no later than 3:00 PM HST on Wednesday – June 4, 2025.
This announcement will close at 3:00 PM HST on Friday – June 6, 2025. Contact Lyle Perez who can be reached at (808) 473-7967 or email lyle.b.perez.civ@us.navy.mil . All responsible sources may submit a quote which shall be considered by the agency.
******* End of Combined Synopsis/Solicitation *******
AMENDMENT 1
- Posted government questions and answers, see attachments.
- Included an amendment on SOW for additional clarification, see SOW Amend 1 section 4.1.3
- Extended solicitation to close at 3:00 PM HST on Tuesday 10 June 2025
AMENDMENT 2
- Clarification correction on SOW 4.1.3 on the number of instructors; see SOW Amend 2
- Correction on Q&A answers for #1, 3, 10, 15, 19, and 20. See Q&A Amend 2
- Solicitation close date remains the same at 3:00 PM HST on Tuesday 10 June 2025