EWTGPAC Technical Training Instructional Services
Overview
Buyer
Place of Performance
NAICS
PSC
Set Aside
Original Source
Timeline
Qualification Details
Fit reasons
- NAICS alignment with historical contract wins in similar service areas.
- Scope strongly matches core technical capabilities and delivery model.
Risks
- Past performance thresholds may require one additional teaming partner.
- Potential clarification needed on staffing minimums before bid/no-bid.
Next steps
Validate eligibility requirements, assign capture owner, and schedule partner outreach to confirm teaming strategy before submission planning.
Quick Summary
The Department of the Navy, NAVSUP FLT LOG CTR SAN DIEGO, is soliciting proposals for EWTGPAC Technical Training Instructional Services. This Total Small Business Set-Aside opportunity seeks to provide comprehensive training for the Expeditionary Warfare Training Group Pacific (EWTGPAC) Naval Surface Fire Support (NSFS) and Naval Fire Control System (NFCS) Focused Team Training (FTT), Mobile Team Training (MTT), 2-Day Challenges (2DC), and Watch Team Continuity Critical (WTCC) courses. Proposals are due by April 9, 2026, at 12:00 PM local time.
Purpose & Scope
The objective is to enhance operational commanders' ability to affect operations from the sea by providing full-spectrum hands-on training, mentorship, remediation, and evaluation for NSFS and NFCS. Services include classroom podium instruction, trainer support, curriculum maintenance, and operation of embedded shipboard training systems. Instruction will cover systems such as MK 34 GWS, MK 86 GWS, MK 160 GWS, NFCS, CADRT, MFP, PMP, and paper chart use. All contract personnel must possess a "Secret" level security clearance.
Contract Details
- Contract Type: Firm Fixed Price (FFP) Task Order under the SeaPort NxG MAC contract.
- Period of Performance: A 12-month base year with four (4) one-year option periods.
- Anticipated Award Date: May 1, 2026.
- NAICS Code: 541330 (Engineering Services) with a $47.5 million size standard.
- Place of Performance: Primarily San Diego, CA, with anticipated travel to locations including Everett, WA; Yokosuka, Japan; Pearl Harbor, HI; and Norfolk, VA.
- Government Furnished Property: Includes IT support, security support, workspace, and utilities.
Submission & Evaluation
Proposals must be submitted electronically via PIEE by the deadline. Evaluation will use a Best Value tradeoff method, with Technical Capability (including Technical Approach and Experience, Key Personnel Resume, and Quality Control Plan) being more important than Past Performance, and both significantly more important than Price.
Key Clarifications & Amendments
- Past Performance: Attachment 7 does not need to be returned; CPARS can be used in lieu of OPPD. Volume II (Past Performance) has a maximum page limit of 6 pages per reference, totaling 18 pages.
- Cost/Price Data: Offerors can modify the Cost_Format_Template, including adding indirect pools and updating periods of performance. Surge CLINs (5001, 5101, 5201, 5301, 5401) will be added to the template, and G&A should be incorporated within travel CLIN NTE prices.
- Subcontractor Data: Subcontractors may submit proposals directly to the Government Contracting Officer if proprietary data is a concern.
- Staffing Plan: Signed Letters of Intent are acceptable for contingent new hires.
- Quality Control Plan (QCP): The QCP page limit has been expanded to four (4) pages.
- Transition-In: The contractor must be fully functioning within 4 weeks of contract award.
- Organizational Conflict of Interest (OCI): Extensive OCI language is included in Section H, replacing previous language with SeaPort NxG MAC section C14 OCI. The Contracting Officer is the sole authority for OCI changes.
- COR: Brian Harbison is designated as the Contracting Officer's Representative.
- Access to Federal Facilities: Contractor employees require a DoD Common Access Card (CAC).
Contact Information
Primary Point of Contact: Jennifer Stevens (jennifer.k.stevens7.civ@us.navy.mil).