MESF High Risk Training- Only Seeking RFP Responses from Current Seaport-NxG Contract Holders
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 NORFOLK, is soliciting proposals for MESF High Risk Training support services. This opportunity seeks Service-Disabled Veteran-Owned Small Businesses (SDVOSB) that are also Seaport NxG contract holders under NAICS 541330. The contractor will provide Subject Matter Experts (SMEs) for specialized Maritime Expeditionary Security Force (MESF) skills and operations, primarily executing High Risk Training and curriculum development. Proposals are due April 16, 2026, at 10:00 AM Local Time (EST).
Scope of Work
The contractor will provide experienced personnel to support MESTEU-2 in delivering High-Risk Training (HRT), curriculum development, and Learning Standards Officer (LSO) support. Key responsibilities include:
- Delivering specialized training in maritime security operations, tactical road movement, combat shooting, and advanced skills.
- Supporting analysis, design, and development of MESF-related programs, policies, and curriculum.
- Serving as assessors during Unit Level Training (ULT) and certification events.
- Providing LSO support for quality of instruction and curriculum.
- Assisting in developing exercise scenarios and providing White Cell support.
- Training Active Component (AC) and Reserve Component (RC) squadrons, High Value Unit (HVU) Escort Detachments, and Forward Deployed Naval Force (FDNF) Embarked Security Detachments.
- Supporting Mobile Training Teams (MTTs) and weapons training courses.
- Travel to various CONUS and OCONUS (Bahrain) locations, including Virginia Beach, San Diego, Groton, Jacksonville, and Fort Pickett.
- Compliance with Cybersecurity Maturity Model Certification (CMMC) Level 1 (Self) requirements.
Contract Details
- Contract Type: Firm-Fixed-Price (FFP) task order.
- Period of Performance: A Base Year (July 16, 2026 - July 15, 2027) with four Option Years and potential extensions.
- Set-Aside: Service-Disabled Veteran-Owned Small Business (SDVOSB) Set-Aside (FAR 19.14).
- NAICS Code: 541330 (Engineering Services), with a size standard of $25.5 million.
- Place of Performance: Primarily Virginia Beach, VA, with required travel to various training locations.
Eligibility & Submission
- Eligibility: Offerors must be an SDVOSB and a current Seaport NxG contract holder under NAICS 541330. Small business concerns must have had average annual receipts less than $47 million over the previous three fiscal years.
- Security Requirements: All contractor personnel must maintain a current SECRET clearance, and a SECRET Facilities clearance is required.
- Proposal Submission: Via email to Justin Clark (justin.t.clark6.civ@us.navy.mil) and Sherell Brown (sherell.g.brown.civ@us.navy.mil).
- Proposal Due: April 16, 2026, at 10:00 AM Local Time (EST).
Evaluation Criteria
Proposals will undergo a two-phase evaluation:
- Phase I: Facilities Clearance (Acceptable/Unacceptable).
- Phase II: Technical Approach (Factor II), Past Performance (Factor III), and Price (Factor IV). Non-price factors are more important than price. Factor II (Technical Approach) is more important than Factor III (Past Performance). Within Factor II, Staffing Approach and Performance/Management Approach are weighted equally. Offerors must identify up to three relevant contracts for past performance.
Additional Notes
The solicitation is conducted under FAR Subpart 16.505. Attachments include the Performance Work Statement, Contract Discrepancy Report, Contract Administration Plan, Past Performance Information Form, and Past Performance Report Form.