MITD Craftmaster Instructor - Updated PSC/NAICS
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 Army, through MICC-FDO FT EUSTIS, is conducting a Sources Sought for MITD Craftmaster Instructor services at Fort Eustis, VA. This is an 8(a) Set-Aside for market research to identify qualified small businesses. Responses, in the form of capability statements, are due by March 2, 2026, at 5:00 PM EST.
Purpose
This Sources Sought notice is for market research purposes to identify potential 8(a) small business contractors capable of providing instructor services for the US Navy's Craft Master LCU Program and Assistant Instructor services for various Initial Entry and Functional courses conducted by the Maritime and Intermodal Training Department (MITD) of the US Army Transportation School.
Scope of Work
The contractor will provide:
- Primary instructor/writer and assistant instructor services for the Craft Master Course.
- Assistant instructor services for courses including Marine Deck Office Warrant Officer Basic, Watercraft Operator Senior Leader's, Marine Radar Observers, Automatic Radar Plotting Aids, and Watercraft Operator Certification/Courses.
- Instruction covers maritime/naval subjects, cargo handling, and watercraft operations, delivered in classrooms, on vessels, underway, and using simulators.
- Personnel will update lesson plans and training materials to ensure currency with maritime law and Navy training requirements.
Key Requirements
- Personnel Qualifications: At least 12 years of operational experience, documented practical experience, experience with maritime training simulators, and military instructor experience within the past five years. Proficiency in MS Office and effective communication skills are required. Minimum education is a high school diploma or GED.
- Security: Contractor personnel must complete Anti-Terrorism (AT) Level 1, OPSEC, IWATCH, and Information Assurance (IA) Training. Common Access Cards (CAC) requiring background checks are necessary for LAN access.
- Management: The contractor must provide a Contract Manager. No contractor travel is required.
- Performance Standards: A Quality Control Plan (QCP) and Monthly Summary Reports (MSR) are required. Performance Requirements Summary (PRS) outlines acceptable quality levels.
Submission Requirements
Capability statements must address:
- Past work experience supporting similar requirements.
- Ability to manage a task of this nature.
- Experience managing subcontractors.
- Specific technical skills relevant to the tasks.
- Ability to perform at least 50% of the work (FAR 52.219-14) for base and option periods.
- Company profile (small/large business status, employees, revenue, office locations).
- Small business socio-economic status (Small, Small Disadvantaged, Women-Owned, HUBZone, Service Disabled Veteran-Owned).
- Ability to meet Security Requirements.
Contract & Timeline
- Type: Sources Sought (Market Research)
- Set-Aside: 8(a) Set-Aside (FAR 19.8)
- Response Due: March 2, 2026, 5:00 PM EST
- Published: February 23, 2026
Place of Performance
Maritime and Intermodal Training Department, 461 Kerr Road, Joint Base Langley-Eustis, Virginia 23604.
Contact Information
Submit capability statements via email to Lauren Beasley (lauren.n.beasley4.civ@army.mil) and Hattie Brown (hattie.l.brown8.civ@army.mil).