Motorcycle Safety Training
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 NAVSUP Fleet Logistics Center San Diego, on behalf of the Commander, Navy Installations Command (CNIC), is soliciting proposals for Motorcycle Safety Training services. This Total Small Business Set-Aside opportunity aims to provide basic and advanced motorcycle safety classes, basic off-road vehicle safety classes, and driver improvement classes across CONUS, Guam, and Hawaii. The contract will be an Indefinite Delivery Indefinite Quantity (IDIQ) with Firm Fixed Price (FFP) task orders. Proposals are due February 25, 2026.
Scope of Work
The selected contractor will deliver comprehensive traffic and motorcycle rider safety training to sustain and preserve the well-being of Service members. This includes providing professional training by certified instructors for courses such as Two-Day Level I Basic Rider, One-Day Level II Basic Rider, One-Day Level II Advanced Rider (ARC), Dirt Bike School (DBS), All-Terrain Vehicle (ATV), Utility-Terrain Vehicle (UTV), and Arrive Alive at 25 (A@25). Training must utilize Motorcycle Safety Foundation (MSF) curriculum or equivalent accredited programs and comply with OPNAVINST 5100.23G (ACN-1). Key responsibilities include developing 90-day course schedules, optimizing class sizes, providing training motorcycles for Basic Level-1 courses, maintaining the CNIC N35 System of Record, and submitting various status reports. Performance will occur onsite at Navy shore installations listed in Attachment 2.
Contract & Timeline
- Contract Type: Indefinite Delivery Indefinite Quantity (IDIQ) with Firm Fixed Price (FFP) task orders.
- Period of Performance: A one-year base period (March 29, 2026 – March 28, 2027) with four one-year option periods, and a potential six-month option.
- Estimated Value: Approximately $17,013,266.0 over the entire period (FY26-FY30).
- Set-Aside: Total Small Business Set-Aside (FAR 19.5).
- NAICS Code: 611692 (Automobile Driving Schools), Size Standard $10,000,000.00.
- Proposal Due Date: February 25, 2026, 02:00 PM Local Time.
- Published Date: February 5, 2026.
Evaluation
Award will be made on a Best Value Tradeoff basis, considering Technical Approach, Management Approach/Staffing Plan, Past Performance, and Price. Technical Approach and Past Performance are considered more important than Price. Offerors must submit proposals electronically via email as per Sections L and M of the solicitation. Past performance information should cover the last five years.
Additional Notes
Offerors must be registered in the System for Award Management (SAM.gov) prior to contract award. All communications regarding this solicitation must be via email to Russell McCullough, Contract Specialist, at russell.a.mccullough.civ@us.navy.mil. No phone calls or personal visits will be accepted. A Quality Assurance Surveillance Plan (QASP) outlines performance metrics and evaluation methods, including potential financial impacts. Wage Determinations for various locations are incorporated by reference.