Spill FRT Courses
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, specifically NAVSUP FLC Norfolk, is soliciting proposals for a Firm Fixed-Price Indefinite-Delivery, Indefinite-Quantity (IDIQ) contract to provide Spill Field Response Team (FRT) training courses. These services will support the Naval Safety Command in Norfolk, VA, by instructing Navy and Marine Corps personnel in safety, occupational health, environmental, and emergency response techniques. This acquisition is a Total Small Business Set-Aside. Quotes are due by June 12, 2026, at 12:00 PM Local Time.
Scope of Work
The contractor shall provide in-person instruction for Field Response Team (FRT) 5-Day and 3-Day courses. Training includes on-water drills, tactical boom deployment, and hazardous spill capture techniques. Instruction will be delivered to civilian and military personnel designated as FRT or Spill Management Team (SMT) members at various government installations both within the Continental U.S. (CONUS) and Outside the Continental U.S. (OCONUS). The maximum class size is 40 students. Key performance standards include students achieving a minimum 70% on knowledge tests and instructors maintaining professional qualifications.
Contract Details
- Contract Type: Firm Fixed-Price (FFP) Indefinite-Delivery, Indefinite-Quantity (IDIQ)
- Period of Performance: April 1, 2027, to March 31, 2032 (60-month ordering period), with a potential FAR 52.217-8 ordering period from April 1, 2032, to September 30, 2032.
- Minimum Order: $1,000.00
- Maximum Order: $4,970,419.56
- Estimated Maximum Contract Value: $19,000,000.00 (aligned with NAICS 541620 size standard)
- Set-Aside: Total Small Business Set-Aside (FAR 19.5)
- NAICS Code: 541620 – Environmental Consulting Services ($19 million size standard)
Submission & Evaluation
Quotes must be submitted via email to Lauren Markle (lauren.a.markle.civ@us.navy.mil) and Christopher Whiteside (christopher.d.whiteside2.civ@us.navy.mil) by June 12, 2026, at 12:00 PM Local Time. Quotes must be prepared in three volumes: Technical, Past Performance, and Price. The evaluation criteria prioritize Technical Approach (Quality Control Plan, Contingency Plan, Sample of Student Guide/Material), which is more important than Past Performance (recency, relevancy, quality), which is more important than Price. Specific page limitations apply to the Technical and Past Performance volumes. The government anticipates awarding based on initial quotes without establishing a competitive range.
Key Documents
Offerors should review the Performance Work Statement (PWS) for detailed requirements, the Quality Assurance Surveillance Plan (QASP) for performance metrics, the Contract Administration Plan (CAP) for government roles, the Wage Determination for labor costs, and the Past Performance Information Form and Pricing Spreadsheet for submission requirements.
Contact Information
Primary Contact: Lauren Markle (lauren.a.markle.civ@us.navy.mil, 7572378850) Secondary Contact: Christopher Whiteside (christopher.d.whiteside2.civ@us.navy.mil)