Opportunity

SAM #6097647

NAVFAC Mid-Atlantic Seeks Certified OSHA and EPA Training Services at Multiple Navy Installations

Buyer

Naval Facilities Engineering Systems Command Mid-Atlantic

Posted

April 01, 2026

Respond By

May 01, 2026

Identifier

6097647

NAICS

611519

NAVFAC Mid-Atlantic is seeking qualified small businesses to provide specialized workforce training in electrical safety, EPA compliance, and OSHA standards at Navy installations across multiple states. - Government Buyer: - Naval Facilities Engineering Systems Command (NAVFAC) Mid-Atlantic, Public Works Department - Training Services Required: - OSHA 3085 Principles of Scaffolding - OSHA 3015 Excavation, Trenching and Soil Mechanics - EPA Method 9 Certification - EPA Method 22 Training - Grounding Substation and OSHA Excavation (as referenced in initial summary) - Up to 11 classes, maximum 20 students per class - Delivery Locations: - Multiple Navy and federal facilities in Virginia, Rhode Island, Maine, Illinois, New Jersey, Pennsylvania, Indiana, and Connecticut - Notable sites include Naval Station Norfolk, Naval Station Newport, Naval Submarine Base New London, Naval Weapons Station Earle, and others - Unique Requirements: - All training must be delivered by certified instructors from an OSHA Training Institute Education Center - Contractor must provide all classroom materials, books, and training equipment - Instructors must meet certification requirements as specified by NFECMLINST205100.33F - Ability to travel and conduct in-person, hands-on training at multiple federal sites - OEMs and Vendors: - No specific OEMs or commercial vendors are named; focus is on certified training providers - NAICS Code: - 611519 (Other Technical and Trade Schools)

Description

THIS IS A SOURCES SOUGHT NOTICE ONLY. This is not a request for proposal and no contract will be awarded from this notice. There will not be a solicitation, specifications, or drawings available at this time.  This notice is a market research tool used for planning purposes only to determine the availability and capability of small business sources.

Naval Facilities Engineering Systems Command Mid-Atlantic (NAVFAC MIDLANT) Contracting is seeking Small Businesses, Small Disadvantaged Businesses, Women Owned Small Businesses, Service-Disabled Veteran-Owned Small Businesses, certified HUBZone Small Businesses, and certified 8(a) Businesses with current relevant qualifications, experience, personnel and capability to perform a proposed contract. Upon review of industry response to this Sources Sought Notice, the Government will determine whether a set-aside acquisition in lieu of full and open competition is in the best interest of the Government.

A Facility Support, Indefinite Delivery Indefinite Quantity (IDIQ) contract with non-recurring services is anticipated. The total contract term including the exercise of any options, may not exceed thirty-six (36) months. Source Selection procedures will be used to evaluate and select the proposal that is most advantageous to the Government. The Contractor shall provide all labor, management, supervision, tools, material, and equipment required to perform trainings to include EPA, OSHA 3085 Principles of Scaffolding, Grounding Substation, and OSHA Excavation at Newport Rhode Island, Kittery, Maine, Great Lakes, Illinois, Earle, New Jersey, Portsmouth VA, Norfolk VA, Yorktown VA, and Mechanicsburg PA.

General Work Requirements:

The Contractor shall provide all classroom materials such as books and training equipment. Contractor must be a certified instructor for EPA and OSHA Training Institute Education Center as required by NFECMLINST205100.33F.

All Small Businesses, Small Disadvantaged Businesses, Women Owned Small Businesses, Service-Disabled Veteran-Owned Small Businesses, certified HUBZone Small Businesses, and certified 8(a) Businesses are encouraged to respond. The Government will not pay for any information solicited. Respondents will not be notified of the results of the evaluation. All qualified firms are encouraged to respond. The appropriate NAICS Code is 611519, size standard $21 million.

It is requested that interested parties submit a brief capabilities package not to exceed five (5) pages. This capabilities package shall address, at a minimum the following:  

(1) Examples of contracts worked within the last five years of similar size, scope, and complexity as the work indicated. Knowledge of the services identified in the attached draft Performance Work Statement. Indicate whether your firm worked as a prime or subcontractor, contract value, brief description of how the referenced contract relates to the work described, and a Government/Agency point of contact.

Size: A training support services contract with a yearly value of at least $25,000 for services.

Scope:  Offeror must have provided all labor, supervision, tools, material, and equipment required to perform OSHA certified trainings as described in the Performance Work Statement (PWS).

Complexity:  Offeror must have been responsible for providing several training events at different installations. 

(2) Company profile, to include number of offices and number of employees per office, annual receipts, office location(s), available bonding capacity, Unique Entity ID (UEI) number, and CAGE Code.

(3) Please indicate if you are a Small Business, Small Disadvantaged Business, Women Owned Small Business, Service-Disabled Veteran-Owned Small Business, certified HUBZone Small Business, and certified 8(a) Business.

(4) In order to assist us in determining the geographic boundaries of the contract(s) necessary to cover the services of the proposed requirement within our AOR, please identify the geographic area in which you can operate in an efficient and economical manner.

The capabilities package for this sources sought notice is not expected to be a proposal, but rather a short statement regarding the company’s ability to demonstrate existing, or developed, expertise and experience in relation to this contract. Any commercial brochures or currently existing marketing material may also be submitted with the capabilities package. Submission of a capabilities package is not a prerequisite to any potential future offerings, but participation will assist the Navy in tailoring requirements to be consistent with industry capabilities.

Electronic submission will be accepted. Responses to this Sources Sought Notice shall be emailed to krystal.goodman@navy.mil and must be received no later than 2:00 PM Eastern Daylight Time on 1 May 2026. Questions regarding this sources sought notice may be emailed to Krystal Goodman at krystal.goodman@navy.mil or via telephone at (757) 341-1657.

View original listing