NAVSUP WSS has a requirement to procure and to obtain a full range of services to provide direct, on-the-job training for NAVSUP WSS personnel, enabling them to effectively perform their day-to-day duties.
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 Naval Supply Systems Command (NAVSUP) Fleet Logistics Center (FLC) Norfolk is issuing a Request for Information (RFI) on behalf of NAVSUP Weapon Systems Support (WSS) to identify qualified SBA 8(a) business sources. The requirement is for a full range of services to provide direct, on-the-job training and knowledge transfer for NAVSUP WSS personnel across Mechanicsburg, PA, Philadelphia, PA, and Norfolk, VA. Responses are due by April 30, 2026, at 2:00 PM EST.
Scope of Work
The contractor will provide comprehensive training services, including course instruction, one-on-one personnel training, and curriculum development/improvement. This involves developing new interactive course materials, converting existing courses to web-based formats, and sustaining these trainings on Navy-owned portals. The project also entails virtual and/or on-site knowledge transfer in Supply Chain Management, with an average of 8-10 hours per week of one-on-one Knowledge Transfer Sessions (KTS). Training will address identified competency gaps, highlight best practices, and foster interactive learning within NAVSUP WSS. Specific training areas include Logistics Management Specialist, Supply Planner, and various NAVSUP WSS systems like Navy ERP and WorkflowPro. The contractor must also comply with DoD directives for Information Assurance and cybersecurity, and personnel will undergo a strict onboarding process.
Contract & Timeline
- Type: Request for Information (RFI) / Sources Sought
- Set-Aside: SBA 8(a) Program. Only certified 8(a) companies with valid SAM registration for the entire contract term are invited to respond.
- NAICS Code: 611430 (Professional and Management Development Training), Small Business Size Standard: $15,000,000.
- Period of Performance (Anticipated): Base period from September 7, 2026, through September 6, 2027, with four (4) one-year options, potentially extending through September 6, 2031.
- Place of Performance: Primarily Mechanicsburg, PA, and Philadelphia, PA, with limited work in Norfolk, VA, and virtual options.
- Response Due: April 30, 2026, 2:00 PM Eastern Time (EST).
- Published: April 16, 2026.
Response Requirements
Interested and certified 8(a) firms should submit responses not exceeding five (5) typewritten WORD document pages (12 font size). Submissions must include:
- Company name, address, point of contact, phone, and email.
- DUNS, CAGE Code, Business Size, Classification, and NAICS 611430.
- Indication of GSA Schedule availability for services.
- Industry standard information, performance standards, or practices.
- Confirmation of ability to perform for the full period of performance with options.
- Information on security clearance capabilities and types. Responses should be sent via email to thomas.carey56.civ@us.navy.mil.
Additional Notes
This RFI is for market research purposes only and does not constitute a solicitation or restrict the Government's acquisition approach. Information gathered will inform the development of a final PWS and/or Request for Quotes (RFQ). The Government will not provide formal responses to submissions.