Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF JANUARY 28, 2026 SAM #8829
SOLICITATION NOTICE

U -- Fundamentals of Explosives, Propellants and Combustion and Warhead Mechanics Training

Notice Date
1/26/2026 1:52:51 PM
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
611430 — Professional and Management Development Training
 
Contracting Office
NSWC INDIAN HEAD DIVISION INDIAN HEAD MD 20640-1533 USA
 
ZIP Code
20640-1533
 
Solicitation Number
N00174-26-Q-1018
 
Response Due
2/10/2026 10:00:00 AM
 
Archive Date
02/25/2026
 
Point of Contact
Kim Hagens
 
E-Mail Address
kim.t.hagens.civ@us.navy.mil
(kim.t.hagens.civ@us.navy.mil)
 
Small Business Set-Aside
SBA Total Small Business Set-Aside (FAR 19.5)
 
Description
The Naval Surface Warfare Center Indian Division (NSWC IHD) provides training for its employees and intends to award a Firm-Fixed Price (FFP) purchase order using Simplified Acquisition Procedures to provide the following service: Training courses that will provide employees with an in-depth understanding of the Fundamentals of Explosives, Propellants and Combustion as well as Warhead Mechanics with 1 option year. Training shall also go over the various types of explosives and their applications. Personnel will understand shock and detonation as well as explosive testing or detection. This announcement constitutes the only soliciatiion. Quotes are being requested under Request for Quotation (RFQ) no. N00174-26-Q-1018. The NAICS code is 611430 and the business size standard is 15,000.00 Requirements The contractor shall: The contractor will provide learning materials which should consist of workbooks, handouts, and quick reference guides for each participant. 1. The Fundamentals of Explosives training shall provide personnel with a comprehensive understanding of the fundamentals of explosives, and explore the chemistry, physics and engineering aspects of explosives. The length of the course will be three (3) consecutive days, eight (8) hours each day, with a maximum of 20 employees per class. There will be (1) iteration of the training. 2. The Propellants and Combustion training will allow employees to gain a better understanding of combustion principles, and their role in propellants. The length of the course shall be two (2) consecutive days, eight (8) hours each day, with a maximum of 25 employees per class. There will be (2) iterations of the training; (1) during the base year, and (1) during the one option year. 3. The Warhead Mechanics training will provide employees with knowledge on the fundamentals of fragmentation, explosive/metal interactions, explosivity formed projectiles, and initiation to enhance performance. The length of the course will be three (3) consecutive days, eight (8) hours each day, with a maximum of 20 employees per class. There will be (2) iterations of the training; (1) during the base year, and (1) during the one option year. EVALUATIONS AND CERTIFICATIONS: The Contractor shall provide a summary of the information contained on the individual evaluation forms to the TPOC. The Contractor shall take attendance daily and provide attendance roster to the TPOC after course completion. The Contractor shall deliver participant certificates upon completion of the course that includes at a minimum: the name of each participant, course title, and the course completion date. PERFORMANCE PERIOD and FACILITY: The Contractor shall have a curriculum ready to deliver training and services within 60 days of contract award date. The period of performance shall be for one (1) year, and one (1) option year. The base year and option year shall consist of 365 days. Training courses shall be conducted on-site, held at NSWC IHD, Indian Head/Stump Neck, MD. The Government TPOC will determine appropriate building location. The Government is responsible for providing the use of a facility to accommodate the students and training instruction. Also, will provide all facilitation supplies to include projector, flip chart or dry erase board, and markers (if required). The facilities and equipment, including rest rooms, will be accessible to individuals with disabilities and meets all Americans with Disabilities Act of 1990 requirements. The Contractor will ensure that all instructors are able to gain access to NSWC IHD locations to instruct the course. Instructors must be U.S. citizens and must be able to provide the required documentation to obtain entry (if base access is required). Quotes that are received for this solicitation will be evaluated on the lowest price technically acceptable. Vendors should include a valid Cage Code on the quote and vendor should have an account in WIde Area Workflow (WAWF) for payment purposes. Shipping- Destinatin vs Origin In the event shipping is not inclulded in teh overal lprice, the Vendor shall include all applicable shipping cost in its quote. Quotes must be all-inclusive. If shipping is not included in the overall price, the Vendor is responsible for identifying and including all shipping costs in the quote. PCARD as a method of payment: Quotes that specify PCARD as a method of payment will not be accepted by the Government �PCARD is not an acceptable method of payment for this requirement� The Government will award a contract resulting from this solicitation to the responsible vendor whose quote, conforming to the solicitation that will be most advantageous to the Government, price and other factors considered. The Government intends to evaluate all timely quotes received from eligible vendors on a lowest price technically acceptable (LPTA) basis. The Government intends to evaluate quotations and award a contract without discussions with quoters. The Government reserves the right to conduct discussions if the Contracting Officer later determines them to be necessary. Evaluation Factors (in order of importance) 1. Technical � Quotes must reflect the required specifications included in the RFQ. 2. Price � Quotes must include all applicable costs. Submitted quotes are NOT TO EXCEED $350,000.00 (Simplified Acquisition Threshold). . Quote packages are due by Tuesday, February 10, 2026 @ 1:00PM EST. Late quotes will not be considered. Quote packages shall be sent to kim.t.hagens.civ@us.navy.mil .
 
Web Link
SAM.gov Permalink
(https://sam.gov/workspace/contract/opp/2c0b56e5bffe449a8d72f2ae88bf5a46/view)
 
Place of Performance
Address: Indian Head, MD 20640, USA
Zip Code: 20640
Country: USA
 
Record
SN07696662-F 20260128/260126230035 (samdaily.us)
 
Source
SAM.gov Link to This Notice
(may not be valid after Archive Date)

FSG Index  |  This Issue's Index  |  Today's SAM Daily Index Page |
ECGrid: EDI VAN Interconnect ECGridOS: EDI Web Services Interconnect API Government Data Publications CBDDisk Subscribers
 Privacy Policy  Jenny in Wanderland!  © 1994-2026, Loren Data Corp.