Aircraft Carrier Readiness Support

SOL #: N0018926R0002Solicitation

Overview

Buyer

Dept Of Defense
Dept Of The Navy
NAVSUP FLT LOG CTR NORFOLK
NORFOLK, VA, 23511-3392, United States

Place of Performance

Norfolk, VA

NAICS

Engineering Services (541330)

PSC

Engineering And Technical Services (R425)

Set Aside

No set aside specified

Timeline

1
Posted
Dec 10, 2025
2
Last Updated
Mar 16, 2026
3
Submission Deadline
Mar 2, 2026, 3:00 PM

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 FLT LOG CTR NORFOLK, has issued a Solicitation for Aircraft Carrier Readiness Support for Commander Naval Air Atlantic. This is a Multiple Award IDIQ contract, with up to six awards, to ensure mission-capable aircraft carriers. Proposals are due March 2, 2026.

Scope of Work

The contractor will provide comprehensive support for USS Nimitz (CVN 68) and USS Gerald R. Ford (CVN 78) class aircraft carriers. This includes:

  • Professional Engineering Assistance: Engineering Technical Expertise, Graphic Solutions, Configuration Data Management, Environmental Engineering, and Hazardous Waste/Material Handling.
  • Operational Support: Production Control Functions, Material and Logistical Coordination, Quality Assurance, and Computer-Related Capabilities.
  • Key Task Areas: Integrated modernization and repair planning, Life Cycle Maintenance Plans (LCMP) development, design review of Ship Change Documents (SCD), Integrated Logistics Support (ILS), diagnostics support (with specific exclusions), equipment assessment, LCRS database maintenance (with specific exclusions), Management Support Systems Analysis, CARRIER TEAM ONE Support, CVN Integrated Project Teams (IPT) ROC Availability Support, ROC Readiness and Assessment Support, CVN Habitability / Livability support, Refueling and Complex Overhaul (RCOH) support, and Inactivation Availability Coordination Support.

Place of Performance: Services will be performed at government facilities, onboard aircraft carriers, and other locations as required, including Bremerton, WA; Norfolk, VA; San Diego, CA; Japan; Contractor's Facilities; and U.S. Naval Aircraft Carriers.

Important Restrictions: Contract personnel are prohibited from performing design, engineering, or logistic services in posted radiation areas, handling radioactive materials, wearing radiation measuring dosimetry devices, or performing analysis/diagnostics on systems listed in NAVSEA Instruction C9210.4 (series) on nuclear-powered aircraft carriers. Personnel must be U.S. Citizens and possess an active SECRET facility security clearance at the time of proposal submission. Adherence to DoD and Navy Operations Security (OPSEC) and protection of Naval Nuclear Propulsion Information (NNPI) are critical.

Contract & Timeline

  • Type: Firm Fixed Price Indefinite Delivery Indefinite Quantity (FFP IDIQ) Multiple Award Contract (MAC).
  • Period of Performance: August 1, 2026, to January 31, 2032.
  • Estimated Value: Government minimum $50,000.00, maximum $164,000,000.00. The program ceiling of $164,000,000.00 will be shared among awardees.
  • Per Order Limits: Minimum $1,000.00, Maximum $50,000,000.00.
  • Set-Aside: None specified. Small business participation is a key evaluation factor, and large businesses must submit a Small Business Subcontracting Plan.
  • Proposal Due: March 2, 2026, 3:00 PM EST.
  • Questions Deadline: March 16, 2026, 2:00 PM EST.
  • Published: January 22, 2026.

Evaluation Criteria

Proposals will be evaluated without discussions, so initial submissions should be comprehensive. Non-price factors are significantly more important than price.

  • Factor I: Facility Security Clearance (active SECRET required).
  • Factor II: Technical Approach (Performance & Management, Staffing) - most important non-price factor.
  • Factor III: Small Business Participation Plan.
  • Factor IV: Past Performance.
  • Factor V: Price. Cybersecurity Maturity Model Certification (CMMC) requirements are also specified.

Submission Details

Proposals must be submitted electronically via email to jill.h.joscelyn.civ@us.navy.mil. Specific instructions for proposal format, including page limitations and required file types, are provided in the solicitation.

People

Points of Contact

Files

Files

No files attached to this opportunity

Versions

Version 12
Solicitation
Posted: Mar 16, 2026
View
Version 11
Solicitation
Posted: Mar 11, 2026
View
Version 10
Solicitation
Posted: Mar 2, 2026
View
Version 9
Solicitation
Posted: Mar 2, 2026
View
Version 8
Solicitation
Posted: Feb 26, 2026
View
Version 7
Solicitation
Posted: Feb 24, 2026
View
Version 6
Solicitation
Posted: Feb 23, 2026
View
Version 5
Solicitation
Posted: Feb 23, 2026
View
Version 4
Solicitation
Posted: Feb 12, 2026
View
Version 3
Solicitation
Posted: Jan 30, 2026
View
Version 2Viewing
Solicitation
Posted: Jan 22, 2026
Version 1
Pre-Solicitation
Posted: Dec 10, 2025
View
Aircraft Carrier Readiness Support | GovScope