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, NAVSUP FLT LOG CTR NORFOLK, has issued a Solicitation for Aircraft Carrier Readiness Support. This is a Firm Fixed Price (FFP) Multiple Award Indefinite Delivery Indefinite Quantity (IDIQ) contract, with the intent to make up to six awards. The program has a ceiling of $164,000,000.00. Proposals are due by March 2, 2026, at 3:00 PM UTC.

Purpose and Scope

This opportunity seeks to procure comprehensive Aircraft Readiness Support for Commander Naval Air Atlantic (CNAF), specifically benefiting USS Nimitz (CVN 68) and USS Gerald R. Ford (CVN 78) class aircraft carriers. The objective is to evaluate, enhance, and organize efforts to maintain mission-capable carriers, ensuring readiness for deployment.

The contractor will provide:

  • Professional Engineering Assistance: Including Engineering Technical Expertise, Engineering Graphic Solutions, Configuration Data Management, Environmental Engineering, and Hazardous Waste/Material Handling.
  • Production Control Functions.
  • Material and Logistical Coordination.
  • Quality Assurance.
  • Computer-Related Capabilities.

These services will support readiness, maintenance, modernization advance planning, work package development and integration, and work package execution. Key task areas detailed in the Performance Work Statement include Readiness Operations, Damage Control, 3-M Force Maintenance, various engineering services, Maintenance Planning, Modernization Planning and Execution, Integrated Logistics Support (ILS), Corrosion Control, Aviation Non-Skid QA, AvFuels Logistics, and Refueling and Complex Overhaul (RCOH) support.

Important Exclusions: Contract personnel shall not perform design, engineering, or logistic services in posted radiation areas, handle radioactive materials, wear radiation dosimetry, or perform analysis/diagnostics on specific nuclear-powered aircraft carrier systems.

Contract Details

  • Contract Type: Firm Fixed Price (FFP) Multiple Award IDIQ.
  • Awards: Up to six (6) awards are anticipated.
  • Period of Performance: Anticipated from August 1, 2026, to January 31, 2032.
  • Estimated Value: Government minimum to order is $50,000.00, with a maximum program ceiling of $164,000,000.00. Individual task orders will have a minimum of $1,000.00 and a maximum of $50,000,000.00.
  • Incumbent Vendors: Lifecycle Engineering, Gryphon Technologies, HII Fleet Support Group, and Valkyrie Enterprises are listed as incumbents on similar contracts.
  • Place of Performance: Services will be performed at government facilities, onboard aircraft carriers, and contractor facilities, including locations such as Norfolk, VA; Bremerton, WA; San Diego, CA; and Japan.
  • Set-Aside: No specific set-aside designation. However, Small Business Participation is a key evaluation factor, and large business offerors must submit a Small Business Subcontracting Plan.

Submission and Evaluation

  • Proposal Due Date: March 2, 2026, at 3:00 PM UTC.
  • Questions Due Date: February 16, 2026.
  • Submission Method: Electronically via email to jill.h.joscelyn.civ@us.navy.mil.
  • Evaluation Factors: Proposals will be evaluated based on Factor I (Facility Security Clearance), Factor II (Technical Approach - Performance & Management, Staffing), Factor III (Small Business Participation Plan), Factor IV (Past Performance), and Factor V (Price). Non-price factors are considered significantly more important than price, with Factors II, III, and IV in descending order of importance.
  • Eligibility: Offerors must possess an active SECRET classification level at the time of proposal submission. Cybersecurity Maturity Model Certification (CMMC) requirements are specified. Personnel must be U.S. Citizens.

Contact Information

Primary Point of Contact: JILL JOSCELYN Email: jill.h.joscelyn-smith.civ@us.navy.mil Phone: 7574431219

People

Points of Contact

Files

Files

Download
Download
Download
Download
Download
Download
Download
Download

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 3Viewing
Solicitation
Posted: Jan 30, 2026
Version 2
Solicitation
Posted: Jan 22, 2026
View
Version 1
Pre-Solicitation
Posted: Dec 10, 2025
View