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 16, 2026, 6:00 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 Fleet Logistics Center Norfolk, is soliciting proposals for Aircraft Carrier Readiness Support. This is an open solicitation for a Multiple Award Indefinite Delivery Indefinite Quantity (IDIQ) contract to provide comprehensive engineering and technical services for mission-capable aircraft carriers. The government intends to make up to six awards. Proposals are due March 16, 2026, at 2:00 PM EST.

Scope of Work

The contractor will provide Aircraft Readiness Support for Commander Naval Air Atlantic, focusing on USS Nimitz (CVN 68) and USS Gerald R. Ford (CVN 78) class aircraft carriers. Services include:

  • Professional Engineering Assistance: Engineering Technical Expertise, Graphic Solutions, Configuration Data Management, Environmental Engineering, and Hazardous Waste/Material Handling.
  • Production Control Functions, Material and Logistical Coordination, Quality Assurance, and Computer-Related Capabilities.
  • Support for readiness, maintenance, modernization advance planning, work package development and integration, and work package execution. Key task areas outlined in the Performance Work Statement (PWS) include readiness operations, 3-M Force Maintenance, various engineering support services (marine mechanical, naval architecture, ILS), maintenance planning, modernization planning and execution, corrosion control, aviation support (ALRE, non-skid QA, AvFuels), repair execution, and Refueling and Complex Overhaul (RCOH) support. 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 nuclear-powered aircraft carrier systems listed in NAVSEA Instruction C9210.4.

Contract Details

  • Contract 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. Per order minimum $1,000.00, maximum $50,000,000.00.
  • Product Service Code: R425 - Engineering And Technical Services.
  • Place of Performance: Primarily Norfolk, VA, but also Bremerton, WA; San Diego, CA; Japan; Contractor's Facilities; and U.S. Naval Aircraft Carriers.
  • Set-Aside: Not set-aside. Small business participation is a key evaluation factor, and large businesses must submit a Small Business Subcontracting Plan.
  • Eligibility: Offerors must possess an active SECRET classification level at proposal submission. Cybersecurity Maturity Model Certification (CMMC) requirements apply. Personnel must be U.S. Citizens.

Evaluation Criteria

Proposals will be evaluated without discussions based on the most advantageous offer, considering:

  • Factor I: Facility Security Clearance.
  • Factor II: Technical Approach (Performance & Management, Staffing).
  • Factor III: Small Business Participation Plan.
  • Factor IV: Past Performance.
  • Factor V: Price. Non-price factors are significantly more important than price, with Factors II, III, and IV in descending order of importance.

Submission Requirements

Proposals must be submitted electronically via email to jill.h.joscelyn.civ@us.navy.mil. Specific instructions for proposal format, page limitations, and required file types are provided. Page limits for Factor II - Subfactor I Performance and Management Approach are 45 pages, and for Subfactor Staffing Approach are 20 pages.

Key Dates

  • Proposal Submission Deadline: March 16, 2026, at 2:00 PM EST.
  • Questions Deadline: March 2, 2026, at 12:00 PM EST.
  • Published Date: February 23, 2026 (latest amendment).

Additional Notes

Incumbent vendors on similar contracts include Lifecycle Engineering, Gryphon Technologies, HII Fleet Support Group, and Valkyrie Enterprises. Offerors are encouraged to confirm receipt of their proposal.

People

Points of Contact

Files

Files

Download
Download
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 5Viewing
Solicitation
Posted: Feb 23, 2026
Version 4
Solicitation
Posted: Feb 12, 2026
View
Version 3
Solicitation
Posted: Jan 30, 2026
View
Version 2
Solicitation
Posted: Jan 22, 2026
View
Version 1
Pre-Solicitation
Posted: Dec 10, 2025
View