Aircraft Carrier Readiness Support
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 Department of the Navy / NAVSUP FLT LOG CTR NORFOLK is soliciting proposals for Aircraft Carrier Readiness Support (ACRS). This is a Multiple Award Indefinite Delivery/Indefinite Quantity (IDIQ) contract aimed at ensuring the operational readiness of USS Nimitz (CVN 68) and USS Gerald R. Ford (CVN 78) class aircraft carriers. The solicitation is unrestricted, but emphasizes small business participation. Proposals are due March 16, 2026, at 2:00 PM EST.
Scope of Work
The contractor will provide comprehensive support, including Professional Engineering Assistance (technical expertise, graphic solutions, configuration data management, environmental engineering, hazardous waste/material handling), Production Control Functions, Material and Logistical Coordination, Quality Assurance, and Computer-Related Capabilities. Key task areas encompass readiness, maintenance, modernization advance planning, work package development and integration, and work package execution. Specific services include Integrated Modernization and Repair Work Package Planning, Life Cycle Maintenance Plans (LCMP) development, Integrated Logistics Support (ILS), Equipment and Program Assessment, and support for Refueling and Complex Overhaul (RCOH).
Restrictions: Contract personnel shall not perform design, engineering, or logistic services in posted radiation areas, handle radioactive materials, wear radiation measuring dosimetry devices, or perform analysis/diagnostics on specific nuclear-powered aircraft carrier systems as listed in NAVSEA Instruction C9210.4 (series).
Contract & Timeline
- Contract Type: Firm Fixed-Price (FFP) Multiple Award IDIQ (up to six awards)
- Estimated Value: Minimum $50,000.00 to Maximum $164,000,000.00
- Period of Performance: Anticipated 01 August 2026 to 31 January 2032 (includes base and option periods)
- Set-Aside: None specified (Full and Open Competition, with a requirement for Large Business offerors to submit a Small Business Subcontracting Plan)
- Proposal Due: March 16, 2026, 2:00 PM EST
- Questions Due: March 2, 2026, 12:00 PM EST
- Published: February 23, 2026
Place of Performance
Services will be performed at government facilities, onboard aircraft carriers, and potentially contractor facilities. Primary locations include Bremerton, WA; Norfolk, VA; San Diego, CA; and Japan.
Evaluation
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. Specific page limits for proposal volumes are: Technical Approach (65 pages), Past Performance (20 pages), and Small Business Participation Plan (15 pages).
Eligibility & Special Requirements
Offerors must possess an active SECRET facility security clearance at the time of proposal submission. Cybersecurity Maturity Model Certification (CMMC) requirements apply. Personnel must be U.S. Citizens and adhere to Operations Security (OPSEC) and Naval Nuclear Propulsion Information (NNPI) protection requirements. Proposals must be submitted electronically to Jill Joscelyn.