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, through NAVSUP FLT LOG CTR NORFOLK, is soliciting proposals for Aircraft Carrier Readiness Support. This is a Multiple Award Firm Fixed-Price 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. 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 handling), Production Control Functions, Material and Logistical Coordination, Quality Assurance, and Computer-Related Capabilities. These services will aid in readiness, maintenance, modernization planning, and work package execution. Key task areas span readiness operations, damage control, 3-M management, various engineering services, maintenance planning, modernization, and integrated logistics support. Work will be performed at government facilities, onboard aircraft carriers (including underway periods), and contractor facilities in locations such as Bremerton, WA; Norfolk, VA; San Diego, CA; and Japan. Restrictions apply to work in radiation areas or on specific nuclear systems.
Contract Details
- Type: FFP IDIQ Multiple Award Contract (up to six awards).
- Period of Performance: A 5-year ordering period from August 1, 2026, to January 31, 2032, plus a 6-month option under FAR 52.217-8.
- Estimated Value: Minimum $50,000 to Maximum $164,000,000.
- Per Order Limits: Minimum $1,000, Maximum $50,000,000.
- Set-Aside: None specified. Small business participation is a key evaluation factor, and large businesses must submit a Small Business Subcontracting Plan.
Eligibility & Submission
Offerors must possess an active SECRET facility security clearance at the time of proposal submission. Personnel must be U.S. Citizens. Proposals, including Certifications and Representations not completed in SAM, must be submitted electronically to Jill Joscelyn (jill.h.joscelyn-smith.civ@us.navy.mil) by March 16, 2026, 2:00 PM EST. Questions are due by March 2, 2026, 12:00 PM EST.
Evaluation Criteria
Proposals will be evaluated based on Factor I (Facility Security Clearance), Factor II (Technical Approach), Factor III (Small Business Participation Plan), Factor IV (Past Performance), and Factor V (Price). Non-price factors are significantly more important than price, with Factors II, III, and IV in descending order of importance. Award will be made without discussions, emphasizing the need for best terms in initial proposals. Page limits apply to various sections, including Technical Approach (65 pages), Past Performance (20 pages, limited to 3 references), and Small Business Participation Plan (15 pages).