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 for Commander Naval Air Atlantic (CNAF). This is a Firm Fixed-Price Indefinite Delivery Indefinite Quantity (IDIQ) Multiple Award Contract (MAC) to ensure the operational readiness of USS Nimitz (CVN 68) and USS Gerald R. Ford (CVN 78) class aircraft carriers. Proposals are due March 18, 2026, at 2:00 PM.
Scope of Work
The contractor will provide comprehensive professional engineering assistance, including technical expertise, graphic solutions, configuration data management, environmental engineering, and hazardous waste/material handling. Services also encompass production control, material and logistical coordination, quality assurance, and computer-related capabilities. These efforts support readiness, maintenance, modernization advance planning, work package development/integration, and execution for the specified aircraft carriers. Key task areas include readiness operations, damage control, 3-M Force Maintenance, ILS, maintenance planning, modernization, diagnostics, corrosion control, ALRE, aviation non-skid QA, AvFuels, and support for Refueling and Complex Overhaul (RCOH).
Contract Details & Timeline
- Contract Type: Firm Fixed-Price IDIQ Multiple Award Contract (MAC), up to six (6) awards.
- Period of Performance: Anticipated 01 August 2026 to 31 January 2032 (5-year ordering period plus 6 months under FAR 52.217-8).
- Estimated Value: $50,000.00 (minimum) to $164,000,000.00 (maximum). Individual task orders range from $1,000.00 to $50,000,000.00.
- Set-Aside: Not a specific set-aside, but Small Business Participation Plan is a key evaluation factor. Large businesses must submit a Small Business Subcontracting Plan.
- Place of Performance: Primarily Bremerton, WA; Norfolk, VA; San Diego, CA; Japan; contractor facilities; and onboard aircraft carriers.
- Proposal Due: March 18, 2026, at 2:00 PM.
- Questions Due: March 2, 2026, at 12:00 PM EST.
- Published: March 2, 2026.
Evaluation Criteria
Proposals will be evaluated on:
- Factor I: Facility Security Clearance (active SECRET required at submission).
- Factor II: Technical Approach (Performance & Management, Staffing).
- Factor III: Small Business Participation Plan.
- Factor IV: Past Performance (limited to 3 references).
- Factor V: Price. Non-price factors are significantly more important than price, with Factors II, III, and IV in descending order of importance.
Special Requirements & Notes
Offerors must possess an active SECRET facility clearance and meet CMMC requirements. Personnel must be U.S. Citizens and adhere to OPSEC. Restrictions apply to work in radiation areas, handling radioactive materials, or performing analysis on specific nuclear-powered aircraft carrier systems. The Quality Assurance Surveillance Plan (QASP) details performance monitoring and evaluation. Proposal submission is electronic to jill.h.joscelyn.civ@us.navy.mil.