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 18, 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, through NAVSUP FLT LOG CTR NORFOLK, is soliciting proposals for Aircraft Carrier Readiness Support for Commander Naval Air Atlantic. This is a Multiple Award Indefinite Delivery/Indefinite Quantity (IDIQ) contract, with up to six awards, 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 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 integrated modernization and repair work package planning, Life Cycle Maintenance Plans (LCMP) development, Ship Change Document (SCD) design review, Integrated Logistics Support (ILS), diagnostics support (excluding nuclear systems), equipment assessment, LCRS database maintenance, Management Support Systems Analysis, CARRIER TEAM ONE support, Causal Model Analysis, CVN Integrated Project Teams (IPT) ROC Availability Support, ROC Readiness and Assessment Support, CVN Habitability/Livability support, Refueling and Complex Overhaul (RCOH) support, and Inactivation Availability Coordination Support. Services will be performed at various locations including Bremerton, WA; Norfolk, VA; San Diego, CA; Japan; contractor facilities; and onboard aircraft carriers.

Contract Details

  • Contract Type: Firm Fixed Price (FFP) Multiple Award IDIQ.
  • Period of Performance: August 1, 2026, to January 31, 2032 (a 5-year ordering period plus six months under FAR 52.217-8).
  • Estimated Value: The total program ceiling is $164,000,000.00, with a minimum order of $50,000.00 and a maximum per order of $50,000,000.00.
  • Set-Aside: None specified. However, Small Business Participation is a key evaluation factor, and large businesses must submit a Small Business Subcontracting Plan.
  • Security: Offerors must possess an active SECRET facility security clearance at the time of proposal submission. U.S. Citizenship is required for personnel.
  • Restrictions: 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.

Submission & Evaluation

  • Proposal Due: March 18, 2026, at 2:00 PM.
  • Questions Due: March 2, 2026, at 12:00 PM EST.
  • Submission Method: Electronically via email to jill.h.joscelyn.civ@us.navy.mil.
  • Evaluation Criteria: Proposals will be evaluated 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 significantly more important than price, with Factors II, III, and IV in descending order of importance. Award will be made without discussions, so initial proposals should contain the offeror's best terms.
  • Proposal Format: Specific page limitations apply, including 65 pages for Technical Approach, 20 pages for Past Performance, and 15 pages for the Small Business Participation Plan.

Contact Information

Primary Point of Contact: JILL JOSCELYN, jill.h.joscelyn-smith.civ@us.navy.mil, 757-443-1219.

People

Points of Contact

Files

Files

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