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 Firm Fixed-Price Indefinite Delivery Indefinite Quantity (FFP 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 18, 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 advance planning, work package development, and execution. Key task areas include Readiness Operations, Damage Control, 3-M Force Maintenance, Integrated Logistics Support (ILS), Maintenance Planning, and Modernization Planning. Exclusions: 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.
Contract Details
- Contract Type: Multiple Award Firm Fixed-Price IDIQ (up to 6 awards)
- Period of Performance: August 1, 2026, to January 31, 2032 (includes a 5-year ordering period plus 6 months under FAR 52.217-8)
- Estimated Value: Minimum $2,500.00; Maximum $164,000,000.00. Individual task orders range from $1,000.00 to $50,000,000.00.
- Set-Aside: None specified; however, Small Business Participation Plan is a key evaluation factor (Factor VI).
- Place of Performance: Primarily Bremerton, WA; Norfolk, VA; San Diego, CA; Japan; contractor facilities; and onboard aircraft carriers (including underway periods).
- Incumbent Vendors: Lifecycle Engineering, Gryphon Technologies, HII Fleet Support Group, Valkyrie Enterprises.
Evaluation & Submission
Proposals will be evaluated based on non-price factors being significantly more important than price. Evaluation factors include Facility Security Clearance (Factor I), Technical Approach (Factor II), Small Business Participation Plan (Factor VI), and Past Performance (Factor IV), in descending order of importance for Factors II, VI, and IV. Offerors must possess an active SECRET classification and meet Cybersecurity Maturity Model Certification (CMMC) requirements. Past performance submissions are limited to three references. Proposals must be submitted electronically via email to jill.h.joscelyn.civ@us.navy.mil.
Key Updates & Notes
This solicitation has undergone several amendments and Q&A clarifications. The latest updates include a revised pricing spreadsheet, an updated Quality Assurance Surveillance Plan (QASP), and corrections to Sections L and M regarding Past Performance. The minimum guarantee for the contract has been adjusted to $2,500.00. Labor categories have been clarified, and the Program Manager's degree requirement can be substituted with experience and PMP certification. Local travel within a 50-mile radius will not be reimbursed.