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 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 26, 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. These services will aid in readiness, maintenance, modernization advance planning, work package development/integration, and execution. Exclusions apply to work in posted radiation areas, handling radioactive materials, or analysis/diagnostics on specific nuclear-powered aircraft carrier systems.
Contract Details
- Contract Type: Firm Fixed Price (FFP) Multiple Award IDIQ.
- Period of Performance: Anticipated 5-year ordering period from August 1, 2026, to January 31, 2032, plus a 6-month option under FAR 52.217-8.
- Estimated Value: Government minimum guarantee of $2,500.00 and a maximum ceiling of $164,000,000.00. Individual task orders will range from $1,000.00 to $50,000,000.00.
- Set-Aside: None specified, but Small Business Participation 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 U.S. Naval Aircraft Carriers.
Evaluation Criteria
Proposals will be evaluated on:
- Factor I: Facility Security Clearance (active SECRET required at submission).
- Factor II: Technical Approach (Performance & Management, Staffing) – significantly important.
- Factor III: Small Business Participation Plan.
- Factor IV: Past Performance (limited to three references).
- Factor V: Price. Non-price factors (I-IV) are significantly more important than price, with Factors II, III, and IV in descending order of importance. CMMC requirements are specified.
Submission Requirements
- Proposal Due Date: March 26, 2026, at 2:00 PM.
- Submission Method: Electronically via email to jill.h.joscelyn.civ@us.navy.mil.
- Key Documents: Offerors must use the latest revised PWS, QASP, and Labor Rate Spreadsheet. Certifications and Representations not in SAM must be submitted. Page limits apply to various proposal sections.
Important Notes
Multiple amendments (0001-0008) have been issued, clarifying labor categories, extending deadlines, revising documents, and updating evaluation criteria. The minimum guarantee was reduced to $2,500.00. Local travel within 50 miles will not be reimbursed, and overseas locations require a single labor rate inclusive of HOLA/COLA.