Alteration and Installation Support Services for SE and ALRE at Shipboard and Shore Site Locations
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 Naval Air Systems Command (NAVAIR) is soliciting proposals for Alteration and Installation Support Services for Support Equipment (SE) and Aircraft Launch and Recovery Equipment (ALRE) at shipboard and shore sites. This is an Indefinite Delivery Indefinite Quantity (IDIQ) Multiple Award Contract (MAC), set aside for Total Small Businesses. Proposals are due May 14, 2026.
Opportunity Details
The Naval Air Warfare Center Aircraft Division Lakehurst (NAWCAD-LKE) requires these services to support SE and ALRE. The contract will be a five-year IDIQ MAC, comprising Fixed Price and Cost Type contracts, with a maximum cumulative value of $49,436,804.00. A minimum order of $500.00 is guaranteed. The primary place of performance includes US Navy Ships (e.g., Norfolk, San Diego, Japan) and various shore sites (US or foreign military bases), as well as contractor facilities.
Scope of Work
Contractors will provide qualified personnel for a wide range of alteration and installation services, including structural, welding, electrical/electronics, pipefitting, HVAC, quality assurance, fire alarm systems, paint testing/abatement, lagging/insulation, LAN/fiber optic systems, proofload testing, packaging, rigging, and debris/hazardous material disposition. Personnel must be U.S. citizens with appropriate security clearances (up to SECRET) and the contractor must maintain an ISO-9001 compliant Quality Management System.
Set-Aside & Eligibility
This opportunity is a Total Small Business Set-Aside under NAICS 336611 (1300 Employees). Offerors must be certified by the SBA as a Small Business under this NAICS code, registered in SAM, and have no active exclusion records. A current NIST SP 800-171 assessment posted in SPRS is required. Cybersecurity Maturity Model Certification (CMMC) Level 2 Self-Assessment is a material condition of award, requiring documentation of current status or a plan to obtain it. Subcontractors processing Federal Contract Information (FCI) or Controlled Unclassified Information (CUI) must also meet CMMC requirements.
Evaluation Factors
Proposals will be evaluated on two primary factors: Technical and Past Performance. Both must receive an "Acceptable" rating for contract award. Cost or price will not be evaluated for the IDIQ MAC award but will be assessed at the Task Order/Delivery Order level.
- Technical: Evaluated on NAVSEA Quality System approval, Key Personnel qualifications (education, certifications, experience), and an approved Cost Accounting System.
- Past Performance: Assessed for recency (within 3 years), relevancy (scope, magnitude, complexity, dollar value, contract type), and quality. A "Neutral" rating (if no meaningful record exists) is considered "Acceptable."
Submission Requirements & Deadlines
Proposals must be submitted electronically via the PIEE system (https://piee.eb.mil) by May 14, 2026, 8:00 PM Z (4:00 PM ET). Past Performance Information Forms are requested 14 days prior to the proposal due date. Questions regarding the solicitation must be submitted via email to Kieran Connolly (kieran.m.connolly2.civ@us.navy.mil) no later than 4:00 PM ET on the 14th calendar day after solicitation issuance (April 28, 2026).