CNAP/CNAL/CPRG Aviation Fleet Transition Support - SeaPort
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, specifically NAVSUP Fleet Logistics Center San Diego, is soliciting proposals for CNAP/CNAL/CPRG Aviation Fleet Transition Support under Solicitation No. N00244-26-R-3101. This is a Service-Disabled Veteran-Owned Small Business (SDVOSB) set-aside task order under the SeaPort NxG contract vehicle. The requirement involves comprehensive support for Navy Aviation transitions, including new aircraft, capability upgrades, and unit changes. Proposals are due by March 9, 2026, at 12:00 PM local time.
Purpose & Scope
This opportunity seeks contractor support for Commander, Naval Air Forces (CNAP), Commander, Naval Air Forces, U.S. Atlantic Fleet (CNAL), and Commander, Patrol and Reconnaissance Group (CPRG). The primary objective is to support "man/train/equip" functions, ensuring operational readiness and the smooth transition of naval aviation forces. Key support areas include:
- Type/Model/Series (T/M/S) Transition Support and Master Aviation Plan (MAP) Development.
- Maritime Patrol Reconnaissance Force (MPRF) Transition Support.
- Readiness Requirements Support for the Planning, Programming, Budgeting, and Execution (PPBE) process.
- Aircraft Carrier Requirements Support for CVN-78 class carriers.
- Infrastructure Requirements Support (MILCON, FSRM, NEPA).
- Staff Requirements Officer Training on DoN Acquisition, JCIDS, and PPBE.
Contract Details
- Contract Type: Combination of Firm-Fixed-Price (FFP) and Cost-Reimbursement (CR) CLINs (for ODCs like travel).
- Period of Performance: One-year base period, four one-year option periods, and a potential 6-month extension.
- Estimated Value: The pricing template indicates an estimated total of $534,459.0 for the full period (Base Year + 4 Option Years).
- Set-Aside: Service-Disabled Veteran-Owned Small Business (SDVOSB).
- Contract Vehicle: SeaPort NxG (only eligible SeaPort NxG task order holders may bid).
Key Requirements & Deliverables
The contractor will provide Principal Analysts (requiring 10+ years experience and a bachelor's degree, preferably in Naval Aviation) to work on-site at CNAP (San Diego, CA), CNAL (Norfolk, VA), and CPRG (Norfolk, VA). Deliverables include:
- Monthly Financial & Status Reports.
- Trip Reports.
- Master Aviation Plan (MAP) reports.
- Budget Documents.
- Conference Support Summaries.
- Quarterly Reports/Briefings analyzing issues and providing recommendations.
- Annual Staff Requirements Officer Training.
Eligibility & Submission
- Eligibility: Must be an eligible SDVOSB and a current SeaPort NxG contract holder, providing their "D" contract number. Prime contractors must provide VETS-4212 compliance evidence.
- Proposal Due: March 9, 2026, 12:00 PM local time.
- Submission Method: Electronically via email to christine.jordan@navy.mil. Offerors are encouraged to email intent to submit one week prior.
- Past Performance: Bidders must ensure past performance is documented and positively reviewed, using the provided questionnaire.
Evaluation
Award will be based on a Tradeoff source selection process, with the best value proposal selected. Evaluation factors are:
- Technical: Most heavily weighted, including Technical Approach (now 30-page limit), Management Plan, and Staffing.
- Past Performance.
- Price.
Important Notes
The government has clarified that the 8% SeaPort NxG fee cap applies only to Cost-Plus-Fixed-Fee orders, not this FFP solicitation, and ODCs are non-fee bearing. Subcontractors must provide separate Excel pricing sheets, and limitations on subcontracting apply. A Secret security clearance is generally required, with interim clearances granted, and offerors must demonstrate eligibility for the required facility security clearance.