SOLICITATION NOTICE
R -- Aircraft Carrier Readiness Support
- Notice Date
- 12/10/2025 9:55:47 AM
- Notice Type
- Presolicitation
- NAICS
- 541330
— Engineering Services
- Contracting Office
- NAVSUP FLT LOG CTR NORFOLK NORFOLK VA 23511-3392 USA
- ZIP Code
- 23511-3392
- Solicitation Number
- N0018926R0002
- Response Due
- 3/2/2026 8:00:00 AM
- Archive Date
- 03/17/2026
- Point of Contact
- JILL JOSCELYN, Phone: 7574431219
- E-Mail Address
-
jill.h.joscelyn-smith.civ@us.navy.mil
(jill.h.joscelyn-smith.civ@us.navy.mil)
- Small Business Set-Aside
- NONE No Set aside used
- Description
- The Naval Supply Systems Command (NAVSUP) Fleet Logistics Center (FLC) Norfolk Contracting Department, Norfolk, VA 23511-3392, intends to award a multiple award, firm-fixed-price (FFP), indefinite-delivery, indefinite-quantity contract(s) for technical support to accomplish specific requirements described herein in support of Navy Readiness Reference OPNAVINST 5440.77C, Generate USN forces ready to execute service missions in support of Chief of Naval Operations (CNO) and operational missions assigned by combatant commanders (CCDRs) in response to force requirements. A. The CNAF CVN Readiness Operations Center (ROC) takes a comprehensive approach to evaluate, enhance, and effectively organize the efforts required to maintain mission-capable aircraft carriers, ensuring they are always ready for deployment when the U.S. Navy calls upon them. The CNAF CVN Readiness Operations fulfills the requirements outlined in the OPNAV instruction referenced above: a. Align readiness reporting processes and systems to provide a capabilities-based readiness reporting system based upon mission-essential tasks and a means to manage and report readiness of the forces to execute the national military strategy. b. Integrate readiness resource metrics for personnel, equipment, supply, training and ordnance to provide a comprehensive means of assessing capabilities-based operations. c. Develop and implement fleet data and analytic policies, governance, requirements, training, programs, processes, alignments and partnerships to maximize fleet readiness understanding and insight to provide a fully informed decision-making process. d. Develop common readiness reporting standards with defined measures of effectiveness and measures of performance and a common lexicon and understanding of readiness data, data management and linkages. B. The contractor shall provide Professional Engineering Assistance, which includes Engineering Technical Expertise, Engineering Graphic Solutions, Configuration Data Management, Environmental Engineering, and Hazardous Waste/Material Handling to ensure the protection of personnel and the environment. The contractor will also deliver Production Control Functions, Material and Logistical Coordination, Quality Assurance, and Computer-Related Capabilities to fulfill the specific requirements outlined herein and further detailed at the task order (TO) level. These efforts will aid USS Nimitz (CVN 68) and USS Gerald R. Ford (CVN 78) class aircraft carriers in matters related to readiness, maintenance, modernization advance planning, work package development and integration, and work package execution. Tasking under this contract may include, but not limited to, the following: a. Integrated modernization and repair work package planning b. Development of Life Cycle Maintenance Plans (LCMP) c. Design review of Ship Change Documents (SCD), including SCD guidance d. Support for Fleet modernization programs e. Integrated Logistics Support (ILS) ship checks and updates f. Diagnostics support (excluding analysis or diagnostics on systems listed in NAVSEA Instruction C9210.4 (series) for nuclear-powered aircraft carriers) g. Equipment and program assessment and recommendations h. Updating and maintaining the currency of the Life Cycle Resource Systems (LCRS) database (excluding analysis or diagnostics on systems listed in NAVSEA Instruction C9210.4 (series) for nuclear-powered aircraft carriers) i. Management Support Systems Analysis j. SCD ILS requirements k. CARRIER TEAM ONE Support l. Causal Model Analysis, as applicable m. CVN Integrated Project Teams (IPT) ROC Availability Support n. ROC Readiness and Assessment Support o. CVN Habitability / Livability support p. Refueling and Complex Overhaul (RCOH) support q. Inactivation Availability Coordination Support NOTE: Contract personnel shall not be employed to perform design, engineering, logistic services in posted radiation areas, handle radioactive materials, or wear radiation measuring dosimetry devices. The contractor shall not perform analysis or diagnostics on systems which are listed in NAVSEA Instruction C9210.4 (series) on nuclear powered aircraft carriers. The policies and procedures of FAR Part 15, Contracting by Negotiation, and FAR Subpart 16.5, Indefinite-Delivery Contracts will be utilized. A Request for Information (RFI)/Sources Sought Notice associated with this solicitation was posted to identify interested sources and obtain feedback on a draft Performance Work Statement. This requirement will be solicited as UNRESTRICTED. The NAICS code applicable to this procurement is 541330. The size standard is $47M. The Product Service Code is R425. The effective period for this acquisition is anticipated to be from 08/01/2026 � 07/30/2031. The total anticipated contract ordering period is five (5) years. The solicitation, any documents related to this procurement, and all amendments issued will be in electronic form. THE SOLICITATION IS NOT YET AVAILABLE. Once available, the solicitation will be posted to this site (Beta SAM.gov at https://beta.sam.gov/.). The solicitation is expected to be available approx. 01 February 2026. All responsible sources may submit a proposal that shall be considered by the Government. By submitting a proposal, the offeror will be self-certifying that neither the principal corporate officials nor owners are currently suspended, debarred, or otherwise ineligible to receive contracts from any federal agency. Failure to do so may represent grounds for refusing to accept the proposal. By submission of a proposal, the offeror acknowledges the requirement that a prospective awardee must be registered in the System for Award Management (SAM) database prior to award, during performance, and through final payment of any contract resulting from the solicitation, except for awards to foreign vendors for work to be performed outside the United States. Lack of registration in the SAM database will make an offeror ineligible for award. Offerors may obtain information on registration and annual confirmation requirements by calling 1-866-606-8220, or via the Internet at https://www.sam.gov. Please direct all questions regarding this requirement to Jill Joscelyn at jill.h.joscelyn.civ@us.navy.mil.
- Web Link
-
SAM.gov Permalink
(https://sam.gov/workspace/contract/opp/c98123192c3e4f72836e80761a42c460/view)
- Place of Performance
- Address: Norfolk, VA 23511, USA
- Zip Code: 23511
- Country: USA
- Zip Code: 23511
- Record
- SN07661971-F 20251212/251210230037 (samdaily.us)
- Source
-
SAM.gov Link to This Notice
(may not be valid after Archive Date)
| FSG Index | This Issue's Index | Today's SAM Daily Index Page |