ContractSolicitationTotal Small Business Set-Aside (FAR 19.5)

Alteration and Installation Support Services for SE and ALRE at Shipboard and Shore Site Locations

DEPT OF DEFENSE N6833526R1010
Response Deadline
May 28, 2026
13 days left
Days Remaining
13
Until deadline
Set-Aside
Total Small Business Set-Aside (FAR 19.5)
Notice Type
Solicitation

Contract Opportunity Analysis

The Department of the Navy’s Naval Air Warfare Center Aircraft Division Lakehurst is seeking a small-business IDIQ multiple-award contract for alteration and installation support services for Support Equipment and Aircraft Launch and Recovery Equipment at shipboard and shore site locations. The work includes a broad range of shipboard and shore-based installation and alteration support tasks, with deliverables and task-order support to be provided under the resulting MAC. Proposals will be evaluated on acceptable technical capability and past performance, with requirements including a NAVSEA-approved quality system, an approved cost accounting system, SAM registration, an active NIST SP 800-171 assessment, and a valid CMMC Level 2 self-assessment. The contract is planned for five years, has a $500 minimum guaranteed delivery order and a maximum cumulative value of $49,436,804 across all awards, and proposals are due May 28, 2026 through PIEE.

Classification Codes

NAICS Code
336611
Ship Building and Repairing
PSC Code
N066
INSTALLATION OF EQUIPMENT- INSTRUMENTS AND LABORATORY EQUIPMENT

Solicitation Documents

11 Files
Past Performance Information Form.pdf
PDF515 KBMay 5, 2026
AI Summary
The Past Performance Information Form is a standardized document used in government solicitations, likely for federal RFPs, grants, or state/local RFPs. Its purpose is to collect detailed past performance data from an offeror, including their role, division, CAGE Code, DUNS, NAICS, and specific contract details like number, PSC, type, project title, and location of work. The form requires comprehensive contact information for both the agency/customer's program manager and contracting point of contact. It also includes a breakdown of contract value and invoiced amounts across base and option periods, along with a description of the contract effort. A critical section focuses on demonstrated systemic improvement, asking offerors to describe actions taken to resolve past performance issues and how these techniques will be applied to the current requirement. This form is marked as
Contractor Performance Assessment Questionnaire.pdf
PDF193 KBMay 5, 2026
AI Summary
The Contractor Performance Assessment Questionnaire (CPAQ) is a government document used to evaluate contractor performance for federal RFPs, grants, and state/local RFPs. It details instructions for assessing various aspects of a contractor's work, including company information, contract specifics, key subcontractors, project title, and a description of the contract effort. The CPAQ outlines evaluation areas such as quality (systems and non-systems contracts), schedule, cost control, management (responsiveness, subcontract, program, and key personnel), utilization of small business, and regulatory compliance. Each area provides detailed criteria and defines rating levels (Exceptional, Very Good, Satisfactory, Marginal, Unsatisfactory) with specific justifications. The assessing official must provide factual, detailed narratives for all ratings and offer a recommendation for future similar requirements. The document emphasizes objectivity, accuracy, and completeness in assessments to inform future source selection and award decisions.
Section L Amendment 0001.docx
Word58 KBMay 5, 2026
AI Summary
This government solicitation (N68335-26-R-1010) outlines comprehensive instructions for proposal submissions regarding services. It emphasizes clarity, brevity, and adherence to all RFP requirements, warning against deviations that could lead to deficiencies. Proposals must follow specific electronic formatting guidelines, including Times New Roman 12 pt font, single spacing, 1-inch margins, and compatibility with Microsoft Office 2011 or Adobe Acrobat PDF. Submissions are to be made electronically via the PIEE system, with a process for system outages. The proposal content is divided into two main volumes: Technical (Volume 1) and Past Performance (Volume 2). Volume 1 requires proof of a NAVSEA-approved Quality System, a list of key personnel with resumes, and documentation of an approved cost accounting system. It also mandates SAM registration, an active NIST SP 800-171 assessment in SPRS, and a valid CMMC Level 2 Self Assessment status. Volume 2 requires Offerors to complete Past Performance Information Forms for relevant contracts within the last three years, including principal subcontractors and JV team members, with specific narrative descriptions and consent for direct government coordination. Annex A requests detailed performance descriptions and SOW/PWS documents. Questions must be submitted via email by a specified deadline.
Solicitation Amendment - N6833526R10100001.pdf
PDF2562 KBMay 5, 2026
AI Summary
This government solicitation (N6833526R10100001) is for Indefinite Delivery Indefinite Quantity (IDIQ) Multiple Award Contracts (MAC) for alteration and installation support services for Support Equipment and Aircraft Launch and Recovery Equipment at shipboard and shore sites. It is a 100% Small Business Set Aside under NAICS 336611. The contracts will be five-year Fixed Price and Cost Type, with a minimum guaranteed delivery order of $500.00 and a maximum cumulative value of $49,436,804.00 across all awards. Key personnel substitutions are restricted, and all travel requires prior approval. Invoices must be submitted electronically through Wide Area WorkFlow (WAWF). The solicitation details special contract requirements, including task/delivery order procedures, subcontracting guidelines, and provisions for
Solicitation Amendment N6833526R10100001 SF 30.pdf
PDF584 KBMay 5, 2026
AI Summary
Amendment 0001 to Solicitation N6833526R10100001 outlines changes for an Indefinite Delivery Indefinite Quantity (IDIQ) Multiple Award Contract (MAC) for alteration and installation support services for Support Equipment and Aircraft Launch and Recovery Equipment. The solicitation is a 100% Small Business Set Aside under NAICS 336611. Key changes include extending the proposal due date to May 28, 2026, adding clause 52.222-6, updating Section L, and providing a Q&A summary as Attachment 7. The contract is for five years, with fixed-price and cost-type CLINs, and includes a guaranteed minimum delivery order of $500.00 for an Artisan List. Subsequent orders will be competed among MAC awardees. Invoices must be submitted electronically via WAWF. Contact information for government specialists is provided.
Section M_FINAL.docx
Word49 KBMay 5, 2026
AI Summary
The government's RFP, M-N68335-26-R-1010, outlines evaluation factors for awarding multiple Indefinite Delivery/Indefinite Quantity (IDIQ) contracts. Proposals will be assessed based on 'Acceptable' or 'Unacceptable' ratings for Technical and Past Performance factors. Only offerors achieving 'Acceptable' in both will receive an IDIQ contract. The Technical factor includes competency, key personnel, and an approved cost accounting system. The Past Performance factor evaluates recency (within three years), relevancy, and quality of past work. Cybersecurity Maturity Model Certification (CMMC) Level 2 self-assessment is a material condition for award. Cost or price will not be evaluated at the IDIQ level but at the Task Order/Delivery Order level. Access to Controlled Unclassified Information (CUI) for proposal preparation requires a valid CMMC Level 2 self-assessment and DD Form 2345. The government reserves the right to award without discussions, emphasizing the importance of initial best offers.
Section L_FINAL.docx
Word59 KBMay 5, 2026
AI Summary
This government solicitation (N68335-26-R-1010) outlines detailed instructions for submitting proposals for services, emphasizing clarity, brevity, and adherence to all requirements. Proposals must follow specific electronic formatting guidelines, including font, margins, and software compatibility (Microsoft Office 2011/Adobe Acrobat PDF). Offerors are required to submit proposals in distinct volumes: Technical (Volume 1), Past Performance (Volume 2), and Price/Cost (Volume 3), each with specific page limits and content requirements. Key technical requirements include proof of a NAVSEA-approved Quality System, a list of key personnel with resumes, and documentation of an approved cost accounting system. Furthermore, Offerors must be registered in SAM, confirm no active exclusion records, and have a current NIST SP 800-171 assessment. Cybersecurity Maturity Model Certification (CMMC) Level 2 Self Assessment is mandatory prior to award. Past performance submissions require completing Attachment P1 forms for relevant contracts within the last three years, including principal subcontractors and JV team members, with written consent for the government to coordinate on past performance issues. All proposals must be unclassified and submitted electronically via the PIEE system by the specified deadline.
Statement of Work_FINAL.docx
Word99 KBMay 5, 2026
AI Summary
This Performance Based Statement of Work (PBSOW) outlines the requirements for contractors to provide alteration and installation support services for Aviation Support Equipment (SE) and Aircraft Launch and Recovery Equipment (ALRE) at shipboard and shore sites for the Naval Air Warfare Center Aircraft Division Lakehurst (NAWCAD-LKE). Services include structural, welding, electrical, HVAC, pipefitting, quality assurance, NDT, fire alarm/suppression, painting, decking, insulation, LAN/fiber optics, telephone systems, proofload testing, packaging, rigging, and hazardous material disposition. The contractor is responsible for qualified personnel, tools, equipment, daily cleanliness, system checkout, and adherence to numerous NAVSEA, AWS, ASNT, NEC, and OSHA standards. Key personnel roles and qualifications are detailed. The contract requires various deliverables, including daily/weekly status reports, quality assurance workbooks, and work authorization forms. Performance locations include various US Navy bases, international sites, and potentially at-sea operations, with strict security, citizenship, and training requirements for all personnel.
DD254 for solicitation.pdf
PDF132 KBMay 5, 2026
AI Summary
The provided government file indicates that the document could not be displayed, suggesting an issue with the user's PDF viewer. It recommends upgrading to the latest version of Adobe Reader for Windows, Mac, or Linux, with links provided for download and further assistance. The document also includes trademark information for Windows, Mac, and Linux. This content is likely a placeholder or an error message within a government file, rather than an actual RFP, grant, or solicitation. It serves to inform the user about a technical viewing problem, not to convey information related to a government opportunity.
N68335-26-R-1010 CDRLs.pdf
PDF73 KBMay 5, 2026
AI Summary
The document is not a government file but rather a placeholder message indicating that the PDF viewer may not be able to display the document's content. It advises the user to upgrade to the latest version of Adobe Reader and provides links for download and assistance. The message also includes trademark information for Windows, Mac, and Linux. This content is not relevant to government RFPs, federal grants, or state/local RFPs, as it only addresses a technical display issue.
Solicitation - N6833526R1010.pdf
PDF2557 KBMay 5, 2026
AI Summary
The solicitation N6833526R1010 outlines an Indefinite Delivery Indefinite Quantity (IDIQ) Multiple Award Contract (MAC) for alteration and installation support services for Support Equipment and Aircraft Launch and Recovery Equipment at shipboard and shore sites. This is a 100% Small Business Set-Aside under NAICS 336611. The contract has a potential five-year period with a total maximum value of $49,436,804.00, and a minimum guaranteed delivery order of $500.00 for each awardee. The contract will utilize Fixed Price and Cost Type arrangements, including Cost Plus Fixed Fee, Cost No Fee, and Firm Fixed Price for various contract line items (CLINs) covering labor, travel, materials, and an Artisan List. Key aspects include specific procedures for task/delivery orders, fair opportunity consideration for awardees, and requirements for contractor accounting systems and liability insurance. The document also details policies on key personnel, travel approval, hazardous material handling, and contractor identification.

Related Contract Opportunities

Project Timeline

postedOriginal Solicitation PostedApr 14, 2026
amendedLatest Amendment· Description UpdatedMay 5, 2026
deadlineResponse DeadlineMay 28, 2026
expiryArchive DateJun 12, 2026

Agency Information

Department
DEPT OF DEFENSE
Sub-Tier
DEPT OF THE NAVY
Office
NAVAIR WARFARE CTR AIRCRAFT DIV

Point of Contact

Place of Performance

CAPE MAY CH, New Jersey, UNITED STATES

Official Sources