ContractSolicitation

Aircraft Carrier Readiness Support

DEPT OF DEFENSE N0018926R0002
Response Deadline
Mar 18, 2026
5 days left
Days Remaining
5
Until deadline
Set-Aside
No Set aside used
Notice Type
Solicitation

Contract Opportunity Analysis

The Department of Defense, through the Naval Supply Systems Command Fleet Logistics Center Norfolk, is soliciting proposals for Aircraft Carrier Readiness Support (ACRS) under Solicitation Number N0018926R0002. This procurement aims to secure professional engineering assistance and logistical support for the maintenance and operational readiness of the USS Nimitz (CVN 68) and USS Gerald R. Ford (CVN 78) class aircraft carriers, ensuring they are mission-capable and ready for deployment. The contract is structured as a Multiple Award Indefinite Delivery Indefinite Quantity (IDIQ) with a ceiling of $164 million, emphasizing the importance of maintaining naval readiness in alignment with national military strategies. Interested contractors must submit their proposals electronically by March 18, 2026, with inquiries directed to Jill Joscelyn at jill.h.joscelyn-smith.civ@us.navy.mil.

Classification Codes

NAICS Code
541330
Engineering Services
PSC Code
R425
SUPPORT- PROFESSIONAL: ENGINEERING/TECHNICAL

Solicitation Documents

21 Files
QA 03112026.docx
Word183 KB3/11/2026
AI Summary
The Aircraft Readiness Support (ACRS) Solicitation N0018926R0002 has released a series of questions and answers clarifying various aspects of the procurement package. Key updates include the removal of the 'Senior Production Controller' labor category and the approval of alternative qualifications for the 'Program Manager' role. The government clarified discrepancies between the Performance Work Statement (PWS) and the Labor Rate Spreadsheet regarding labor categories, with several being removed or updated. The solicitation also addressed offeror concerns about past performance citations, limiting submissions to three total, and provided corrections regarding pricing factors and the Small Business Participation Plan, directing offerors to Amendment 003. Furthermore, the government confirmed that labor categories are under PWS Section XVII, clarified travel reimbursement policies (no reimbursement for local travel within a 50-mile radius), and emphasized defining acronyms in proposals. Deliverable due dates will be identified on individual task orders. The IDIQ ceiling will not be increased despite an increase in estimated total hours, and offerors are to provide a single rate for overseas locations inclusive of all costs. CMMC Level 2 Joint Surveillance Voluntary Assessment is a key cybersecurity requirement, and the page limit for various submission components has been increased to five pages in Amendment 003.
Solicitation Amendment N0018926R00020007 SF 30 (1).pdf
PDF572 KB3/11/2026
AI Summary
This document is Amendment 0007 to Solicitation Number N0018926R0002, issued by NAVSUP FLT LOG CTR NORFOLK. The primary purpose of this amendment, dated March 5, 2026, is to change the minimum guarantee of the solicitation from $50,000.00 to $2,500.00. The amendment outlines procedures for offerors to acknowledge its receipt, either by completing specific items on the form, acknowledging on each offer copy, or through separate written communication. Failure to acknowledge the amendment prior to the specified hour and date may result in the rejection of an offer. It also provides guidance for modifying an already submitted offer in light of this amendment. Except for this change, all other terms and conditions of the original solicitation remain in full force and effect. The document includes standard fields for contract identification, effective dates, issuing and administering offices, and signatory details for both the contractor/offeror and the contracting officer.
REVISED ARCS_QUALITY ASSURANCE SURVEILLENCE PLAN (QASP)_20 Feb 2026.docx
Word26 KB3/11/2026
AI Summary
This Quality Assurance Surveillance Plan (QASP) outlines the U.S. Government's approach to monitoring contractor performance for Aircraft Carrier Readiness Support (ACRS) under a Performance Based Service Contract (PBSC). Its purpose is to ensure the contractor meets performance metrics, delivers quality services, and is paid only for acceptable services. The QASP, authorized under Contract Section E, details government resources like the Contracting Officer and Contracting Officer's Representative (COR), defining their responsibilities in contract administration and surveillance. Surveillance methods include customer feedback, inspections, and performance evaluation meetings. Key deliverable items such as monthly effort reports, material reports, travel cost reports, Common Access Card reports, and properly submitted invoices are subject to strict accuracy and timeliness standards with a 0% maximum error rate. The COR maintains a Quality Assurance file for performance assessment and provides documentation to the Contracting Officer. This plan ensures systematic quality assurance and contractor accountability.
Revised Labor Rate Spreadsheet_Rev 1 02262026.xlsx
Excel19 KB3/11/2026
AI Summary
This government file details estimated labor hours for various labor categories across different locations (Norfolk, VA; San Diego, CA; Washington; Japan) for an ordering period. The document is not a Level Of Effort Contract, and the provided hours are for historical information only, not binding the government. Key labor categories include Program Managers, Project Managers, Engineers (Senior, Environmental, Field, Marine Mechanical), Ship's Systems Analysts (Nuclear and Non-Nuclear), Overhaul Specialists, Assessment Specialists, Computer Programmer/Analysts, Program Analysts, Engineering Technicians (Senior and regular), Junior Analysts, Logistic Management Specialists (Senior and regular), Supply Management Specialists, Material Specialists, and Warehousemen, ranging from GS-10 to GS-14 salary grades. The file presents a breakdown of estimated total hours for each category per location and includes a section for data validation of these labor categories.
Solicitation Amendment 0005.pdf
PDF351 KB3/11/2026
AI Summary
Amendment 0005 to Solicitation N0018926R0002, issued by NAVSUP FLT LOG CTR NORFOLK, revises the solicitation by providing a new Pricing Spreadsheet and extending the closing date for offers to March 18, 2026, at 2:00 PM. This amendment, effective February 26, 2026, emphasizes that all other terms and conditions of the original solicitation remain unchanged. Offerors must acknowledge receipt of this amendment to ensure their offers are considered. The contracting officer is Jill H. Joscelyn-Smith.
ACRS_Base IDIQ PWS_20Feb2026.docx
Word103 KB3/11/2026
AI Summary
The Performance Work Statement outlines the Commander, Naval Air Forces' (CNAF) requirements for Aircraft Carrier Readiness Support (ACRS). CNAF manages 11 aircraft carriers, 161 squadrons, 3,617 aircraft, and 150,000 personnel, prioritizing readiness, warfighting, and personnel. The contractor will provide professional engineering assistance, production control, material/logistical coordination, quality assurance, and computer-related capabilities for USS Nimitz (CVN 68) and USS Gerald R. Ford (CVN 78) class carriers. Key task areas include readiness operations, damage control, maintenance management, various engineering services, modernization planning and execution, corrosion control, antenna assessments, aircraft launch/recovery support, aviation non-skid quality assurance, aviation fuels logistics, repair execution, integrated logistics support, and nuclear propulsion engineering analysis. The work will primarily occur at government facilities and on aircraft carriers in Bremerton, Norfolk, San Diego, and Japan. The contractor must maintain SECRET clearance, adhere to strict security protocols, and comply with Naval Nuclear Propulsion Information (NNPI) safeguards. Deliverables include monthly reports, task action memorandums, and travel reports. The contractor is responsible for their quality assurance program and ensuring personnel meet specific qualifications.
Solicitation Amendment N0018926R00020003 SF 30.pdf
PDF594 KB3/11/2026
AI Summary
This government solicitation amendment, N0018926R00020003, issued by NAVSUP FLT LOG CTR NORFOLK, outlines corrections to Sections L and M, extending the solicitation due date to March 16, 2026, at 2:00 PM EST, and the question deadline to March 2, 2026, at 12:00 PM EST. The purpose is to award up to six Firm Fixed Price Indefinite Delivery Indefinite Quantity (FFP IDIQ) multiple award contracts. Proposals must be submitted electronically to Jill Joscelyn by the closing date and time. Submissions require a clear subject line and adherence to specific formatting, including page limitations for each volume. Key evaluation factors are Facility Security Clearance (SECRET level required), Technical Approach (Performance and Management, Staffing), Small Business Participation Plan, and Past Performance. The Price Proposal, not page-limited, must include completed solicitation documents, supporting labor data, and government-estimated travel and material/ODC plug numbers. Large businesses must also submit a Small Business Subcontracting Plan.
Status of Forces Agreement_ Japan.pdf
PDF168 KB3/11/2026
AI Summary
The Agreement Under Article VI of the Treaty of Mutual Cooperation and Security Between Japan and the United States of America outlines the terms for the use of facilities and areas by U.S. armed forces in Japan. Signed in Washington on January 19, 1960, and entered into force on June 23, 1960, this agreement defines key terms such as "members of the United States armed forces," "civilian component," and "dependents." It grants the U.S. the use of facilities and areas in Japan, with provisions for review, return, and interim use by Japan. The agreement details measures for establishing, operating, safeguarding, and controlling these facilities, ensuring minimal interference with Japanese infrastructure. It also covers exemptions from tolls and charges for U.S. vessels and aircraft, coordination of air traffic control, and access to public utilities and meteorological services. Furthermore, it addresses the entry, exit, and status of U.S. personnel and their dependents, customs exemptions for official and personal imports, and tax exemptions on property and income derived from service. The agreement also outlines procurement procedures for supplies and services, emphasizing coordination with Japanese authorities for local labor and adherence to Japanese labor laws for most local hires.
Past Performance Information Form.doc
Word11 KB3/11/2026
AI Summary
The Past Performance Information Form is a critical document used in government contracting, likely within federal or state/local RFPs, to assess an offeror's prior experience. It requires detailed information about past contracts, including the offeror's name, contract number, customer details (name, location, point of contact), and contact information. Key financial data includes the total dollar value broken into annual increments and, for ordering vehicles, both estimated and actual performed amounts. The form also requests the period of performance, number of personnel, and a detailed description of the work performed to demonstrate its relevance to the current solicitation. Specific details are required for helpdesk work, such as user population and trouble ticket metrics. Finally, it mandates information on subcontractors utilized, including their work description and annual dollar value, to provide a comprehensive overview of the offeror's past performance and capabilities.
Past Performance Report Form.docx
Word18 KB3/11/2026
AI Summary
The NAVSUP Fleet Logistics Center Norfolk (FLCN) uses a Past Performance Report Form to evaluate contractor performance for federal contract awards. This form, to be completed by an agency/company and returned to NAVSUP FLCN directly, not the contractor, assesses a contractor's past work to predict their success on future government projects. The evaluation covers key areas: quality and adherence to contract requirements (customer satisfaction, rework, innovation), timeliness (delivery schedules, submission of reports and invoices), and contractor responsiveness (problem resolution, cost control). Additionally, the form gathers observations on contractor strengths and weaknesses, satisfaction with past awards, willingness to re-hire, and information on similar past efforts and potential additional references. The collected data is crucial for informed decision-making in government contracting.
Sample Materials List.xlsx
Excel12 KB3/11/2026
AI Summary
The document outlines a comprehensive list of products and services crucial for various operational needs, likely for a government entity or a large organization. It covers a wide array of categories including U.S. postal/shipping services, office equipment such as laptops, heavy machinery like forklifts and trucks, and related parts and fuel. The list also details various shipping and packing supplies, specialized quality assurance and aviation fuels support equipment, and calibration services for monitoring devices. Furthermore, it includes items for corrosion control, training materials (both physical and digital), and general office and logistical support items like printers, binders, and training aids. Key services mentioned are annual certifications for equipment, repair costs, and specialized logistics program support, highlighting a need for ongoing maintenance, operational supplies, and technical assistance.
Labor Rate Spreadsheet_ To Be Completed.xlsx
Excel14 KB3/11/2026
AI Summary
The provided document details projected labor hours for various government contract positions across different locations and ordering periods. It specifies
Amendment 0001.pdf
PDF328 KB3/11/2026
AI Summary
Amendment 0001 to Solicitation N0018926R0002, effective January 30, 2026, corrects the closing date for questions from March 16, 2026, to February 16, 2026. This amendment, issued by NAVSUP FLT LOG CTR NORFOLK, explicitly states that the hour and date for receipt of offers are not extended. Offerors must acknowledge this amendment via specified methods to ensure their offers are not rejected. All other terms and conditions of the original solicitation remain unchanged and in full force and effect. The amendment was signed by Jill H. Joscelyn-Smith, the Contracting Officer.
QA 02242026.docx
Word27 KB3/11/2026
AI Summary
The Aircraft Readiness Support (ACRS) Solicitation N0018926R0002 Questions and Answers document addresses numerous clarifications and revisions for a government procurement package. Key updates include the removal of the 'Senior Production Controller' labor category and the approval of alternative qualifications for the 'Program Manager' role, which were subsequently updated in the Performance Work Statement (PWS). The document also resolves discrepancies between the PWS and the Labor Rate Spreadsheet regarding labor categories, with some being removed or clarified, and an amendment forthcoming to update the spreadsheet. Procedural questions about past performance citations, pricing structure, and submission deadlines are addressed, often referring to specific amendments for corrections. Other clarifications cover acronym usage, deliverable identification, travel reimbursement, and the placement of representations and certifications within the proposal volumes. The government declined to add an 'Engineering Administrative Specialist' labor category.
Solicitation Amendment N0018926R00020004 SF 30.pdf
PDF595 KB3/11/2026
AI Summary
This government solicitation amendment, N0018926R00020004, outlines requirements for a Firm Fixed Price Indefinite Delivery Indefinite Quantity (FFP IDIQ) multiple-award contract with up to six awards. The amendment provides a revised Performance Work Statement (PWS) and clarifies changes in Section L, updating FAR 52.216-19 regarding minimum order values. Key aspects include instructions for proposal submission, emphasizing electronic delivery to jill.h.joscelyn.civ@us.navy.mil by the due date. Proposals must adhere to strict formatting, page limitations, and be organized into three volumes: Non-Price, Price, and Small Business Subcontracting Plan (for large businesses only). The Non-Price proposal includes factors such as Facility Security Clearance, Technical Approach (Performance and Management, Staffing), Past Performance, and a Small Business Participation Plan. The Price Proposal requires detailed cost breakdowns, including labor rates, and mandates the use of government-estimated plug numbers for travel and materials/Other Direct Costs (ODCs). Offerors are cautioned against altering the solicitation and must ensure all information is complete and accurate to avoid rejection.
Performance Work Statement.pdf
PDF646 KB3/11/2026
AI Summary
The Commander, Naval Air Forces (CNAF) seeks contractor support for Aircraft Carrier Readiness Support (ACRS) for its eleven nuclear-powered aircraft carriers. The contract outlines various task areas including readiness operations, damage control, maintenance management, engineering support, logistics, modernization planning and execution, corrosion control, antenna assessments, aircraft launch and recovery systems, aviation non-skid quality assurance, aviation fuels logistics, repair execution, integrated logistics support, and nuclear propulsion engineering analysis. Key priorities include ensuring operational readiness, warfighting capabilities, personnel training, and resource efficiency. The contractor will provide professional engineering assistance, production control, material and logistical coordination, quality assurance, and computer-related capabilities. Work locations include government facilities, aircraft carriers, and contractor facilities, with strict security requirements, including a SECRET clearance for classified access and adherence to Naval Nuclear Propulsion Information (NNPI) protection protocols.
General Information.pdf
PDF476 KB3/11/2026
AI Summary
This document outlines general information for a new federal government requirement, likely an RFP or grant. It specifies a program ceiling of $164,000,000.00 to be shared among all awardees through individual Task Orders. The contract is not for personal services. The anticipated start date for the ordering period is August 1, 2026, though it may commence sooner. Incumbent vendors from similar MAC contracts include Lifecycle Engineering, Gryphon Technologies, HII Fleet Support Group, and Valkyrie Enterprises. A unit price of $1.00 is noted in Schedule B, and Attachment 01 has been removed.
Solicitation N0018926R0002.pdf
PDF1933 KB3/11/2026
AI Summary
This government solicitation, N0018926R0002, is for Aircraft Readiness Support (ACRS) under a Women-Owned Small Business (WOSB) set-aside. It details the contractual framework for an Indefinite Delivery, Indefinite Quantity (IDIQ) contract, with an estimated total award amount of $25,500,000. The contract has a performance period from August 1, 2026, to January 31, 2032, including options. Key aspects include a Contract Administration Plan (CAP) outlining responsibilities for the Procuring Contract Office (PCO), Contract Administration Office (CAO), Ordering Officer, and Contracting Officer's Representative (COR), emphasizing that only the PCO/CAO can modify contract terms. A Quality Assurance Surveillance Plan (QASP) is included, focusing on monitoring contractor performance for labor, travel, materials, and various reports (Level of Effort, Material, Travel Cost, Common Access Card, Overtime Usage). The solicitation incorporates numerous FAR and DFARS clauses, including those related to Cybersecurity Maturity Model Certification (CMMC) requirements, Wide Area WorkFlow payment instructions, and clauses governing ordering, order limitations, and options to extend services and contract term. The maximum order for a single item or combination of items is $50,000,000. An Ombudsman is designated to review contractor complaints regarding task/delivery order actions.
QA 03022026.docx
Word27 KB3/11/2026
AI Summary
The "Aircraft Readiness Support (ACRS)" Solicitation N0018926R0002 Questions and Answers document addresses various clarifications and amendments for a federal government Request for Proposal (RFP). Key issues include the removal of the "Senior Production Controller (GS-13)" labor category, approval of alternative qualifications for the Program Manager role, and discrepancies between labor categories listed in the Performance Work Statement (PWS) and the Labor Rate Spreadsheet. The government clarified the correct format for PWS sections and confirmed that only three past performance references will be considered per offeror. Amendments (002, 003, 004, 005) were issued to correct pricing evaluation details, extend deadlines, clarify factor numbering for the Small Business Participation Plan and Past Performance, and address labor category inclusions. Offerors are required to define acronyms, determine alignment of labor categories with Wage Determinations, and provide a single rate for overseas positions inclusive of all associated costs. The IDIQ ceiling will not be increased despite an increase in estimated total hours.
Solicitation Amendment 0006.pdf
PDF8610 KB3/11/2026
AI Summary
Amendment 0006 to Solicitation N0018926R0002, effective March 2, 2026, revises the Quality Assurance Surveillance Plan (QASP) and updates Sections L and M concerning Past Performance. The solicitation is for a Firm Fixed Price Indefinite Delivery Indefinite Quantity (FFP IDIQ) multiple award contract with up to six awards, evaluated without discussions unless deemed necessary. Proposals must be submitted electronically to jill.h.joscelyn.civ@us.navy.mil by March 2, 2026, 12:00 PM EST, in three volumes: Non-Price, Price, and Subcontracting Plan. Key evaluation factors include Facility Security Clearance (Acceptable/Unacceptable), Technical Approach (Performance and Management, Staffing), Past Performance (recency, relevancy, quality), Small Business Participation Plan, and Price Reasonableness. Non-price factors are significantly more important than price. Offerors must provide a Secret Facility Security Clearance verification, detailed technical and staffing approaches, and up to three relevant past performance contracts within five years, demonstrating one year of completed performance. Small businesses must submit a participation plan, while large businesses require a subcontracting plan. Travel and ODC/Materials have government-estimated plug-in amounts for pricing.
Amendment N0018926R00020002.pdf
PDF575 KB3/11/2026
AI Summary
This amendment to Solicitation N0018926R0002 extends the closing date for offers from March 2, 2026, to March 9, 2026, at 10:00 AM. It also extends the deadline for questions from February 16, 2026, to February 20, 2026, at noon. Additionally, the page limit for Factor II - Subfactor I Performance and Management Approach is increased from 35 to 45 pages, and Subfactor Staffing Approach is increased from 15 to 20 pages. Offerors must acknowledge receipt of this amendment to ensure their offers are considered.

Related Contract Opportunities

Project Timeline

postedOriginal Solicitation PostedDec 10, 2025
amendedAmendment #1Jan 30, 2026
amendedAmendment #2Feb 12, 2026
amendedAmendment #3Feb 23, 2026
amendedAmendment #4Feb 24, 2026
amendedAmendment #5Feb 26, 2026
amendedAmendment #6Mar 2, 2026
amendedAmendment #7Mar 2, 2026
amendedLatest AmendmentMar 11, 2026
deadlineResponse DeadlineMar 18, 2026
expiryArchive DateApr 26, 2026

Agency Information

Department
DEPT OF DEFENSE
Sub-Tier
DEPT OF THE NAVY
Office
NAVSUP FLT LOG CTR NORFOLK

Point of Contact

Place of Performance

Norfolk, Virginia, UNITED STATES

Official Sources