Aircraft Carrier Readiness Support - Open solicitation to procure Aircraft Readiness Support for Commander Naval Air Atlantic. This is a Multiple Award IDIQ contract in accordacne with the attached documents. Navy Readiness. Per reference OPNAVINST ****
AI helper
This is a solicitation for Aircraft Readiness Support (ACRS) services, a Multiple Award Indefinite Delivery Indefinite Quantity (IDIQ) contract. The contract will be awarded on a firm-fixed-price basis. The services required include professional engineering assistance, technical expertise, graphic solutions, configuration data management, environmental engineering, hazardous waste material handling, production control, material and logistical coordination, quality assurance, and computer-related capabilities. The contractor will support USS Nimitz (CVN 68) and USS Gerald R. Ford (CVN 78) class aircraft carriers in areas such as readiness, maintenance, modernization, advance planning, work package development, and execution. Tasking may include integrated modernization and repair work package planning, life cycle maintenance plans, ship change document (SCD) design review, integrated logistics support (ILS), ship checks, diagnostics support (excluding nuclear-related systems), equipment and program assessment, and carrier team support. The contract period of performance is a 5-year ordering period with options. Proposals are due by March 2, 2026, at 10:00 AM local time. Proposals must be submitted electronically. Offerors must possess a Secret facility security clearance. The evaluation criteria will prioritize non-price factors (facility security clearance, technical approach, past performance, small business participation plan) over price. The technical approach will be evaluated based on performance and management approach, and staffing approach. Past performance will be evaluated based on recency, relevancy, and quality. Small business participation plans will be assessed on the extent of identified small businesses, commitment to use them, past performance in complying with subcontracting requirements, and the value of participation. Price proposals will be evaluated for reasonableness. Travel and material/ODC costs are not to exceed government estimates and will be used for evaluation. Offerors are cautioned that proposals not complying with solicitation instructions, including page limitations, may be considered unacceptable. Cybersecurity Maturity Model Certification (CMMC) Level 2 Self Assessment is required prior to award.
The offer due date for proposals is March 2, 2026, at 10:00 AM local time. The contract period of performance includes a 5-year ordering period with options, and the overall contract delivery period is from August 1, 2026, to January 31, 2032.
Payment will be made by the designated paying office upon acceptance of services or deliverables. Invoices are to be submitted to the address shown in block 18a unless otherwise indicated. Wide Area Workflow (WAWF) is the system used for electronic invoicing.
The government will award a contract to the responsible offeror whose offer conforming to the solicitation will be most advantageous to the government, price and other factors considered. Non-price factors are considered significantly more important than price. The evaluation will be based on facility security clearance, technical approach (performance and management approach, staffing approach), past performance, small business participation plan, and price.
Offerors must possess an active facility security clearance at the Secret classification level at the time of proposal submission. Cybersecurity Maturity Model Certification (CMMC) Level 2 Self Assessment is required prior to award for all contractor information systems that will process, store, or transmit Federal Contract Information (FCI) or Controlled Unclassified Information (CUI).
The contract includes various clauses related to contractor performance, such as those addressing contract administration, quality assurance surveillance, and potential termination for default. Specific penalty amounts are not detailed in the provided text.
A preliminary visit is not indicated as mandatory or optional in the provided text.
Sample submission is not indicated as a requirement in the provided text.
The solicitation mentions that offerors may submit questions regarding clarification of solicitation requirements no later than 2:00 PM EST on March 16, 2026. There is no explicit mention of a deadline for challenging the bid itself.
The maximum order limitation is $50,000,**** for a single item or a combination of items, and the maximum government maximum to order is $164,000,****. The estimated total value for the contract is not explicitly stated as a single figure, but the maximum order limitation provides an indication of the potential scale.