Search Contract Opportunities

Aircraft Carrier Readiness Support (ACRS)

ID: N0018925R0039 • Type: Sources Sought • Match:  95%
Opportunity Assistant

Hello! Please let me know your questions about this opportunity. I will answer based on the available opportunity documents.

Please sign-in to link federal registration and award history to assistant. Sign in to upload a capability statement or catalogue for your company

Some suggestions:
Please summarize the work to be completed under this opportunity
Draft a sources sought response template for this opportunity
Do the documents mention an incumbent contractor?
Does this contract have any security clearance requirements?
I'd like to anonymously submit a question to the procurement officer(s)
Loading

Description

This is a Sources Sought Notice in accordance with Federal Acquisition Regulation (FAR) 52.215-3 Request for Information or Solicitation for Planning Purposes (OCT 1997). It constitutes neither a Request for Proposal nor an Invitation for Bid. It does not restrict the Government to an ultimate acquisition approach. This Sources Sought Notice IS NOT A SOLICITATION or an expression of intent to issue a solicitation of any kind in the future. It should not be construed as a commitment by the Government for any purpose other than to gain the information requested. Interested parties are encouraged to respond to this Sources Sought Notice. The Government will not pay for information, materials, and/or demonstrations received in response and is in no way obligated
to respondents by or for any information received.

BACKGROUND, SCOPE, AND CAPABILITY REQUIREMENTS:
The Naval Supply Systems Command (NAVSUP) Fleet Logistics Center Norfolk (FLCN) is requesting information to identify possible sources to provide ships engineering and planning support services for U.S. Navy Aircraft Carriers as required by Commander Naval Air Forces (CNAF). Services will accomplish specific requirements for aircraft carrier maintenance and modernization advance planning, work package development and integration, and work package execution.

A DRAFT Performance Work Statement (PWS) is posted in conjunction with this RFI / Sources Sought Notice.
The anticipated period of performance for each of the abovementioned, separate requirements is a base period of one year with four (4) one-year option periods.

The applicable North American Industry Classification System (NAICS) for this requirement is 541330 Engineering Services and the applicable size standard is $41.5 million. Again, THIS IS NOT A REQUEST FOR PROPOSAL. This is a market research tool. The input provided will help the Navy ascertain the interest, capability, and capacity of potential businesses both small and large. If you are an interested business, FLCN would appreciate your assistance in providing a Statement of Capabilities to include the following:

1. Full business name;
2. Cage code and Duns Number of business;
3. Name, phone number, and e-mail address of a company representative the Government may contact for additional
information;
4. Size of business [based on the applicable NAICS code];
5. Statement as to whether business is actively registered in the System for Award Management (www.sam.gov);
6. Statement as to whether business is domestically or foreign owned (if foreign owned, please indicate country of
ownership);

7. Recent, relevant experience. Describe ability to support the scope of the requirement(s). Include brief description(s) of
any prior experiences that best illustrates your company's qualifications related to performing ship engineering and
planning support services.
8. Teaming and/or subcontracting arrangements (to include any foreign companies);
9. Prospective small business utilization percentages (if the acquisition is not set- aside for small business); and
10. Compliance with FAR 52.219-14 Deviation 2020-O0008 Limitations on Subcontracting.*

*Market research results will assist the Government in determining whether these requirements will be full and open acquisitions or small business set-asides. If a requirement is determined to be a small business set-aside, FAR 52.219-14 Deviation 2020-O0008, Limitations on Subcontracting will apply. Therefore, small businesses that want to be considered for a small business set-aside should demonstrate how they could comply. Potential sources are encouraged to submit recommended small business utilization requirements as a percentage of total contract value for consideration, in the event the acquisition is not set-aside for small business. If there is sufficient demonstrated interest and capability among small business contractors, a key factor in determining if an acquisition will be a small business setaside is that two or more potential small business prime contractors must be capable of performing at least 50% of the effort, as defined in FAR 52.219-14 Deviation 2020- O0008, Limitations on Subcontracting. If it is determined that a small business set-aside is appropriate, and your company anticipates submitting a proposal as the prime
contractor for a small business set-aside, please provide specific details and rationale as to how compliance with FAR
52.219-14 Deviation 2020-O0008 would be achieved, including specific details regarding teaming arrangements, etc. If subcontracts are to be used, provide anticipated percentage of effort to be subcontracted and whether small or large businesses will be used. If this effort is not set-aside for small business, small business utilization will be considered. Large and small businesses should provide a reasonable expectation for small business utilization as a percent of total contract value as well as supporting
rationale for the recommended percentage.

SUBMISSION: RESPONSES ARE DUE no later than 10:00 AM Norfolk, VA Local Time on August 01, 2025. Responses shall be submitted electronically via email to the following address: jill.h.joscelyn.civ@us.navy.mil. Responses are limited to 15 pages (including all attachments). All requests for further information must be made in writing via email. Telephone requests for additional information will not be honored. All questions and answers regarding this Sources Sought Notice will be posted as updates to this
notice.

Background
The Naval Supply Systems Command (NAVSUP) Fleet Logistics Center Norfolk (FLCN) is seeking information to identify potential sources for providing engineering and planning support services for U.S. Navy Aircraft Carriers as required by the Commander Naval Air Forces (CNAF).

The goal of this contract is to accomplish specific requirements related to aircraft carrier maintenance and modernization advance planning, work package development and integration, and work package execution.

Work Details
The contractor will be responsible for tasks including:
1. Providing engineering support for aircraft carrier maintenance and modernization.
2. Developing and integrating work packages for maintenance activities.
3. Executing work packages in accordance with Navy standards.
4. Ensuring personnel assigned have the necessary experience in fields such as marine, mechanical, electrical, electronics, and logistics technical support.
5. Complying with data rights stipulations that all products and documentation developed under this contract are the property of the Government.
6. Adhering to labor category requirements including qualifications for Program Manager, Project Manager, Project Engineer, Computer Programmer/Analyst, Senior Engineering Technician, among others.

Period of Performance
The anticipated period of performance includes a base period of one year with four (4) one-year option periods.

Place of Performance
The specific geographic locations for performance are not detailed in the solicitation.

Overview

Response Deadline
Aug. 1, 2025, 10:00 a.m. EDT Past Due
Posted
July 1, 2025, 9:39 a.m. EDT
Set Aside
None
Place of Performance
Norfolk, VA 23511 United States
Source

Current SBA Size Standard
$25.5 Million
Pricing
Multiple Types Common
Est. Level of Competition
Low
Odds of Award
31%
Vehicle Type
Indefinite Delivery Contract
On 7/1/25 NAVSUP Fleet Logistics Center Norfolk issued Sources Sought N0018925R0039 for Aircraft Carrier Readiness Support (ACRS) due 8/1/25. The opportunity was issued full & open with NAICS 541330 and PSC R425.
Primary Contact
Name
JILL JOSCELYN, CONTRACTING OFFICER EMAIL: JILL.JOSCELYN@NAVY.MIL
Phone
(757) 443-1219

Additional Contacts in Documents

Title Name Email Phone
Civilian Employee Jill H. Joscelyn Profile jill.h.joscelyn.civ@us.navy.mil None

Documents

Posted documents for Sources Sought N0018925R0039

Question & Answer

The AI Q&A Assistant has moved to the bottom right of the page

Incumbent or Similar Awards

Contracts Similar to Sources Sought N0018925R0039

Potential Bidders and Partners

Awardees that have won contracts similar to Sources Sought N0018925R0039

Similar Active Opportunities

Open contract opportunities similar to Sources Sought N0018925R0039

Additional Details

Source Agency Hierarchy
DEPT OF DEFENSE > DEPT OF THE NAVY > NAVSUP > NAVSUP GLOBAL LOGISTICS SUPPORT > NAVSUP FLC NORFOLK > NAVSUP FLT LOG CTR NORFOLK
FPDS Organization Code
1700-N00189
Source Organization Code
500021468
Last Updated
Aug. 16, 2025
Last Updated By
jill.joscelyn@navy.mil
Archive Date
Aug. 16, 2025