Federal Contract Opportunity

Last Updated on 01 Jul 2025 at 1 PM
Sources Sought
Norfolk Virginia

Aircraft Carrier Readiness Support (ACRS)

Details

Solicitation ID N0018925R0039
Posted Date 01 Jul 2025 at 1 PM
Response Date 01 Aug 2025 at 2 PM
NAICS Category
Product Service Code
Set Aside No Set-Aside Used
Contracting Office Navsup Flt Log Ctr Norfolk
Agency Department Of Defense
Location Norfolk Virginia United states 23511

Possible Bidders

Science Applications International Corporation

San antonio King george Sterling heights Colorado sprin Springfield Warner robins Hyattsville Arlington Vista Stafford Fairfield Torrance Bedford Virginia beach El segundo Bothell Buffalo Mystic Herndon Santa monica Whittier San diego Beltsville Panama city beach Austin Washington Lorton Vienna Columbia Mclean Ridgecrest Colorado springs Reston Las vegas Poway North charleston Tampa Santa maria Marietta Middletown Fairfax Chantilly Havelock Annapolis junction Orlando San jose Indianapolis Oak ridge Crane Cookeville Aurora Bellevue El paso O fallon Chambersburg California Hackensack Sterling Huntsville Mc lean Cape canaveral Rosslyn Panama city Fort worth Falls church

Sikorsky Aircraft Corporation

Rochester Shelton Jacksonville West haven Stratford Bridgeport Jupiter Fort worth

Ricoh Corporation

Charlotte Norcross Caldwell Rockville Minneapolis Lombard West caldwell Tustin Atlanta Arlington Pasadena Irvine Stamford Hillside Coppell San diego Philadelphia Alexandria

Science Applications International Corporation

San antonio King george Sterling heights Colorado sprin Springfield Warner robins Hyattsville Arlington Vista Stafford Fairfield Torrance Bedford Virginia beach El segundo Bothell Buffalo Mystic Herndon Santa monica Whittier San diego Beltsville Panama city beach Austin Washington Lorton Vienna Columbia Mclean Ridgecrest Colorado springs Reston Las vegas Poway North charleston Tampa Santa maria Marietta Middletown Fairfax Chantilly Havelock Annapolis junction Orlando San jose Indianapolis Oak ridge Crane Cookeville Aurora Bellevue El paso O fallon Chambersburg California Hackensack Sterling Huntsville Mc lean Cape canaveral Rosslyn Panama city Fort worth Falls church

Honeywell International Incorporated

Cockeysville Albuquerque Strongsville Metropolis Chesterfield Melville Cheshire New hyde park South bend Teterboro Wichita Largo Buffalo Suffield Redmond Sacramento Colonial heights Miami Honolulu Miramar Poway Metairie Tampa Danville Greer Hayward Kansas city Morris plains Bellevue Colonial heigh Tempe Mc lean Columbus Renton San antonio Charlotte Albany Anchorage Troy Fort washington Torrance Golden valley Boyne city Elizabeth Atlanta Olathe Mclean Earth city Dublin Fort lauderdal Saint louis Kingman Guaynabo Clearwater Chicago Portland Duluth Los angeles Sarasota Anniston Houston South hackensack Birmingham Morristown Vancouver Aguadilla Westbrook Tucson Broomfield Danbury Morrisville Northford Stratford Sioux falls Lakewood Freeport Fort lauderdale Santa clara West columbia Minneapolis Plymouth Phoenix Glendale Woonsocket Cleveland Rocky mount Oklahoma city San diego Richmond Saginaw Fort washingto Salt lake city Syosset Indianapolis Englewood Burbank Fargo Oak creek Omaha

Sign up to access Documents

Signup now

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: [email protected]. 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.

Similar Opportunities

Hanscom air force base Massachusetts 20 Jul 2025 at 9 PM
Rolling meadows Illinois 29 Aug 2025 at 7 PM
Rolling meadows Illinois 12 Sep 2025 at 9 PM
Rolling meadows Illinois 29 Aug 2025 at 7 PM

Similar Awards

Dahlgren Virginia 05 May 2004 at 5 AM
Philadelphia Pennsylvania 12 Jul 2019 at 12 PM
Quantico Virginia 14 Mar 2013 at 6 PM
San diego California Not Specified