Advance Cockpit System (ACS) LTC
Overview
Buyer
Place of Performance
NAICS
PSC
Set Aside
Original Source
Timeline
Qualification Details
Fit reasons
- NAICS alignment with historical contract wins in similar service areas.
- Scope strongly matches core technical capabilities and delivery model.
Risks
- Past performance thresholds may require one additional teaming partner.
- Potential clarification needed on staffing minimums before bid/no-bid.
Next steps
Validate eligibility requirements, assign capture owner, and schedule partner outreach to confirm teaming strategy before submission planning.
Quick Summary
The Department of the Navy, NAVSUP Weapon Systems Support, is soliciting proposals for a requirements-type contract for the repair and/or modification of Advanced Cockpit System (ACS) components for the F-18 Super Hornet Naval Strike Fighter. This includes four specific items: two Weapon Replaceable Assemblies (WRAs) and two Shop Replaceable Assemblies (SRAs). The contract will have a three-year base period and two one-year option periods. Offers are due by 04:00 PM local time on March 6, 2026.
Scope of Work
This solicitation covers the repair and/or modification of specific items within the F-18's Advanced Cockpit System, including:
- Large Area Display (LAD)
- Low Profile Heads-Up Display (LPHUD)
- Camera, Television
- Control Panel, Aircraft
Services include Major Repair, Minor Repair, and handling of Not Found Feasible (NFF)/Beyond Economical Repair (BER)/Beyond Physical Repair (BPR) items. The contractor will be responsible for furnishing all necessary parts for repairs. Detailed repair definitions for LAD and LPHUD, including criteria for minor vs. major repairs and procedures for NFF/BER/BPR, are provided in Attachment 3.
Contract Details
- Contract Type: Requirements Contract (Firm-Fixed Price for base and option periods)
- Period of Performance: Three (3) year base period with two (2), one (1) year option periods.
- Ordering Period: Commences upon contract execution and extends for a maximum of five (5) years, including options.
- Set-Aside: None specified.
- Product Service Code: 5895 - Miscellaneous Communication Equipment
- Place of Performance: Pennsylvania (PA 19111), United States.
Submission & Evaluation
- Offers Due: March 6, 2026, by 04:00 PM local time.
- Submission: Electronic submission requirements are detailed in Section L.
- Proposal Content: Proposals must include firm-fixed prices for each year of the base and option periods.
- Evaluation Factors: Award will be based on factors detailed in Section M of the solicitation.
- Key Attachments: Bidders must review Attachment 1 (Item List and Forecast) for projected quantities, Attachment 2 (Packaging) for specific packaging and shipping requirements, and Attachment 4 (CSDR Plan and CDRLs) for cost and software data reporting obligations (DD Form 2794, FlexFile, Quantity Data Report via CADE website).
Contact Information
For inquiries, contact CHRISTOPHE J. LETTS JR at CHRISTOPHER.J.LETTS@NAVY.MIL or (215)697-1249.