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 of Advance Cockpit System (ACS) items for the F-18 aircraft. This opportunity covers two Weapon Replaceable Assemblies (WRAs) and two Shop Replaceable Assemblies (SRAs) within the ACS. Proposals are due by May 8, 2026.
Purpose & Scope
This solicitation seeks qualified contractors to provide repair and/or modification services for specific components of the F-18's Advanced Cockpit System. The contract will be structured as a requirements-type contract with a three-year base period and two one-year option periods. Key items for repair include the Large Area Display (LAD), Low Profile Heads-Up Display (LPHUD), Camera, and Control Panel. Services encompass Major Repair, Minor Repair, and handling of Not Found Feasible (NFF), Beyond Economical Repair (BER), and Beyond Physical Repair (BPR) items. The contractor will be responsible for furnishing all necessary parts for repairs.
Contract Details
- Contract Type: Requirements Contract (Firm-Fixed Price for each year)
- Period of Performance: Three (3) year base period with two (2) one (1) year option periods.
- Set-Aside: None specified.
- Product/Service Code: 5895 - Miscellaneous Communication Equipment
- Place of Performance: PA, 19111, United States
- Response Due: May 8, 2026, by 04:00 PM local time (extended by Amendment 0001).
- Published: April 20, 2026 (latest notice publication).
Key Requirements & Deliverables
Offerors must adhere to specific requirements, including DFARS 252.211-7003 for Item Identification and Valuation. Detailed packaging and marking requirements are outlined in Attachment 2. The solicitation also includes a Cost and Software Data Reporting Plan (CSDR Plan) (Attachment 4), requiring contractors to submit Cost and Hour Reports (FlexFile) and Quantity Data Reports via the CADE website, factoring these reporting obligations into their proposals. Attachment 3 provides critical definitions for LAD-LPHUD repair classifications (Minor/Major) and procedures for NFF/BER/BPR. Attachment 1 provides an item list and five-year forecast of estimated quantities.
Submission & Evaluation
Proposals must include firm-fixed prices for each year of the base and option periods. Evaluation factors for award are detailed in Section M of the solicitation. Amendment 0001 significantly updates applicable FAR and DFARS clauses due to the Revolutionary FAR Overhaul (RFO), adding, modifying, and deleting numerous clauses. Bidders must thoroughly review all updated clauses and ensure their proposals reflect these changes.
Contact Information
For inquiries, contact CHRISTOPHE J. LETTS JR at CHRISTOPHER.J.LETTS@NAVY.MIL or (215)697-1249.