CH-53: FY26 O-Level Peculiar Support Equipment Group A
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 Naval Air Warfare Center Aircraft Division (NAWC-AD) has released a Request for Proposal (RFP) for a Firm Fixed Price (FFP) contract to procure Peculiar Support Equipment (PSE) for the CH-53K Aircraft. This opportunity supports both the NAVAIR CH-53K Program and the Foreign Military Sales (FMS) Program Israel for O-level maintenance operations. This is a 100% Small Business Set-Aside. Proposals are due May 6, 2026, at 4:00 PM EST.
Scope of Work
The contract requires the production and delivery of PSE items, including various slings, maintenance stands, fixtures, and carts, as detailed in the attached Solicitation N68335-26-R-1027 and its attachments (e.g., PSE ITEM LIST, Attachment 1). All items must be manufactured according to Government-furnished technical data packages (TDPs).
Key Requirements & Compliance
- CMMC Level 2 (Self-Assessment): Mandatory for requesting access to the Controlled Unclassified Information (CUI) drawing package and a material condition for contract award.
- DD Form 2345: A current and certified Militarily Critical Technical Data Agreement is required to access the Export Controlled technical drawings.
- Technical Data Package: The TDP was updated in Amendment 0002 to Rev A, including drawings for the Sling, Pilot/Co-Pilot Seat. Offerors must obtain access to this package to prepare proposals.
- CDRLs: Specific Contract Data Requirements Lists (CDRLs) are included for items such as Material Certifications (DFARS Compliant), Plating/Coating Certifications, Dimensional Quality Checklists, Calibration Certifications (NIST traceable), Proof Load Certifications, and Non-Destructive Inspection (NDI) Certifications. These must be submitted in PDF format, with physical copies attached to end items and electronic copies sent to the CH-53K Support Equipment Engineer.
Contract Details
- Contract Type: Firm Fixed Price (FFP).
- Set-Aside: 100% Small Business Set-Aside.
- Period of Performance: 200 Calendar Days from the lead time event to delivery.
- Place of Performance: Lakehurst, NJ, United States.
Submission & Evaluation
- Proposal Submission: Electronically via email to the Point of Contact (POC).
- Proposal Formatting: Proposals should be single-spaced, on letter-sized pages (8-1/2 X 11"), with one-inch margins. A 10-page limit is recommended for the Technical section (excluding cover page). Microsoft Office 2025 is accepted, and all documents must be searchable PDF files.
- Past Performance: Offerors must submit Past Performance Questionnaires (L-1) and Contract Data (L-2). Subcontractor work is acceptable, and relevant contracts must be within five years of the proposal due date. PPQs should be sent to the Government end user.
- Evaluation Factors: Technical, Past Performance, and Price. An "Unacceptable" rating in Technical or Past Performance will render a proposal unacceptable. The Government may award without discussions.
Important Dates & Contact
- Questions Due: April 29, 2026, 4:00 PM EST.
- Proposal Due: May 6, 2026, 4:00 PM EST.
- Point of Contact: Juan Carlos Belmonte, juancarlos.r.belmonte.civ@us.navy.mil. All questions and access requests must be submitted via email, referencing Solicitation N68335-26-R-1027.