CH-53K Program O-Level Bag Group A

SOL #: N68335-26-R-1027Pre-Solicitation

Overview

Buyer

Dept Of Defense
Dept Of The Navy
NAVAIR WARFARE CTR AIRCRAFT DIV
JOINT BASE MDL, NJ, 08733, United States

Place of Performance

Lakehurst, NJ

NAICS

Overhead Traveling Crane (333923)

PSC

Aircraft Ground Servicing Equipment (1730)

Set Aside

Total Small Business Set-Aside (FAR 19.5) (SBA)

Timeline

1
Posted
Jan 7, 2026
2
Last Updated
Mar 10, 2026
3
Response Deadline
Mar 16, 2026, 4:00 PM

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, Lakehurst, New Jersey intends to issue a Firm Fixed Price (FFP) contract for the procurement of Peculiar Support Equipment (PSE) for the NAVAIR CH-53K Program and Foreign Military Sales (FMS) Program for Israel. This equipment supports O-Level maintenance operations for the CH-53K Aircraft. This opportunity is a Total Small Business Set-Aside. A key requirement is Cybersecurity Maturity Model Certification (CMMC) Level 2- Self-Assessment. The formal solicitation (N68335-26-R-1027) is expected to be issued soon.

Scope of Work

This acquisition focuses on procuring specific items of Peculiar Support Equipment (PSE) as detailed in the attached spreadsheet, "PSE ITEM LIST (0115).xlsx". These items are critical for the maintenance operations of the CH-53K Aircraft at the O-Level, serving both domestic NAVAIR CH-53K Program needs and Foreign Military Sales requirements for Israel. The attached document lists part numbers, National Stock Numbers (NSN), nomenclature, and indicates demand for Fiscal Year 2026 (FY26) for both Domestic and FMS requirements.

Contract & Timeline

  • Opportunity Type: Presolicitation
  • Anticipated Contract Type: Firm Fixed Price (FFP)
  • Set-Aside: Total Small Business Set-Aside (FAR 19.5)
  • Cybersecurity Requirement: CMMC Level 2- Self-Assessment, requiring implementation of NIST SP 800–171 Rev. 2 and self-assessment scores entered into SPRS every three years.
  • Published: March 10, 2026
  • Response Date (for this Presolicitation): March 16, 2026, 4:00 PM EST
  • Formal Solicitation: Solicitation N68335-26-R-1027 will be issued and posted on SAM.gov in the near future.

Additional Notes

This notice is a Presolicitation for administrative purposes only and is not a Request for Proposal (RFP). The Government is not obligated to pay for information received. Vendors are advised that no telephone or written requests for the solicitation will be accepted. All amendments and the formal solicitation will be posted on SAM.gov, and vendors should regularly monitor the website for updates.

People

Points of Contact

Files

Files

Download

Versions

Version 2Viewing
Pre-Solicitation
Posted: Mar 10, 2026
Version 1
Pre-Solicitation
Posted: Jan 7, 2026
View
CH-53K Program O-Level Bag Group A | GovScope