CH-53K Program O-Level Bag Group B
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 Program. This 100% Small Business Set-Aside opportunity supports O-level maintenance operations for the CH-53K Aircraft, including Foreign Military Sales (FMS) to Israel. Proposals are due June 1, 2026.
Scope of Work
This solicitation seeks the production and delivery of various PSE items, such as slings, maintenance stands, fixtures, and carts, essential for the initial outfitting of CH-53K squadrons. All end items must be manufactured in accordance with Government-furnished technical data packages (TDPs). The requirement covers both US Marine Corps and FMS needs, as detailed in the attached item lists.
Key Requirements & Deliverables
Offerors must provide specific data deliverables, including:
- Raw material certifications (DFARS Compliant)
- Plating/coating certifications
- Dimensional quality checklists
- Calibration certificates (NIST traceable)
- Proof load certifications (for sling assemblies)
- Non-Destructive Inspection (NDI) certificates Additionally, Item Unique Identification (IUID) marking and registration are required, and packaging must comply with MIL-STD-129. Cybersecurity Maturity Model Certification (CMMC) Level 2 is a material condition of award.
Contract Details
- Contract Type: Firm Fixed-Price (FFP)
- Set-Aside: 100% Small Business Set-Aside
- Period of Performance: Delivery for domestic CLINs is 200 days After Contract Delivery (A.D.C.), and for FMS CLINs is 200 days After Option Exercise (A.O.E.).
- Place of Performance: Lakehurst, NJ, United States
Submission & Evaluation
Proposals must be submitted electronically to Tammy Fossa (tamara.d.fossa.civ@us.navy.mil) by June 1, 2026, at 4:00 PM local time. The award will be based on a Lowest Price Technically Acceptable (LPTA) evaluation, considering Technical, Past Performance, and Price factors. An "Unacceptable" rating in Technical or Past Performance will lead to elimination from competition. Offerors must also complete the provided pricing matrix (Attachment 2) and past performance data (Attachment L-2).
Accessing Solicitation Documents
The technical data package contains Controlled Unclassified Information (CUI) and Export Controlled drawings. To gain access, offerors must submit:
- Proof of current and valid CMMC Level 2 (self-assessment) certification.
- A certified DD Form 2345 (Militarily Critical Technical Data Agreement). Requests should be sent to the Point of Contact.
Contact & Questions
All questions must be submitted via email to Tammy Fossa (tamara.d.fossa.civ@us.navy.mil) by May 26, 2026, at 3:00 PM EST, referencing Solicitation Number N68335-26-R-1028.