CH-53K Program O-Level Bag Group D
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 Program. This equipment is essential for O-level maintenance operations and supports both NAVAIR and the Foreign Military Sales (FMS) Program Israel. This is a 100% Small Business Set-Aside. Proposals are due May 12, 2026, at 4:00 PM local time.
Scope of Work
This solicitation, N68335-26-R-1032, seeks the production and delivery of various PSE items, including slings, maintenance stands, fixtures, and carts, as detailed in Attachment 1. These items are critical for facilitating O-level maintenance on the CH-53K Aircraft for both domestic and FMS platforms. Manufacturing must adhere to the Government-owned Build-to-Print Technical Drawing Package.
Key Requirements & Deliverables
Offerors must possess a current CMMC Level 2 (self-assessment) certification to access Controlled Unclassified Information (CUI) within the technical data package and for contract award. A certified DD Form 2345 (Militarily Critical Technical Data Agreement) is also required to access export-controlled drawings via the DoD SAFE website. AS9100D Certification is mandatory at the time of award and throughout contract performance. Deliverables include various Contract Data Requirements Lists (CDRLs) such as Dimensional Quality, Non-Destructive Inspection, Proof Load, Calibration (NIST traceable), Plating/Coating, and DFARS Compliant Material Certifications, all to be submitted in PDF format to Ed Ceralde. Items must comply with MIL-STD-130 for Item Unique Identification (IUID) marking and MIL-STD-129 for packaging and shipping.
Contract Details
This is a Firm Fixed Price (FFP) contract issued as a 100% Small Business Set-Aside. The solicitation includes numerous "Option Line Items" with a typical delivery schedule of 200 calendar days from the date of award. FOB Destination shipping terms apply.
Submission & Evaluation
Proposals must be submitted by May 12, 2026, at 4:00 PM local time. All questions and inquiries must be submitted via email to Tammy Fossa (tamara.d.fossa.civ@us.navy.mil) by May 5, 2026, at 3:00 PM EST. Access to solicitation documents, including the CUI drawing package, requires proof of CMMC Level 2 certification and a certified DD Form 2345, sent to the POC. Evaluation criteria are detailed in Section M of the solicitation. Offerors must complete the provided Pricing Matrix (Attachment 2) and Past Performance forms (Attachments L-1 and L-2).