CH-53K Program O-Level Bag Group E
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) is soliciting proposals for a Firm Fixed Price (FFP) contract to procure Peculiar Support Equipment (PSE) for the CH-53K Aircraft Program and Foreign Military Sales (FMS) Program Israel. This opportunity is a 100% Small Business Set-Aside. Proposals are due May 13, 2026.
Scope of Work
This solicitation (N68335-26-R-1025) seeks the production and delivery of PSE, including various slings, maintenance stands, fixtures, and carts, essential for O-level maintenance operations of the CH-53K Aircraft. All items must be manufactured according to Government-furnished technical data packages (TDPs). Delivery is required within 200 calendar days from the date of award or option exercise.
Compliance & Technical Requirements
- Cybersecurity Maturity Model Certification (CMMC) Level 2 (self-assessment) is mandatory for accessing Controlled Unclassified Information (CUI) drawing packages and for contract award. Failure to obtain CUI access or maintain CMMC Level 2 will result in ineligibility.
- Offerors must possess a current and certified DD Form 2345 (Militarily Critical Technical Data Agreement) to access the Export Controlled technical data package.
- AS9100D Certification is required at the time of award and throughout contract performance.
- Contract Data Requirements Lists (CDRLs) include requirements for Material, Plating/Coating, Dimensional Quality, Calibration, Non-Destructive Inspection (NDI), and Proof Load Certifications, all to be submitted in PDF format.
Submission & Evaluation
Proposals must be submitted electronically via email to the Point of Contact. The proposal structure requires four volumes. Evaluation will be based on Technical (Acceptable/Unacceptable) and Past Performance (Acceptable/Unacceptable), with the lowest evaluated price among acceptable proposals being the determining factor. Offerors must complete the L-1 Past Performance Questionnaire and L-2 Past Performance Contract Data.
Deadlines & Contact
- Questions Due: May 6, 2026, 15:00 EST
- Proposal Due: May 13, 2026
- Point of Contact: Juan Carlos Belmonte, juancarlos.r.belmonte.civ@us.navy.mil