CH-53K: FY26 O-Level Peculiar Support Equipment Group F
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) N68335-26-R-1051 for a Firm Fixed Price (FFP) contract to procure Peculiar Support Equipment (PSE) for the CH-53K Aircraft. This equipment is essential for O-level maintenance operations supporting both the NAVAIR CH-53K Program and Foreign Military Sales (FMS) Program Israel. This opportunity is a 100% Small Business Set-Aside.
Scope of Work
The contract requires the production and delivery of PSE, including various slings, maintenance stands, fixtures, and carts, as detailed in the attached PSE ITEM LIST - GROUP F. All items must be manufactured according to Government-furnished technical data packages (TDPs). Key deliverables include calibration certificates, proof load testing for sling assemblies, and Non-Destructive Inspection (NDI) where specified.
Key Requirements & Certifications
Offerors must possess a current and valid Cybersecurity Maturity Model Certification (CMMC) Level 2 (self-assessment) to access Controlled Unclassified Information (CUI) drawing packages and for contract award. A certified DD Form 2345 (Militarily Critical Technical Data Agreement) is also required for access to export-controlled technical drawings. Contractors must maintain AS9100D Certification throughout performance. Item Unique Identification (IUID) marking and registration are required for applicable items. Delivery is required no later than 200 calendar days after contract award.
Submission & Evaluation
Proposals must be submitted electronically and include three volumes: Technical (Volume I), Past Performance (Volume II), and Price (Volume III). The Government recommends a 10-page limit for the Technical volume. Evaluation will be based on a Lowest Price Technically Acceptable (LPTA) approach, with Technical and Past Performance rated as Acceptable or Unacceptable. Offerors must use the provided Pricing Matrix Group F and Past Performance Contract Data template, and may need to provide the Past Performance Questionnaire to customers.
Important Dates
- Questions Due: 1:00 PM EST, 23 April 2026
- Proposal Due: 1:00 PM EST, 14 May 2026 (extended by Amendment 0001)
Contact Information
For inquiries, contact Christopher Brake at Christopher.d.brake5.civ@us.navy.mil.