CH-53K: FY26 O-Level Peculiar Support Equipment Group G

SOL #: N68335-26-R-1052Solicitation

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

Machine Shops (332710)

PSC

Aircraft Maintenance And Repair Shop Specialized Equipment (4920)

Set Aside

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

Timeline

1
Posted
Jan 16, 2026
2
Last Updated
Apr 22, 2026
3
Submission Deadline
May 13, 2026, 5:00 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 (NAWC-AD) is soliciting proposals 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 for both the NAVAIR CH-53K Program and the Foreign Military Sales (FMS) Program Israel. This is a 100% Small Business Set-Aside. Proposals are due by 1:00 PM EST on May 20, 2026.

Scope of Work

This solicitation (N68335-26-R-1052) requires the production and delivery of PSE as detailed in the solicitation's Attachment 1 and Section B, and the "PSE LIST GROUP G.xlsx" document. The items are critical for initial squadron outfitting and ongoing O-Level maintenance for the CH-53K helicopter fleet.

Key Requirements

Offerors must possess CMMC Level 2 (self-assessment) certification to access the Controlled Unclassified Information (CUI) technical data package and for contract award. A certified DD Form 2345 is also mandatory for accessing the Export Controlled technical drawing package. Deliverables include certificates of calibration (NIST traceable), proof load testing, and Non-Destructive Inspection (NDI) certificates where applicable. The contractor must hold AS9100D Certification at the time of award, comply with IUID marking (DFARS 252.211-7003), and adhere to MIL-STD-129 for packaging. Delivery is required within 200 Calendar Days from the lead time event or award.

Contract Details

  • Contract Type: Firm-Fixed Price (FFP)
  • Set-Aside: 100% Small Business Set-Aside
  • Evaluation Factors: Technical, Past Performance (Recency, Relevancy, Quality, Timeliness), and Price. Technical and Past Performance will be rated Acceptable or Unacceptable. The government may award based on initial offers.

Submission & Questions

Proposals must be submitted electronically via email to the Point of Contact, Christopher Brake (Christopher.d.brake5.civ@us.navy.mil). Pricing information must be submitted separately. Proposals must remain valid for 180 days. All questions and inquiries must be submitted via email, referencing Solicitation Number N68335-26-R-1052, no later than 1:00 PM EST, April 29, 2026. Offerors are encouraged to review all solicitation documents thoroughly before submitting questions or access requests.

People

Points of Contact

Files

Files

Download

Versions

Version 4
Solicitation
Posted: Apr 22, 2026
View
Version 3Viewing
Solicitation
Posted: Apr 8, 2026
Version 2
Pre-Solicitation
Posted: Mar 9, 2026
View
Version 1
Pre-Solicitation
Posted: Jan 16, 2026
View