F/A-18 E/F ADVEW Flight Test Integration Stopgap Award Notice
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 Systems Command (NAVAIR) has awarded a Cost-Plus-Fixed-Fee Modification for Advanced Electronic Warfare (ADVEW) Flight Test Integration (FTI) on F/A-18E/F Aircrafts. This award, made on March 19, 2026, prevents stopwork prior to the definitization of the A-Kit Design. The modification was not competitively awarded, citing 10 U.S.C. 2304(c)(1) (only one responsible source).
Scope of Work
The broader scope, as detailed in the accompanying Class Justification and Approval (CJ&A), covers the development, production, integration, modification, reliability, sustainment, and disposal of U.S. Navy (USN), U.S. Marine Corps (USMC), and Foreign Military Sales (FMS) F/A-18 and EA-18G aircraft, weapons, and subsystems. This includes capabilities such as Infrared Search and Track (IRST), Next Generation Jammer, Satellite Communications, Tactical Targeting Network Technology, Navigation Warfare, and Electronic Warfare. Efforts encompass design, development, manufacturing, testing, prototyping, engineering change proposals (ECPs), program management, cybersecurity, integrated logistics, training, and obsolescence mitigation.
Contract Details
- Type: Cost-Plus-Fixed-Fee Modification to Task Order N0001925F0085
- Award Date: March 19, 2026
- Published Date: March 23, 2026
- Set-Aside: Not Competitively Awarded (Sole Source)
- Place of Performance: Saint Louis, MO, United States
Justification for Sole Source
The award was made under the statutory authority of 10 U.S.C. 2304(c)(1), as implemented by FAR 6.302-1, which permits other than full and open competition when only one responsible source can satisfy agency requirements. The CJ&A further explains that The Boeing Company is the sole designer, developer, manufacturer, and systems integrator for the F/A-18 and EA-18G aircraft. The government does not possess complete F/A-18 drawing packages with Government Purposes Rights (GPR), and qualifying a second source would cause unacceptable delays of approximately 8 years.
Additional Notes
Previous efforts to solicit offers for the overarching Boeing Corporate Basic Ordering Agreement (BOA) N00019-21-G-0006, under which this modification falls, included a synopsis on June 16, 2020, and a sources sought notice on November 6, 2020, both yielding no responses. NAVAIR currently has no plans to compete future contracts for these specific supplies/services due to the sole-source justification but will continue to assess the market for future competitive acquisition feasibility. Interested parties for individual orders will be referred to Boeing for subcontracting opportunities.
Contact Information
- Primary: Jennifer Moses (jennifer.l.moses13.civ@us.navy.mil)
- Secondary: Ryan Bodine (ryan.k.bodine.civ@us.navy.mil, 301-757-5262)