F/A-18 LTC RENEWAL
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 Department of the Navy, specifically NAVSUP WEAPON SYSTEMS SUPPORT, has issued a Solicitation for the F/A-18 LTC RENEWAL. This requirement is for a 5-year contract to provide various repairable items for F/A-18 aircraft. The place of performance is listed as Ajax, CA-ON, Canada. Proposals are due April 29, 2026.
Scope of Work
This solicitation outlines the need for the renewal of a contract related to F/A-18 aircraft, focusing on the supply of specific repairable items. Key deliverables include, but are not limited to:
- ARM ASSEMBLY, TORQUE
- BAR, CATAPULT LAUNCH
- PISTON, LANDING GEAR
- CYLINDER, ACTUATING
- POWER UNIT, LAUNCH
- BRACE ASSEMBLY
- BRACE SUBASSEMBLY
- CYLINDER ASSEMBLY
- COLLAR, TORQUE, LANDI
Each item has an associated National Stock Number (NSN) and estimated quantities for the 5-year period. Requirements in DFARS 252.211-7003 regarding Item Identification and Valuation are applicable, mandating DoD unique identification or equivalent.
Contract & Timeline
- Contract Type: Solicitation (implied renewal)
- Period of Performance: 5 years
- Set-Aside: Not specified
- Proposal Submission Deadline: April 29, 2026, at 05:00 PM local time
- Published Date: April 24, 2026
Evaluation
While specific evaluation criteria are not detailed in the provided summary, Section M of the solicitation is titled "Evaluation Factors for Award," indicating that proposals will be assessed based on defined criteria.
Additional Notes
The solicitation incorporates numerous FAR and DFARS clauses covering aspects such as contract administration, inspection, deliveries, packaging, marking, hazardous materials, and representations and certifications. Key clauses address:
- Inventory Transaction Reporting (WSSTERMBZ01)
- Hazardous Material Identification (WSSTERMBZ04)
- Configuration Management and Controls (WSSTERMCZ01)
- Preservation, Packaging, Packing, and Marking (WSSTERMDZ03)
- Inspection and Acceptance (Section E)
- Deliveries or Performance (Section F)
- Contract Administration Data (Section G), including Wide Area WorkFlow (WAWF) payment instructions.
- Special Contract Requirements (Section H), including Quality Assurance Representative (QAR).
- Instructions, Conditions, & Notices to Offerors or Quoters (Section L), covering economic purchase quantity and proposal adequacy checklists.
- Representations, Certifications, & Other Statements (Section K).
- Attachments (Section J) include Exhibit A and Packaging information.
The primary point of contact is Timika Nicholson at timika.d.nicholson.civ@us.navy.mil.