Five Year BOA Renewal for F-18, V-22, E2-C2, and FMS

SOL #: N0038326RA051Solicitation

Overview

Buyer

Dept Of Defense
Dept Of The Navy
NAVSUP WEAPON SYSTEMS SUPPORT
PHILADELPHIA, PA, 19111-5098, United States

Place of Performance

Place of performance not available

NAICS

Other Aircraft Parts and Auxiliary Equipment Manufacturing (336413)

PSC

Miscellaneous Electrical And Electronic Components (5999)

Set Aside

No set aside specified

Timeline

1
Posted
Mar 2, 2026
2
Submission Deadline
Apr 2, 2026, 8:00 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 Department of the Navy's NAVSUP WEAPON SYSTEMS SUPPORT office has issued a Solicitation (N0038326RA051) for a Five-Year Basic Ordering Agreement (BOA). This opportunity seeks a contractor to provide repairs, modifications, and spares for F-18, V-22, E2-C2, and Foreign Military Sales (FMS) systems. The acquisition is Unrestricted, and proposals are due by April 1, 2026, at 4:00 PM (Local Time).

Scope of Work

The BOA will cover the repair and/or modification of Government Property, specifically repairable assemblies such as circuit cards, power supplies, and computer components, for the specified aircraft and FMS systems. This includes furnishing necessary labor, material, and facilities, along with Web-based Commercial Asset Visibility (WEBCAV) reporting. Additionally, the contractor will be required to furnish spares as needed. The estimated value for the items listed in Exhibit A (CLINs A-D) is $11,999,355.00 over the five-year period.

Key requirements also include adherence to detailed packaging and marking standards (MIL-STD, ASTM), robust configuration management, procedures for Class I and Class II engineering changes, handling of variances via approved Requests for Variance (RFV), participation in the Government-Industry Data Exchange Program (GIDEP), and specific inventory transaction reporting via the Commercial Asset Visibility (CAV) Repairables Portal (RP).

Contract & Timeline

  • Contract Type: Basic Ordering Agreement (BOA)
  • Period of Performance: The ordering period is from July 1, 2026, to July 1, 2031.
  • Set-Aside: Unrestricted
  • NAICS Code: 336413 (Aircraft Manufacturing), with a size standard of 1250 employees.
  • Pricing: Orders can be priced (requiring firm-fixed-price quotes) or unpriced (Monetary Limitation Orders or Ceiling Priced Orders) with specific definitization procedures.
  • Proposal Due: April 1, 2026, 4:00 PM (Local Time)
  • Published Date: March 2, 2026

Submission & Evaluation

Offerors must submit proposals, including cost or pricing data, electronically. Evaluation factors outlined in Section M include Shipping Point(s) Used in Evaluation of F.o.b. Origin Offers and Evaluation-F.o.b. Origin.

Additional Notes

This solicitation incorporates numerous FAR and DFARS clauses by reference. Various attachments, such as those detailing spares, repairs, pricing, packaging, CDRL, security requirements, and government-furnished material, may be included with individual orders issued under the BOA.

People

Points of Contact

MEGHAN E. GUBICZA, N723.15, PHONE (215)697-2782, EMAIL MEGHAN.E.GUBICZA.CIV@US.NAVY.MILPRIMARY

Files

Files

Download
Download

Versions

Version 1Viewing
Solicitation
Posted: Mar 2, 2026
Five Year BOA Renewal for F-18, V-22, E2-C2, and FMS | GovScope