Growler Block 2 (GB2) Phase 2 Beowulf UCA
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 Not-To-Exceed (NTE) Undefinitized Contract Action (UCA) to The Boeing Company for the EA-18G Growler Block 2 (GB2) Phase 2 Beowulf Subsystem. This sole-source award supports United States Navy (USN) requirements and was published on March 19, 2026.
Scope of Work
This UCA specifically provides for non-recurring engineering (NRE) to support the manufacture and delivery of:
- Four (4) Beowulf A-Kits
- Four (4) Gunbay Pallet A-Kits
- Twelve (12) Beowulf B-Kits
- Fifteen (15) Sensor Control Unit (SCU) B-Kits
- Nine (9) Power Control Unit (PCU) B-Kit test assets and Support Equipment.
The overarching Basic Ordering Agreement (BOA) (N00019-21-G-0006), under which this UCA was issued, covers a broad range of supplies and services for F/A-18 and EA-18G platforms. This includes development, production, integration, modification, reliability, sustainment, and disposal of aircraft, weapons, and subsystems. Specific efforts encompass Engineering Change Proposals (ECPs), program management, systems engineering, integrated logistics, training, technical publications, production/modification/repair of equipment, software development, testing, engineering sustainment, and obsolescence mitigation.
Contract Details
- Type: Undefinitized Contract Action (UCA) under BOA N00019-21-G-0006
- Awardee: The Boeing Company
- Set-Aside: Sole Source (10 U.S.C. 2304(c)(1) / FAR 6.302-1)
- Place of Performance: Saint Louis, MO
- Published: March 19, 2026
- Funding: Orders will be funded by FY 2020 – FY 2026 Research, Development, Test and Evaluation (RDT&E); Operation and Maintenance, Navy (O&M,N); Aircraft Procurement, Navy (APN); and Foreign Military Sales (FMS) funds.
Justification for Sole Source
The award was made on a sole-source basis because The Boeing Company is the incumbent contractor with the necessary manufacturing knowledge, experience, and technical data. As the sole designer, developer, manufacturer, and systems integrator of the F/A-18 and EA-18G aircraft and systems, Boeing is uniquely qualified. The government does not possess a complete F/A-18 drawing package with Government Purposes Rights (GPR), and Boeing has declined to grant GPR. Qualifying a second source would lead to unacceptable delays, estimated at 8 years.
Competition
A synopsis for the overarching BOA was posted on June 16, 2020, and a sources sought notice on November 6, 2020, both yielding no responses. NAVAIR will continue to assess market feasibility for future contracts but currently has no plans for competition for these specific supplies/services.
Contact Information
- Primary: Patrick H. Abell (patrick.h.abell.civ@us.navy.mil)
- Secondary: Nicole Yeager (nicole.e.yeager.civ@us.navy.mil)