Intent to Sole Source: Windscreen Repair Fixture
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, Fleet Readiness Center Southwest (FRCSW), based in San Diego, CA, has issued a Pre-solicitation Notice indicating its intent to award a sole source contract to The Boeing Company (Cage Code: 0PXV4). This contract is for the procurement of a Windscreen Repair Fixture System specifically designed for the F/A-18 E/F/G aircraft platform. While this is not a request for competitive proposals, responsible sources may submit capability statements by May 6, 2026.
Purpose & Justification
The primary purpose is to acquire a replacement Windscreen Repair Fixture system essential for F/A-18 E/F/G platform maintenance. The Government's intent to sole source to Boeing is based on market research confirming Boeing as the Original Equipment Manufacturer (OEM) and the only known qualified source capable of meeting specific requirements without unacceptable delays in the F/A-18 maintenance cycle.
Scope of Work
The contract will involve the manufacture, assembly, inspection, shipment, and delivery of Peculiar Support Equipment (PSE) end items. This includes specific part numbers for the Windscreen Fixture, Alignment Set, Tool Kit, and Maintenance Stands. The contractor will also be required to develop and deliver a comprehensive Technical Data Package (TDP) in accordance with MIL-STD-31000C, including prints, drawings, maintenance manuals, fixture alignment data, and Tool Usage Instructions (TUIs). A Facilities Requirements Document (FRD) detailing space, floor loads, and surface finish information is also a key deliverable. All deliverables must adhere to specified digital and hard copy formats.
Contract & Timeline
- Opportunity Type: Special Notice (Pre-solicitation / Intent to Sole Source)
- Proposed Contractor: The Boeing Company (Cage Code: 0PXV4)
- Set-Aside: None (Sole Source Intent)
- Product Service Code: 4920 (Aircraft Maintenance And Repair Shop Specialized Equipment)
- Place of Performance/Delivery: FRCSW NASNI, San Diego, CA
- Published Date: April 2, 2026
- Capability Statement Due: May 6, 2026, 4:00 PM ET
Capability Statement Requirements
Interested parties must submit a capability statement within fifteen (15) calendar days of the notice's publication. Submissions must include:
- Information demonstrating responsibility per FAR Part 9.
- A specific exception to the intent to procure on a sole source basis.
- Technical data proving the respondent's capability to perform the work.
- Past performance information on similar projects. The statement must provide clear evidence to substantiate the ability to meet the requirement without substantial cost duplication or unacceptable delays.
Additional Requirements
The contractor must achieve and maintain CMMC Level 1 or above for systems processing Federal Contract Information (FCI) and provide a CMMC Unique Identifier (UID). All equipment will undergo contractor self-inspection, with final acceptance by the Technical Point of Contact (TPOC) at the destination. A one-year industry-standard warranty is required. Contractor personnel will need to coordinate for base access at Naval Base Coronado.