P-8A Poseidon Manufacturing and Prototyping Support at Cecil Field, Jacksonville Florida
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) is conducting market research for P-8A Poseidon Manufacturing and Prototyping Support at Cecil Field, Jacksonville, FL. This Sources Sought aims to identify qualified sources capable of providing manufacturing, assembly, and integration services for mission-ready prototype kits and other structural/electrical needs for the P-8A Poseidon aircraft. Responses will inform the acquisition strategy for a future Cost-Plus Fixed Fee contract. Capability Statements are due May 13, 2026.
Scope of Work
The requirement involves comprehensive manufacturing, integration, and prototyping support for the P-8A Poseidon. Key capabilities include:
- Manufacturing & Prototyping: CNC programming, structural fabrication, assembly/integration, and rapid prototyping.
- Electrical & Wiring: Cable and harness fabrication (including Multiconductor Transmission Line, Twisted Pair, Precision High Density, Quadrax, Twinax, Coax), wiring and electrical integration, rack assembly/integration, and Modification (MOD) installation support with tool control, QA, and FOD control.
- Fiber Optics: Single-mode, multi-mode, and multi-channel fiber production, repair, and testing.
- Advanced Processes: Alodine, priming, painting, Ion Vapor Deposition (IVD) coating, passivation, shot peening, anodizing, on-site heat treatment, Oxygen line cleaning, and certified clean room operations.
- Ancillary Services: Silkscreening, 3D modeling/printing, label/ident/decal production, and inspection/testing (CMM, electrical bonding, cable continuity, on-site tool calibration).
- Logistics: Local weekly delivery/pickup in Jacksonville, FL, and company vehicles for transporting parts/GFE to/from Cecil Field.
Key Requirements
Contractors must be AS9100 Rev D-certified, possess or be able to employ Secret-level cleared personnel for on-aircraft tasks, and provide on-site program management, logistics, and QA. Proximity to Cecil Field is crucial for hands-on collaboration, fit-check verification, and responding to same-day emergent needs.
Contract & Timeline
- Opportunity Type: Sources Sought / Market Research
- Anticipated Contract Type: Cost-Plus Fixed Fee
- Estimated RFP Release: 3rd Quarter FY26
- Estimated Award: 1st Quarter FY27
- Period of Performance: 12-month base + four 12-month option periods
- PSC: 1680 - Miscellaneous Aircraft Accessories And Components
- NAICS: 336413 – Other Aircraft Parts and Auxiliary Equipment Manufacturing
- Set-Aside: No specific set-aside indicated, but small business capabilities are requested.
Submission Details
Interested parties should submit a Capability Statement by May 13, 2026.
- Content: Company profile (size, revenue, location, DUNS, CAGE, small/large business status), technical approach, relevant experience (last 3 years), key personnel, facilities/equipment, and security capabilities. Small businesses must detail their plan to perform at least 50% of the work.
- Format: Max 20 pages (8.5x11, 1-inch margins, 10-pt Times New Roman), submitted electronically in MS Word or PDF.
- Marking: "For Official Use Only, Releasable to Government Agencies for Evaluation Purposes Only." No classified material.
- Submission Email: samantha.j.ragan.civ@us.navy.mil and ronald.a.hickman.civ@us.navy.mil.
Important Notes
This is for informational purposes only and is not a Request for Proposal. The Government is not obligated to award a contract based on responses, and no funds are available for response preparation. Adherence to ITAR is required if foreign entities are involved.