P-8&C-40 Contractor Engineering Technical Services (CETS)
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 via a Sources Sought notice for P-8 & C-40 Contractor Engineering Technical Services (CETS). This effort aims to identify qualified sources capable of providing avionics and airframe technical support, training, and guidance for P-8 and C-40 aircraft systems to Navy, Marine Corps, and DoD civilian personnel. Responses are due by May 13, 2026, 12:00 PM EST.
Purpose
This Sources Sought is for informational purposes only, conducted under Federal Acquisition Regulations (FAR) Part 10, to assess potential sources and their technical capabilities. The market research will inform the acquisition strategy for procuring CETS for the Naval Air Technical Data and Engineering Service Center (NATEC), including whether to issue a competitive solicitation or a sole-source award to The Boeing Company, the Original Equipment Manufacturer (OEM).
Scope of Work
The contractor shall provide Contractor Field Services (CFS) to various Fleet shore activities. This includes informing, instructing, and training Navy, Marine Corps military, and DoD civilian personnel on the installation, operation, and maintenance of P-8 and C-40 aircraft avionics and airframe systems. Additionally, expert technical guidance will be provided to resolve unusually complex technical problems. Approximately 99% of the work will be performed at Government sites, including various Naval Air Stations (NAS) across the US and potentially overseas locations, with telework generally not authorized.
Contract Details (Contemplated)
The Government contemplates a Single Award (SA) contract with Cost-Plus-Fixed-Fee (CPFF) Level of Effort CLINs for services and cost-reimbursable CLINs for Other Direct Costs (ODCs) like travel and material. The anticipated Period of Performance (PoP) is four (4) years, starting approximately in FY27 Quarter 2.
Key Requirements
- Cybersecurity Maturity Model Certification (CMMC) Level 2 (self-assessment) and an approved accounting system are required.
- Respondents must demonstrate access to Boeing proprietary technical data and computer software (as Boeing is the OEM for P-8/C-40). This requires active licensing agreements or letters of intent to enter into such agreements by FY27 Q2.
- Personnel must be U.S. citizens with Secret clearances, active passports, and be medically qualified for worldwide deployment.
- Compliance with Government IT environments (Windows 11, Microsoft 365) and an Operations Security (OPSEC) program are mandatory.
- Deliverables include monthly progress/financial reports, training materials, and technical reports.
Submission Requirements
Interested offerors must submit a capability statement (no more than 20 pages) electronically to Brandi J. Firestien (Contract Specialist) at brandi.j.firestien.civ@us.navy.mil and Tiffany L. Crayle (Procuring Contracting Officer) at tiffany.l.crayle.civ@us.navy.mil. The statement should detail:
- Company information, size, and any teaming arrangements.
- Proof of Boeing licensing/LOI and CMMC Level 2 certification.
- Experience in training Navy/Marine Corps personnel and providing P-8/C-40 Avionics/Airframe expertise.
- Specific technical skills and prior corporate experience (last five years).
- Any questions regarding the SOW should be submitted via the provided "Question Submittal Form.xlsx".
Response Due
May 13, 2026, 12:00 PM Eastern Standard Time (EST).
Additional Notes
This is not a request for proposal. The Government values the information received to finalize its acquisition strategy and may not discuss submissions with individual responders. All small business set-aside categories will be considered.