PROGRAM, ENGINEERING, AND LOGISTICS SERVICES TO SUPPORT THE EA-18G GROWLER AND F/A-18E/F SUPER HORNET AIRCRAFT PLATFORMS
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 Surface Warfare Center (NSWC) Crane Division is conducting a Sources Sought (SS) for Program, Engineering, and Logistics Services to support the EA-18G Growler and F/A-18E/F Super Hornet aircraft platforms. NSWC Crane intends to award a five-year, sole-source, Indefinite Delivery/Indefinite Quantity (IDIQ) contract to The Boeing Company. This SS seeks information from companies capable of mitigating the sole-source justification. Responses are due April 17, 2026.
Scope of Work
The requirement is for Program, Engineering, and Logistics Services for the EA-18G Growler and F/A-18E/F Super Hornet aircraft platforms, specifically supporting the Airborne Electronic Attack (AEA) Fleet Support Team (FST). The USG is seeking historical evidence of performing these services for these specific aircraft platforms.
Contract & Timeline
- Type: Sources Sought (Market Research)
- Intended Contract Type: Five-year, sole-source IDIQ
- Intended Awardee: The Boeing Company (Cage Code: 76301)
- Sole Source Justification: 10 U.S.C. 3204(a)(1) / FAR 6.103-1, citing substantial cost duplication and unacceptable delays if competed.
- Set-Aside: None (sole source)
- Response Due: April 17, 2026, 6:00 PM ET
- Published: April 2, 2026
Submission Requirements
Interested parties should submit:
- Company and product literature.
- A white paper (no longer than five pages).
- Description with performance parameters and current availability.
- Summary of prior testing and test reports.
- Budgetary estimate of test articles, production units, and production quantity breaks.
- Information to mitigate the sole-source justification.
- Identification of other USG contracts with similar efforts.
Responses must include: Submitter's Name, Business Name, Address, Business Size, Point of Contact (POC) Name, Telephone, and Email. Contractors must be registered in SAM.
Additional Notes
This is for market research only; no funding is available for bid/proposal or contractual efforts. This SS does not constitute a solicitation or commitment by the USG to award a contract. The USG will not reimburse any costs incurred by respondents. Proprietary information will be safeguarded.