PROGRAM, ENGINEERING, AND LOGISTICS SERVICES TO SUPPORT THE EA-18G GROWLER AND F/A-18E/F SUPER HORNET AIRCRAFT PLATFORMS

SOL #: N0016426SNB55Sources SoughtSole Source

Overview

Buyer

Dept Of Defense
Dept Of The Navy
NSWC CRANE
CRANE, IN, 47522-5001, United States

Place of Performance

Crane, IN

NAICS

Engineering Services (541330)

PSC

Other Quality Control, Testing And Inspection Services: Aircraft Components And Accessories (H916)

Set Aside

No set aside specified

Timeline

1
Posted
Apr 2, 2026
2
Response Deadline
Apr 17, 2026, 6:00 PM

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.

People

Points of Contact

Lisa DemontagnacPRIMARY
Rebecca PoplinSECONDARY

Files

Files

No files attached to this opportunity

Versions

Version 1Viewing
Sources Sought
Posted: Apr 2, 2026
PROGRAM, ENGINEERING, AND LOGISTICS SERVICES TO SUPPORT THE EA-18G GROWLER AND F/A-18E/F SUPER HORNET AIRCRAFT PLATFORMS | GovScope