Wideband Satcom AAU Lifting Adapter

SOL #: N68335-26-Q-1049Solicitation

Overview

Buyer

Dept Of Defense
Dept Of The Navy
NAVAIR WARFARE CTR AIRCRAFT DIV
JOINT BASE MDL, NJ, 08733, United States

Place of Performance

Place of performance not available

NAICS

Radio and Television Broadcasting and Wireless Communications Equipment Manufacturing (334220)

PSC

Antennas, Waveguide, And Related Equipment (5985)

Set Aside

Total Small Business Set-Aside (FAR 19.5) (SBA)

Timeline

1
Posted
Jan 14, 2026
2
Last Updated
Apr 30, 2026
3
Submission Deadline
May 8, 2026, 2:00 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 Department of the Navy / NAVAIR WARFARE CTR AIRCRAFT DIV is soliciting proposals for the manufacturing of Wideband Satcom AAU Lifting Adapters (P/N 4091AS0125-1, NSN 5985017059395). This is a Total Small Business Set-Aside opportunity. Proposals are due May 8, 2026.

Scope of Work

This solicitation requires the production and delivery of a total of 15 Wideband Satcom AAU Lifting Adapters, distributed across four Contract Line Item Numbers (CLINs) with varying delivery locations and dates between September 30, 2026, and December 31, 2026.

Key Requirements

  • Technical Data: The Government owns the Build-to-Print Technical Drawing Package, which is Export Controlled. Offerors must possess a current certified DD Form 2345 to obtain these drawings via the DoD Safe website.
  • Cybersecurity: Offerors must have a current and valid Cybersecurity Maturity Model Certification (CMMC) Level 2 at the time of contract award, as the technical data package contains Controlled Unclassified Information (CUI).
  • Quality Assurance: A production quality assurance system compliant with ISO 9001 is required. All manufactured items must pass Government final inspection.
  • Identification & Marking: Compliance with DFARS 252.211-7003 for item identification and MIL-STD-129R for marking.
  • Packaging: Materiel must be preserved and packed IAW ASTM D3951-18. Shipping is FOB Destination.

Contract & Timeline

  • Contract Type: Firm Fixed Price for all CLINs.
  • Set-Aside: Total Small Business Set-Aside (FAR 19.5).
  • Proposal Due: May 8, 2026, by 2:00 PM EDT.
  • Published: April 30, 2026 (Amendment 0002).

Evaluation

Award will be made to the responsible offeror proposing the lowest total price for supplies that meet all technical requirements. Offerors must be technically acceptable and meet all terms and conditions. Past performance will be evaluated using the Supplier Performance Risk System (SPRS).

Submission Details

Proposals must be submitted electronically via email to the Contracting Officer, Alexis Kelly, at alexis.r.kelly.civ@us.navy.mil. Offerors must have an active SAM account.

People

Points of Contact

Files

Files

Download
Download
Download

Versions

Version 4Viewing
Solicitation
Posted: Apr 30, 2026
Version 3
Solicitation
Posted: Apr 22, 2026
View
Version 2
Solicitation
Posted: Apr 7, 2026
View
Version 1
Pre-Solicitation
Posted: Jan 14, 2026
View
Wideband Satcom AAU Lifting Adapter | GovScope