WINDSHIELD PANEL,AI
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 Department of the Navy, NAVSUP Weapon Systems Support, has issued a Solicitation for the repair, overhaul, and upgrade of WINDSHIELD PANEL,AI for F/A-18 E/F and EA-18G aircraft. This opportunity is issued under Basic Ordering Agreement (BOA) N00383-22-G-SH01 and includes an "ONLY ONE OFFER" clause, indicating a limited competition or sole-source requirement. Proposals are due April 17, 2026.
Scope of Work
The contractor will provide comprehensive repair, testing, inspection, overhaul, and upgrade services to return windshield panels (P/N 74A350002-1025, NSN 1560-014471104 and P/N 74A350002-1035, NSN 1560-01-569-1186) to a Ready For Issue (RFI) condition. This includes supplying all necessary facilities, labor, materials, parts, and tooling. Specific requirements involve compliance with Boeing drawing 74A350002, PPG drawings (271510, 271520), and associated repair manuals. The use of MIL-W-81381 wire is prohibited, with SAE-AS22759 series wire required instead. If MIL-STD-454 is referenced, compliance with IPC/EIAJ-STD-001C is expected.
Contract & Timeline
- Type: Solicitation (under BOA N00383-22-G-SH01)
- Set-Aside: None specified
- Priority Rating: DO-A1A
- Response Due: April 17, 2026, 5:00 PM ET
- Published: April 2, 2026
Key Requirements
Offerors must establish and maintain a quality system compliant with ISO 9001/SAE AS9100 and a calibration system meeting ANSI/NCSL Z540.3 or ISO-10012-1. A First Article Test (FAT) is required, involving the submission of a unit (P/N 74A350002) for testing and a report within 15 days. Waivers for FAT may be granted for offerors with prior identical production accepted by the Government or OEM within three years, using the same production setup. The solicitation outlines procedures for Beyond Economical Repair (BER), Missing on Induction (MOI), and Over and Above Repair (OAR), requiring specific approvals from DCMA and the Procuring Contracting Officer (PCO). The contractor is responsible for supplying new parts and materials (FAR 52.211-5), with cannibalization requiring PCO approval. The identified repair source is SIERRACIN CORPORATION/PPG at 12780 San Fernando Rd, Sylmar, CA 91342-3728. Inspection and acceptance will occur at the origin.
Contact Information
For inquiries, contact RACHEL.M.OPPERMAN.CIV@US.NAVY.MIL.