Wing Tip Pod Sling, HLU-433A/E IDIQ
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 / NAVAIR Warfare Center Aircraft Division is soliciting proposals for the manufacture and delivery of Wing Tip Pod Slings (HLU-433A/E, P/N: 4154AS0682-1) to support the F-18EA-G deficit buy. This is a Total Small Business Set-Aside for a five-year Indefinite Delivery Indefinite Quantity (IDIQ) contract. Assets will be delivered to Lakehurst for distribution to the Fleet. Proposals are due by April 14, 2026, at 3:00 PM EST.
Scope of Work
This effort requires the manufacture and delivery of Wing Tip Pod Slings and associated Proof Load Certificates. The contract is for a five-year period, with a total quantity ranging from a minimum of 4 to a maximum of 24 slings and certificates. Deliverables must be completed within six (6) months after contract award. The contractor will be provided with the full Technical Drawing Package and is responsible for manufacturing, serialization, marking (MIL-STD-130, MIL-STD-129R), and packaging (ASTM D3951-18, ISPM 15:2009).
Contract Details
- Contract Type: Five-year Indefinite Delivery Indefinite Quantity (IDIQ)
- Set-Aside: Total Small Business Set-Aside (FAR 19.5)
- Place of Performance: Contractor's facility (for manufacturing, inspection, and acceptance)
- Delivery Location: NAVAIR Lakehurst SE Staging Facility, Joint Base MDL, NJ 08733
- Inspection & Acceptance: At the Contractor's facility by DCMA or authorized Government representative.
Key Requirements & Certifications
Offerors must have an active SAM registration, a current NIST-SP 800-171 assessment in SPRS, and a Cybersecurity Maturity Model Certification (CMMC) Level 2 (not older than 3 years) maintained for the contract duration. Proposals must include certified cost and pricing data (FAR 15.403-4) for efforts over $2,000,000, a Certificate of Current Cost or Pricing Data (FAR 15.406-2), and a completed DFARs 252.215-7009 checklist. Pricing for all CLINs is required.
Evaluation Criteria
Award will be made to the Lowest Price Technically Acceptable (LPTA) offeror. Technical acceptability requires the offeror to be a small business, demonstrate exact part numbers and quantities, propose a delivery date of six (6) months after contract award, and meet the NIST-SP 800-171 and CMMC Level 2 cybersecurity requirements. Price will be evaluated based on a Total Evaluated Price (TEP) calculated from proposed unit prices for maximum allowable quantities across all five years.
Submission Details
Proposals, accompanied by all supporting data and rationale (including Basis of Estimate, labor hours/rates, material, subcontractors, overhead, and other direct costs), must be submitted no later than April 14, 2026, at 3:00 PM EST to Molly Jackson (molly.s.jackson.civ@us.navy.mil). Proposals must be valid for 60 calendar days after the close of the Buy.