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 CTR AIRCRAFT DIV is soliciting proposals for a five-year Indefinite Delivery Indefinite Quantity (IDIQ) contract for the manufacture and delivery of Wing Tip Pod Slings (HLU-433A/E, P/N: 4154AS0682-1). These Peculiar Support Equipment (PSE) assets will support the F-18EA-G deficit buy, with delivery to NAVAIR Lakehurst. This is a Total Small Business Set-Aside. Proposals are due March 02, 2026.
Scope of Work
This effort requires the manufacture and delivery of Wing Tip Pod Slings and associated Proof Load Certificates. The total quantity over the five-year period is twenty-four (24) units of each item.
- Deliverables: Wing Tip Pod Slings (P/N: 4154AS0682-1) and Proof Load Certificates.
- Quantities: Year 1 requires 4 units of each; Years 2-5 require 1-5 units annually.
- Manufacturing: To be performed at the contractor's facility, adhering to provided technical drawings and SOW requirements.
- Delivery: All quantities must be delivered within six (6) months after contract award to NAVAIR Lakehurst SE Staging Facility, Joint Base MDL, NJ.
- Special Requirements: Serialization, marking per MIL-STD-130, packaging per ASTM D3951-18 and ISPM 15:2009, and transportation compliance. Inspection and acceptance will occur at the contractor's facility.
Contract & Timeline
- Contract Type: Five (5) year Indefinite Delivery Indefinite Quantity (IDIQ).
- Set-Aside: Total Small Business Set-Aside (FAR 19.5).
- Product Service Code: 3940 - Blocks, Tackle, Rigging, And Slings.
- Proposal Due: March 02, 2026, by 10:00 PM EST.
- Published: February 04, 2026.
Evaluation & Submission
Award will be made to the Lowest Price Technically Acceptable (LPTA) offeror.
- Technical Acceptability: Offerors must be a small business, demonstrate exact part numbers and quantities, commit to a six-month delivery, have acceptable past performance, and possess a current NIST-SP 800-171 assessment and CMMC Level 2 certification.
- Pricing: Proposals must include certified cost and pricing data (FAR 15.403-4) for efforts exceeding $2,000,000, along with a Certificate of Current Cost or Pricing Data. Pricing for all CLINs is required.
- Submission: Proposals must be submitted to Molly Jackson (molly.s.jackson.civ@us.navy.mil).
- Export Control: Access to the SOW and associated documents requires a valid DD Form 2345. Requests must be submitted by February 09, 2026, 8 AM EST. Failure to obtain these documents will result in a technically unacceptable proposal.
Additional Requirements
- SAM Registration: Active SAM registration is mandatory at the time of award.
- Offer Validity: Bids must be valid for 60 calendar days.
- Equipment: New equipment only, with manufacturer's warranty.
- Cybersecurity: Compliance with DFARS 252.204-7019, -7020, -7021, FAR 52.204-24, -25, and DFARS 252.204-7012 is required.