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) and associated Proof Load Certificates. This Total Small Business Set-Aside opportunity supports the F-18EA-G deficit buy. Proposals are due March 02, 2026.
Scope of Work
This effort requires the manufacture and delivery of 24 Wing Tip Pod Slings and 24 Proof Load Certificates over a five-year period. Deliveries will be made to NAVAIR Lakehurst SE Staging Facility, Joint Base MDL, NJ, within six months of contract award. The contractor will be responsible for manufacturing at their facility according to provided technical drawings and the Statement of Work (SOW), including serialization, marking (MIL-STD-130), and packaging (ASTM D3951-18, ISPM 15:2009). Inspection and acceptance will occur at the contractor's facility.
Contract Details
- Contract Type: Five-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)
- Delivery: FOB Destination CONUS to NAVAIR Lakehurst
- Equipment: New equipment only, with manufacturer's warranty
- Cybersecurity: Requires a current CMMC Level 2 certificate (not older than 3 years) and a current NIST-SP 800-171 assessment. Compliance with DFARS 252.204-7019, -7020, -7021, FAR 52.204-24, -25, and DFARS 252.204-7012 is mandatory.
Submission & Evaluation
Proposals must include certified cost and pricing data in accordance with FAR 15.403-4, including for major subcontracts exceeding $2,000,000. Offerors must have an active SAM registration and their bid must remain valid for 60 calendar days. Export-controlled documents, including the SOW and technical drawings, require a valid DD Form 2345 for access. Award will be made to the Lowest Price Technically Acceptable (LPTA) offeror. Technical acceptability factors include small business status, demonstration of exact part numbers and quantities, ability to meet the six-month delivery timeframe, and acceptable/neutral past performance. All CLINs must be priced.
Key Dates & Contact
- Proposal Due: March 02, 2026
- Published Date: February 24, 2026
- Contact: Molly Jackson (molly.s.jackson.civ@us.navy.mil)