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 F/A-18 Peculiar Support Equipment (PSE), specifically Wing Tip Pod Slings (HLU-433A/E, P/N: 4154AS0682-1). This effort supports the F-18EA-G deficit buy and will result in a five-year Indefinite Delivery Indefinite Quantity (IDIQ) contract. This is a Total Small Business Set-Aside. Proposals are due March 02, 2026.
Scope of Work
This opportunity requires the manufacture and delivery of Wing Tip Pod Slings (HLU-433A/E, P/N: 4154AS0682-1) and associated Proof Load Certificates. The total requirement is for 24 Slings and 24 Certificates over the five-year contract period, with Year 1 requiring 4 units of each, and Years 2-5 requiring 1-5 units annually. The Government will provide a full Technical Drawing Package. Manufacturing must adhere to provided drawings and the Statement of Work (SOW), including serialization and marking per MIL-STD-130. Inspection and acceptance will occur at the Contractor's facility, with the contractor responsible for all shipping costs to NAVAIR Lakehurst SE Staging Facility, Joint Base MDL, NJ 08733.
Contract Details
- 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).
- Period of Performance: Five (5) years from the date of award.
- Delivery: All quantities must be delivered within six (6) months after contract award.
- Payment: Via Wide Area Workflow (WAWF) system.
- Cybersecurity Requirements: Compliance with DFARS 252.204-7019, 252.204-7020, 252.204-7021, FAR 52.204-24, FAR 52.204-25, and DFARS 252.204-7012. A current (not older than 3 years) CMMC Level 2 certificate and a current NIST-SP 800-171 assessment are mandatory.
- Cost & Pricing Data: Certified cost and pricing data are required for proposals exceeding $2,000,000, along with a Certificate of Current Cost or Pricing Data (FAR 15.403-4, 15.406-2). A DFARs 252.215-7009 checklist and cost/pricing analysis for major subcontracts over $2,000,000 (FAR 15.404-3(b)) are also required.
Submission & Evaluation
- Proposal Deadline: No later than March 02, 2026, to Molly Jackson (molly.s.jackson.civ@us.navy.mil).
- Offer Validity: Bids must be valid for 60 calendar days after the close of the Buy.
- 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, provide a delivery date of six (6) months after contract award, have acceptable or neutral past performance, and possess a current NIST-SP 800-171 assessment and CMMC Level 2 certification.
- Export Control: Access to the SOW and associated documents requires a valid DD Form 2345. Requests for these documents must be submitted by Monday, February 09, 2026, 8 AM EST to molly.s.jackson.civ@us.navy.mil. Failure to request these documents will result in a technically unacceptable proposal.
Contact Information
- Primary Contact: Molly Jackson (molly.s.jackson.civ@us.navy.mil)