Loading...
N6833526R1011
Response Deadline
Apr 14, 2026, 3:00 PM(EDT)7 days
Eligibility
Contract Type
Solicitation
This effort is for the manufacture and delivery F/A-18 Peculiar Support Equipment (PSE) to support the
F-18EA-G deficit buy. These assets will be delivered to Lakehurst and then shipped out accordingly to be inducted by the
Fleet. This is a five (5) year Indefinite Delivery Indefinite Quantity (IDIQ) type contract as indicated in the Statement of
Work (SOW) and the CLIN Structure Attachment of this solicitation. In accordance with the attachments in this solicitation,
the submitted proposal must be accompanied by all supporting data and facts used to develop the proposal that are
accurate, current, and complete to allow Government evaluators to make their independent assessments. Written rationale
is requested to define calculations and assumptions made when preparing the proposal. Please provide actuals and any
other information that supports the proposed cost elements for each task, Basis of Estimate (BOE).The proposal should
include all labor hours and rates proposed by labor category, as well as material, subcontractors, overhead and other
direct costs that the Contractor expects to incur in this effort. A proposal received without sufficient supporting data and
rationale, such as inadequate cost/pricing data, will delay the procurement award and/or will result in the proposal being
rejected by the Procuring Contract Officer. The Contractor and any subcontractors must provide certified cost and pricing
data in accordance with FAR 15.403-4 that meet or exceed the $2,000,000 threshold. In accordance with FAR 15.406-2,
a Certificate of Current Cost or Pricing Data is required from the Contractor any subcontractors, certifying that the cost or
pricing data submitted in support of the proposal are current, accurate, and complete. The Contractor shall complete and
provide the checklist in accordance with DFARs 252.215-7009 identifying whether each of the criteria are met and provide
a copy with the submission of the proposal. For major subcontracts over $2,000,000, please include a completed cost and
pricing analysis in accordance with FAR 15.404-3(b).In the event that the Contractor or any of its subcontractors have noncomplying
existing deficiencies, the Government requests that these deficiencies be reported to the PCO as soon as they
are known.
**Instructions for submitting the DD2345 and details applicable to the evaluation criteria are included in the Buy Terms attached in this solicitation.
****Please submit all proposals no later than 25 February 2026 to Molly Jackson (molly.s.jackson.civ@us.navy.mil).**
Molly Jackson
DEPT OF DEFENSE
DEPT OF THE NAVY
NAVAIR
NAVAIR NAWC AD
NAVAIR WARFARE CTR AIRCRAFT DIV
NAVAIR WARFARE CTR AIRCRAFT DIV
LKE. JB MDL
BLDG 271 HIGHWAY 547
JOINT BASE MDL, NJ, 08733
NAICS
Overhead Traveling Crane, Hoist, and Monorail System Manufacturing
PSC
BLOCKS, TACKLE, RIGGING, AND SLINGS
Set-Aside
Total Small Business Set-Aside (FAR 19.5)