CH-53K Program O-Level Bag Group E
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 Naval Air Warfare Center Aircraft Division (NAWC-AD) has released a Request for Proposal (RFP) for a Firm Fixed Price (FFP) contract to procure Peculiar Support Equipment (PSE) for the CH-53K Program O-Level Bag Group E. This 100% Small Business Set-Aside supports both NAVAIR CH-53K and Foreign Military Sales (FMS) for Israel. Proposals are due April 29, 2026, at 4:00 PM local time.
Scope of Work
This solicitation seeks the production and delivery of PSE, including various slings, maintenance stands, fixtures, and carts, essential for O-Level maintenance operations of the CH-53K Aircraft. Items must be manufactured according to Government-furnished technical data packages (TDPs) and require DoD unique identification. The procurement includes specific parts and quantities detailed in attachments, such as Transport Adapters, Rotor Pullers, and Drain Hose Assemblies.
Contract & Timeline
- Contract Type: Firm Fixed Price (FFP)
- Set-Aside: 100% Small Business Set-Aside (FAR Part 19)
- Response Due: April 29, 2026, 4:00 PM local time
- Questions Due: April 22, 2026, 3:00 PM EST
- Published: April 1, 2026
- Delivery: 200 calendar days from the date of award or option exercise.
Key Requirements & Access
Offerors must meet stringent requirements:
- CMMC Level 2 (self-assessment): Required for access to the Controlled Unclassified Information (CUI) drawing package and at contract award.
- DD Form 2345: Required for access to Export Controlled technical drawings.
- AS9100D Certification: Required at award and throughout contract performance.
- Deliverables: Various Contract Data Requirements Lists (CDRLs) are specified, including Proof Load, Non-Destructive Inspection (NDI), Calibration, Dimensional Quality, Plating/Coating, and Material Certifications, primarily in PDF format. A Request for Information (RFI) Technical Data Package (TDP) is also required in Microsoft Word format if clarification is needed.
Submission & Evaluation
Proposals must be submitted electronically via email to Juan Carlos Belmonte. Submissions should be divided into three volumes: Technical, Past Performance, and Price. Evaluation will be based on Technical (Acceptable/Unacceptable) and Past Performance (Acceptable/Unacceptable), with the lowest evaluated price among acceptable proposals determining the award. Amendment 0001 corrected specific SLIN part numbers, NSNs, and delivery details; offerors must acknowledge receipt of this amendment.
Point of Contact
Juan Carlos Belmonte, juancarlos.r.belmonte.civ@us.navy.mil.