Opportunity
SAM #N0016426SNB55
Market Research for Program, Engineering, and Logistics Services for EA-18G Growler and F/A-18E/F Super Hornet Aircraft
Buyer
NSWC Crane
Posted
April 02, 2026
Respond By
April 17, 2026
Identifier
N0016426SNB55
NAICS
541330, 541614
This opportunity seeks industry input for providing program, engineering, and logistics services supporting the EA-18G Growler and F/A-18E/F Super Hornet aircraft platforms for the Airborne Electronic Attack Fleet Support Team. - Government Buyer: - Department of Defense - Department of the Navy - Naval Surface Warfare Center (NSWC) Crane Division - OEM Highlight: - The Boeing Company is referenced as the sole source provider for these services - Requested Services: - Comprehensive program management, engineering, and logistics support for EA-18G Growler and F/A-18E/F Super Hornet aircraft - No specific products or part numbers are listed; focus is on service capabilities - Unique Requirements: - Respondents must demonstrate historical evidence of performing similar services for these aircraft platforms - Submissions should include company and product literature, white papers, and details of prior relevant experience - Ability to mitigate the sole source justification is required - Place of Performance: - NSWC Crane, Crane, Indiana - Period of Performance: - Anticipated as a five-year Indefinite Delivery/Indefinite Quantity (IDIQ) contract
Description
SOURCES SOUGHT (SS) - The United States Government (USG) is issuing this SS announcement in accordance with (IAW) FAR 5.101 for Program, Engineering, and Logistics Services to support the EA-18G Growler and F/A-18E/F Super Hornet aircraft platform in support of the Airborne Electronic Attack (AEA) Fleet Support Team (FST).
Naval Surface Warfare Center (NSWC) Crane Division, located in Crane, IN intends to solicit and award a five-year, sole source, Indefinite Delivery/Indefinite Quantity (IDIQ) contract to The Boeing Company (Cage Code: 76301), 6200 James S McDonnell Blvd, St. Louis, MO 63134. This effort will be conducted on a sole source basis in accordance with the statutory authority of 10 U.S.C. 3204(a)(1) as implemented by FAR 6.103-1, Only one responsible source and no other supplies or services will satisfy agency requirements. The basis for restricting competition is the substantial duplication of costs to the USG that is not expected to be recovered through competition and the unacceptable delays in fulfilling the agency requirement through another source.
The USG is seeking information from companies mitigating the sole source basis listed above. The USG is requesting responses from companies with the capabilities to support Program, Engineering, and Logistics Services for the EA-18G Growler and F/A-18E/F Super Hornet aircraft platform. Responses should include historical evidence of performing Program, Engineering, and Logistics Services for EA-18G Growler and F/A-18E/F Super Hornet aircraft platform support.
All interested parties are encouraged to submit company and product literature, a white paper no longer than five (5) pages, and/or other pertinent information, such as a description with performance parameters and a statement of current availability, summary of prior testing, test reports, a budgetary estimate of test articles, production units, production quantity breaks, mitigate the reason why the USG should not procure this effort on a sole source basis as stated above, and/or identify other USG contracts with similar efforts for the USG’s consideration. The USG may contact SS respondents to obtain clarification on the information submitted.
Responses to the Market Survey shall include the following:
Submitter’s Name
Business Name, Street Address, City, State, Zip Code
Business Size
Point of Contact (POC) Name
POC Telephone
POC Email
Announcement Number: N0016426SNB55
Contractors must be properly registered in the System for Award Management (SAM). Offerors may obtain information on SAM registration and annual confirmation requirements by calling 1-866-606-8220 or via the internet at https://www.sam.gov.
This SS is for market research purposes. At the current time, NO FUNDING IS AVAILABLE for bid/proposal or contractual efforts. This SS does not constitute an Invitation for Bids, a Request for Quote or a Request for Proposal and it should not be construed as a commitment of any kind by the USG to issue a formal solicitation or ultimately award a contract. The USG is in no way liable to pay for or reimburse any companies or entities that respond to this announcement. Any cost incurred by interest companies in response to this announcement will NOT be reimbursed.
Market Survey information may be submitted to the NSWC Crane POC at any time prior to the expiration of this announcement. The NSWC Crane POC for this effort is Ms. Lisa Demontagnac, lisa.d.demontagnac.civ@us.navy.mil. Reference the above notice number when responding to this notice.
All information marked as proprietary information will be safeguarded to prevent disclosures to non-USG personnel and entities. Your interest in the response is appreciated.