Opportunity

SAM #N68520-25-RFPREQ-NF00000-0076

Navy Seeks Contractor Engineering Technical Services for P-8 and C-40 Aircraft (Boeing OEM)

Buyer

Fleet Readiness Center

Posted

April 28, 2026

Respond By

May 13, 2026

Identifier

N68520-25-RFPREQ-NF00000-0076

NAICS

541330, 541690

The Department of the Navy, Commander, Fleet Readiness Centers (COMFRC), is conducting market research for Contractor Engineering Technical Services (CETS) to support P-8 and C-40 aircraft and their associated avionics, airframe, and support equipment. - Government Buyer: - Department of the Navy, Commander, Fleet Readiness Centers (COMFRC), Naval Air Technical Data and Engineering Service Center (NATEC) - OEMs and Vendors: - The Boeing Company is the Original Equipment Manufacturer (OEM) for both P-8 and C-40 aircraft - Products/Services Requested: - Contractor Engineering Technical Services (CETS) for P-8 and C-40 aircraft - On-site academic instruction and training for Navy, Marine Corps, and DoD civilian personnel - Technical assistance, troubleshooting, and maintenance support for avionics and airframe systems - Development of training materials and technical reporting - Support for installation, operation, and maintenance of aircraft systems and support equipment - Expert technical guidance for complex problems - Unique or Notable Requirements: - Access to Boeing proprietary technical data and software is required; offerors must demonstrate ability to obtain necessary licensing agreements - Capability Maturity Model Certification (CMMC) Level 2 (self-assessment) and an approved accounting system are mandatory - Cybersecurity compliance, security clearances, and readiness for worldwide deployment, including hazardous duty zones - Telework is generally not authorized; on-site support is required at multiple Fleet shore activities and Naval Air Stations - Transition-in and transition-out plans are required to ensure continuity of services - Locations: - Services will be performed at various Fleet shore activities, including: - NAS Joint Reserve Base Fort Worth, TX - NAS Jacksonville, FL - NAS Oceana, VA - NAS Whidbey Island, WA - NAS North Island, CA - NAS Kaneohe Bay, HI - Japan - Contracting office at Patuxent River, MD

Description

DISCLAIMER THIS SOURCES SOUGHT IS FOR INFORMATIONAL PURPOSES ONLY. THIS IS NOT A REQUEST FOR PROPOSAL. IT DOES NOT CONSTITUTE A SOLICITATION AND SHALL NOT BE CONSTRUED AS A COMMITMENT BY THE GOVERNMENT. RESPONSES IN ANY FORM ARE NOT OFFERS AND THE GOVERNMENT IS UNDER NO OBLIGATION TO AWARD A CONTRACT AS A RESULT OF THIS ANNOUNCEMENT. NO FUNDS ARE AVAILABLE TO PAY FOR PREPARATION OF RESPONSES TO THIS ANNOUNCEMENT. ANY INFORMATION SUBMITTED BY RESPONDENTS TO THIS TECHNICAL DESCRIPTION IS STRICTLY VOLUNTARY. ALL LARGE AND SMALL BUSINESSES THAT ARE INTERESTED SHOULD SUBMIT A CAPABILITY STATEMENT. THE RESULTS OF THIS SOURCES SOUGHT WILL BE UTILIZED TO DETERMINE IF ANY SMALL BUSINESS SET-ASIDE OPPORTUNITIES EXIST. ALL SMALL BUSINESS SET-ASIDE CATEGORIES WILL BE CONSIDERED. OTHERWISE, THIS MARKET RESEARCH IS BEING USED TO IDENTIFY POTENTIAL AND ELIGIBLE FIRMS, OF ALL SIZES, PRIOR TO DETERMINING THE COMPETITIVE METHOD OF ACQUISITION AND ISSUANCE OF A SOLICITATION. Specific details will be provided in a solicitation at a future time which will be posted at https://www.sam.gov/. Be advised that periodic access to the website is essential for obtaining updated documentation and the latest information regarding this procurement. All data received in response to this sources sought, marked or designated as corporate or proprietary, will be fully protected from release outside the Government. Information and materials submitted in response to this request SHALL NOT be returned. Classified material SHALL NOT be submitted. GENERAL INFORMATION This notice serves as a market research tool conducted in accordance with Federal Acquisition Regulations (FAR) Part 10 to assess potential sources and their technical capabilities. The findings from this market research will assist in determining the appropriate procurement strategy, including whether to issue a competitive solicitation or make a sole source award to The Boeing Company (CAFE: 0PXV4), the Original Equipment Manufacturer (OEM) of the P8 and C-40 platforms. Only those firms who believe they possess the capability and the data rights to provide the required services and can meet the requirements as a prime contractor or as a joint venture are invited to respond to this notice. The Naval Air Systems Command (NAVAIR), Commander, Fleet Readiness Centers (COMFRC), Patuxent River, Maryland intends to procure Contractor Engineering Technical Services (CETS) for the Naval Air Technical Data and Engineering Service Center (NATEC) in support of C-40 and P-8 aircraft avionics airframe and associated support equipment. The Government is contemplating a single award (SA) contract with Cost-Plus-Fixed-Fee (CPFF) Level of Effort CLINs for services, and cost reimbursable CLINs for Other Direct Costs (ODCs) (Travel and Material) and a Period of Performance (PoP) of four (4) years starting approximately in FY27 Quarter 2. The Contractor shall provide NATEC with CETS Contractor Field Services (CFS) to be provided to various Fleet shore activities for the purpose of informing, instructing, and training Navy, Marine Corps military and DoW civilian personnel to be proficient in the installation, operation, and maintenance of aircraft systems within all of the P8 and C-40 type model series. Additionally, CETS shall provide expert Avionics (AV) and Airframe (AF) technical guidance to resolve unusually complex technical problems. The Contractor shall assign qualified personnel to a Permanent Duty Station (PDS) identified by Task Numbers in order to provide daily support to local activities. Please review the DRAFT Statement of Work Statement (SOW) and DD 1423s for the requirements. Offerors shall have a Capability Maturity Model Certification (CMMC) Level 2 (self assessment) in accordance with DFARS 252.204-7021 and have an approved accounting system. The Government anticipates that to meet its requirements, Contractors, other than The Boeing Company (as the C-40 and P-8 Original Equipment Manufacturer (OEM)), will require access to Boeing proprietary or restricted rights computer software, Boeing proprietary or limited rights technical data, and Boeing unique resources, skillsets and facilities. The Government does not have the necessary technical data rights to support the requirements. Respondents will need to provide licensing agreements or a letter of intent to enter into such a licensing agreement that clearly demonstrates their ability to obtain access to technical data and computer software needed to fulfill the requirements within the SOW and such that the agreement will be in place by FY27 Quarter 2. Companies that are capable of meeting this requirement, currently possess or have authorized access to the necessary technical data or have a viable plan to obtain, generate, or otherwise secure the necessary technical data, and can maintain this capability throughout the duration of the effort being solicited, are encouraged to respond. Companies may also highlight unique data generation techniques that are currently utilized by your firm or areas where modifications can be performed, or the capability can be provided, without technical data provided by the Government or OEM. Interested offerors shall demonstrate the capability to meet the Government’s required timeline. SUBMITTAL INFORMATION (CAPABILITIES STATEMENT) Interested Offerors shall submit brief capability statements (no more than 20 pages in length, single spaced, Times New Roman 11-point font) electronically in Microsoft Word or Portable Document Format (PDF) to the Contract Specialist, Brandi J. Firestien at brandi.j.firestien.civ@us.navy.mil and the Procuring Contracting Officer, Tiffany L. Crayle at tiffany.l.crayle.civ@us.navy.mil, no later than 12:00 PM Eastern Standard Time (EST) on May 13, 2026. All questions or inquiries regarding this notice must be directed to the Contract Specialist and the Procuring Contracting Officer. No phone calls will be accepted. The Government may elect not to discuss submissions received in response to this Source Sought with individual responders. There is no requirement to respond to the Sources Sought to be eligible for this procurement. However, the Government places tremendous value on the information received and may utilize it to finalize its acquisition strategy. Respondents shall fully use this opportunity to describe proven capabilities in performing the requirement as described in the Draft SOW. All responses must include the following information: Company Name; Company Address; and Point-of-Contact (POC) name, phone number, and e-mail address. Declaration as to whether a U.S. or foreign company; Company size (Small or Large according to the identified NAICS and size standard identified); If your company is a small business, specify type(s), provide any anticipated teaming arrangements and delineate between work to be accomplished by the prime and the work to be accomplished by the teaming partners. Capability statement packages should demonstrate the ability to perform the services listed in the attached SOW. This documentation must address, at a minimum, the following: Reference to the Notice ID number N68520-25-RFPREQ-NF00000-0076 and the title of the SOW being referenced. Information provided should include an active Boeing-signed technical data rights licensing agreement and an active Boeing-signed computer software licensing agreement (or signed letters of intent to enter into said agreements) that clearly demonstrate existing access to, or ability to gain access to, Boeing proprietary technical data and computer software. The agreement(s) will not count towards the total page count. Proof of current and valid CMMC Level 2 (self-assessment) certification. The certification will not count towards the total page count. Information provided should highlight experience providing to various Fleet shore activities for the purpose of informing, instructing, and training Navy, Marine Corps military and DOD civilian personnel to be proficient in the installation, operation, and maintenance of aircraft systems, to include technical guidance and advice to resolve unusually complex technical problems. Interested contractors should also highlight experience providing CFS technical expertise for P-8 and C-40  Avionics and Air Frames. Information provided should highlight specific technical skills your company possess which ensures capability to perform the tasks in the SOW. Prior/current corporate experience performing efforts of similar size and scope within the last five (5) years, including contract number, organization supported, indication of whether as a prime or subcontractor, contract value, Government point of contact with current telephone number, and a brief description of how the referenced contract relates to the services described herein. Any other specific and pertinent information as pertains to this particular area of procurement that would enhance the Government’s consideration and evaluation of the information submitted. Questions and comments are highly encouraged. Vendors should appropriately mark any data that is proprietary or has restricted data rights. If the company finds itself not capable to perform all parts of the SOW, please specify which portions of the SOW it is not capable of accomplishing. If the company will be teaming or utilizing subcontractors, please include information regarding which work the subcontractor will be responsible for and how the prime will determine a subcontractor is capable of accomplishing the work. If your company has any questions about the structure of the SOW, or areas that may need further definition, please also identify those in the response. Responses to this Sources Sought, including any capability statements and communications regarding the solicitation, shall be electronically submitted via email to the Contract Specialist (CS) and the Procuring Contract Officer (PCO). All responses must be sufficient in detail to permit agency analysis to establish capability to meet requirements. Any questions and/or comments regarding the Government SOW and/or DD 1423s may be submitted utilizing the questionnaire attachment. If due to file size a company requires a Drop-off within DoD Safe, the Offeror must receive a drop-off request from the CS. The Offeror should contact the CS via email to notify them no later than 7 working days prior to the closing of the announcement. When the CS generates a drop-off request for you, you will receive an email with a link to submit your drop-off. This link is good for a one-time submission; ensure that the submission is sent to both the PCO and the CS.

View original listing