Skip to content
Department of Defense

Sources Sought for F/A-18 E/F ADVEW FTI Modification for Block III IncorporationSources Sought for F/A-18 E/F ADVEW FTI Modification for Block III Incorporation

Solicitation: N00019-25-RFPREQ-TPM265-1088-1
Notice ID: 9d8f47d4d51a429eba472b496d02a666
TypeSources SoughtNAICS 336411PSC1510Set-AsideNONEDepartmentDepartment of DefenseAgencyDept Of The NavyStateMOPostedMar 20, 2026, 12:00 AM UTCDueApr 03, 2026, 09:00 PM UTCCloses in 14 days

Sources Sought from DEPT OF THE NAVY • DEPT OF DEFENSE. Place of performance: MO. Response deadline: Apr 03, 2026. Industry: NAICS 336411 • PSC 1510.

DoD CMMC Readiness
Modern compliance support by Federal Bid Partners

CMMC support options for this DoD solicitation

As DoD CMMC rollout expands, approximately 80%+ of DoD solicitations are expected to include cybersecurity/CMMC requirements, including many non-tech scopes.

Done-for-you service
CMMC start-to-finish with FBP
$2,000
Registered Practitioner logo
Guided by a Registered Practitioner with practical DoD workflow support.
  • Gap review, remediation roadmap, and implementation support
  • Policy package, evidence mapping, and submission prep
  • Designed for primes and subs across non-tech and tech work
Start CMMC with Federal Bid Partners →
AI-powered application
CMMC Pulsar™ start-to-finish
$399
CMMC Pulsar logo
First-of-its-kind CMMC Pulsar™ app to run your CMMC workflow with AI assistance.
  • Structured checklist, AI guidance, and progress tracking
  • Build evidence and controls with clearer next-step workflows
  • Ideal for teams that want speed plus affordability
Open CMMC Pulsar™ →
Solicitation context: N00019-25-RFPREQ-TPM265-1088-1. Requirements vary by acquisition and contract type; COTS-only exceptions may apply.

Market snapshot

Awarded-market signal for NAICS 336411 (last 12 months), benchmarked to sector 33.

12-month awarded value
$279,767,351
Sector total $42,854,460,360 • Share 0.7%
Live
Median
$74,996
P10–P90
$32,210$338,424
Volatility
Volatile200%
Market composition
NAICS share of sector
A simple concentration signal, not a forecast.
0.7%
share
Momentum (last 3 vs prior 3 buckets)
-95%(-$255,154,735)
Deal sizing
$74,996 median
Use as a pricing centerline.
Live signal is computed from awarded notices already observed in the system.
Signals shown are descriptive of observed awards; not a forecast.

Related hubs & trends

Navigate the lattice: hubs for browsing, trends for pricing signals.

We write these bids →
Open on SAM.gov →
Map for MO
Live POP
Place of performance
Saint Louis, Missouri • United States
State: MO
Contracting office
Patuxent River, MD • 20670-5000 USA

Applicable Wage Determinations

SAM WDOL references matched to this opportunity's location and scope language.

WD Directory →
Best fit for this contractDavis-Bacon
MO20260082 (Rev 1)
Match signal: state matchOpen WD
Published Jan 30, 2026Missouri • Bates, Caldwell, Clay +3
Rate
HEAT & FROST INSULATOR (Includes Duct, Pipe and Mechanical Systems)
Base $43.60Fringe $33.52
Rate
BRICKLAYER
Base $40.53Fringe $16.69
+25 more occupation rates available in the full WD.
View more for this contract
3 more WD matches and 25 more rate previews.
Davis-BaconBest fitstate match
MO20260082 (Rev 1)
Open WD
Published Jan 30, 2026Missouri • Bates, Caldwell, Clay +3
Rate
HEAT & FROST INSULATOR (Includes Duct, Pipe and Mechanical Systems)
Base $43.60Fringe $33.52
Rate
BRICKLAYER
Base $40.53Fringe $16.69
Rate
TILE SETTER
Base $34.09Fringe $20.36
+24 more occupation rates in this WD
Davis-Baconstate match
MO20260079 (Rev 1)
Open WD
Published Jan 30, 2026Missouri • Platte
Rate
HEAT & FROST INSULATOR (Includes Duct, Pipe and Mechanical Systems)
Base $43.60Fringe $33.52
Rate
BRICKLAYER
Base $40.53Fringe $16.69
Rate
TILE SETTER
Base $34.09Fringe $20.36
+24 more occupation rates in this WD
Davis-Baconstate match
MO20260073 (Rev 1)
Open WD
Published Jan 30, 2026Missouri • Clinton
Rate
HEAT & FROST INSULATOR (Includes Duct, Pipe and Mechanical Systems)
Base $43.60Fringe $33.52
Rate
BRICKLAYER
Base $40.53Fringe $16.69
Rate
TILE SETTER
Base $34.09Fringe $20.36
+24 more occupation rates in this WD
Davis-Baconstate match
MO20260081 (Rev 1)
Open WD
Published Jan 30, 2026Missouri • Andrew, Buchanan, De Kalb
Rate
HEAT & FROST INSULATOR (Includes Duct, Pipe and Mechanical Systems)
Base $43.60Fringe $33.52
Rate
BRICKLAYER
Base $40.53Fringe $16.69
Rate
TILE SETTER
Base $34.09Fringe $20.36
+21 more occupation rates in this WD

Point of Contact

Name
Jennifer Moses
Email
jennifer.l.moses13.civ@us.navy.mil
Phone
Not available
Name
Ryan Bodine
Email
ryan.k.bodine.civ@us.navy.mil
Phone
3017575262

Agency & Office

Department
DEPT OF DEFENSE
Agency
DEPT OF THE NAVY
Subagency
NAVAIR
Office
NAVAIR HQS • NAVAL AIR SYSTEMS COMMAND
Contracting Office Address
Patuxent River, MD
20670-5000 USA

More in NAICS 336411

Description

INTRODUCTION

This Sources Sought notice is being posted to satisfy the requirement of Defense Federal Acquisition Regulation Supplement PGI 206.302-1(d). The Naval Air Systems Command (NAVAIR) at Patuxent River, MD (V2231), intends to negotiate and award a sole source modification to The Boeing Company (TBC) to Delivery Order (DO) N0001925F0085 under Basic Ordering Agreement (BOA) N00019-21-G-0006. This DO procures the final design of the Advanced Electronic Warfare (ADVEW) A-Kits and integration support into a production Block III F/A-18E and a production Block III F/A-18F configured with the Wide Band Radar System (WRBS) in FY 26.

This modification will provide the Non-Recurring Engineering (NRE) Integration Design for Lot 26-42A Analysis/74R Drawings. The contractor shall perform NRE to design or redesign aircraft components necessary for the integration of ADVEW on the Super Hornet SLM Block III and Block III Lite Aircraft Configurations.

ELIGIBILITY

The Product Service Code (PSC) for this requirement 1510 (Aircraft, Fixed Wing), and the NAICS code is 336411 (Aircraft Manufacturing).

REQUIRED CAPABILITIES

This effort requires direct knowledge of the design and configuration of the F/A-18E/F Aircraft. The work and supplies to be performed under this effort include that the Contractor shall complete an A-Kit design to support the overall integration of ADVEW into SLM Block III Aircraft, Lot 26 through Lot 42. The contractor shall develop an Interface Control Document and engineering documentation, to include delta airworthiness certification requirements, to support the A-Kit design.

INCUMBENT

This contract action will be a modification to DO N00019-21-G-0006 N0001925F0085 under the BOA.

ANTICIPATED PERIOD OF PERFORMANCE

The anticipated period of performance for this modification is 36 months.

ANTICIPATED CONTRACT TYPE

The Government anticipates issuing a Cost-Plus-Fixed-Fee (CPFF) modification under this Delivery Order.

SUBMISSION DETAILS

Interested businesses shall submit a brief capabilities statement package (no more than ten (10) 8.5x11 inch pages, font no smaller than 12 point, 1.5 spaced) demonstrating their ability to provide the supplies or services listed in the required capabilities described herein. Documentation should be in bullet format. All responses shall include Company Name, Company Address, Company Business Size, and Points-of-Contact (POC) including name, phone number, fax number and email address.

The documentation must address, at a minimum, and contain the following: the type of work your company has performed in the past 3 years in support of same/similar requirement(s), Cage Code, UEI number, and DUNN’s number. Include information such as contract number, organization supported, indication of whether a prime or subcontractor, contract value, Government point of contact and current telephone number, and a brief description of how the contract reference relates to the required capabilities described herein.

Describe the specific technical capabilities and experience which your company possesses which will ensure capability to perform requirements as outlined in the required capabilities described herein.

The Government will acknowledge receipt of responses received. It is the contractor’s responsibility to follow-up with the Government in the event that an acknowledgement of receipt is not received.

The capability statement packaged shall be sent by email to:

Jennifer Moses

Jennifer.l.moses13.civ@us.navy.mil

Submissions must be received at the office cited not later than 5:00 p.m. Eastern Standard Time on 03 April 2026.

Questions or comments regarding this notice may be addressed to Jennifer Moses at Jennifer.l.moses13.civ@us.navy.mil.

Contracting Office Address:
Building 2272 RM 445

47123 Buse Road Unit IPT

Patuxent River, Maryland 20670

United States

Period of Performance:

Performance is anticipated to occur at TBC in Saint Louis, MO.

THIS SOURCES SOUGHT IS FOR INFORMATIONAL PURPOSES ONLY. THIS IS NOT A REQUEST FOR

PROPOSAL. IT DOES NOT CONSITUTE A SOLICITATION AND SHALL NOT BE CONSTRUED AS A

COMMITMENT BY THE GOVERNMENT. RESPONSES IN ANY FORM ARE NOT OFFERS, AND THE

GOVERNEMENT 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 INFORMANTION SUBMITTED BY RESPONDENTS TO THIS TEHNICAL

DESCRIPTION IS STRICTLY VOLUNTARY.

Files

Files size/type shown when available.

No downloadable attachments detected for this notice.

BidPulsar Analysis

A practical, capture-style breakdown of fit, requirements, risks, and next steps.

Analysis is being generated for this notice. Check back shortly.

FAQ

How do I use the Market Snapshot?

It summarizes awarded-contract behavior for the opportunity’s NAICS and sector, including a recent pricing band (P10–P90), momentum, and composition. Use it as context, not a guarantee.

Is the data live?

The signal updates as new awarded notices enter the system. Always validate the official award and solicitation details on SAM.gov.

What do P10 and P90 mean?

P10 is the 10th percentile award size and P90 is the 90th percentile. Together they describe the typical spread of award values.