Loading...
N6833526Q1118
Response Deadline
May 5, 2026, 4:00 PM(EDT)14 days
Eligibility
Contract Type
Presolicitation
The Naval Air Warfare Center Aircraft Division, Lakehurst, intends to solicit, negotiate and make an award on a sole-source basis with Hydraulics International, Inc., (CAGE: 56529), for the procurement of an estimated minimum quantity of 15 units with an estimated maximum quantity of sixty-four (64) Hydraulic Fluid Bulk Dispensing Unit, P/N: 101803-100MOD2 for the MQ-4C Triton Unmanned Air Systems (UAS) Program in support of the United States Navy (USN) and Royal Australian Air Force (RAAF).
This acquisition is being pursued on a sole-source basis under the statutory authority of (FAR) 12.102(a), which states that states decisions to restrict competition for acquisitions valued at or below the simplified acquisition threshold (SAT), document the decision that only one source is available and the basis for the decision.
The intended source is the Original Equipment Manufacturer (OEM) of the required equipment. The OEM has stated that it is the sole manufacturer and distributor for this product line and owns all proprietary rights to the drawings, design, and manufacturing data. These data rights are not owned by the Government and cannot be purchased.
Procuring an alternative product would result in unacceptable schedule delays that would negatively impact fleet readiness and effectiveness. Any alternate hydraulic fluid bulk dispensing unit that has not already been validated and verified for compatible use on the MQ-4C airframe would require extensive test and evaluation, a new validation certification, and significant engineering efforts. New operation training, Supply and Provisioning Support, Aircraft maintenance publications, Support Equipment operation and repair manuals will need to be updated/created to logistically support a new Hydraulic Fluid Bulk Dispensing Unit.
This equipment is critical for performing required maintenance on MQ-4C aircraft. A delay in acquiring this capability could result in aircraft being grounded, directly impacting mission readiness. Therefore, the OEM is the only source capable of providing the required equipment within the required timeframe without causing unacceptable delays and harm to the MQ-4C program.
A solicitation will NOT be posted following the close of this synopsis, unless alternate offerors are identified.
THIS NOTICE OF INTENT IS NOT A REQUEST FOR COMPETITIVE PROPOSALS.
However, all responses received prior to the response date of this synopsis will be considered by the Government. A determination by the Government not to open the requirement to competition based upon responses to this notice is solely within the discretion of the Government. Information received as a result of the notice of intent will normally be considered solely for the purpose of determining whether to conduct a competitive procurement.
THIS SYNOPSIS 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. ANY INFORMATION SUBMITTED BY RESPONDENTS IS STRICTLY VOLUNTARY.
All questions and submissions in reference to this notice will be sent to the Point of Contact for this requirement, Duane Hines, E-mail: duane.m.hines.civ@us.navy.mil.
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
Measuring, Dispensing, and Other Pumping Equipment Manufacturing
PSC
AIRCRAFT MAINTENANCE AND REPAIR SHOP SPECIALIZED EQUIPMENT
Set-Aside
No Set aside used