Opportunity
SAM #N68335-26-R-1041
Procurement of Aircraft Hydraulic Test Sets and Servicing Panels for NAWCAD Lakehurst
Buyer
NAWCAD
Posted
March 31, 2026
Respond By
April 16, 2026
Identifier
N68335-26-R-1041
NAICS
332710, 336413
This opportunity involves the competitive procurement of specialized hydraulic test equipment for military aircraft maintenance at NAWCAD Lakehurst, New Jersey. - Government Buyer: - Naval Air Warfare Center Aircraft Division (NAWCAD) Lakehurst, New Jersey - Department of the Navy - Products Requested: - 20 Main Landing Gear/Nose Landing Gear (MLG/NLG) Hydraulic System Test Sets - Part Number: 901-236-015-501 - 20 Hydraulic Servicing Panels - Part Number: 4026AS520-1 - OEMs and Vendors: - No specific OEMs named; procurement is open to qualified small businesses able to manufacture or supply these part numbers - Unique/Notable Requirements: - 100% Small Business Set-Aside - Firm Fixed Price contract awarded to the Lowest Price Technically Acceptable Offeror - Compliance with Cybersecurity Maturity Model Certification (CMMC) Level 2 (Self-Assessment) - Registration in the DoD System for Award Management (SAM) - Submission of DD2345 Military Critical Technical Data Agreement required to access technical drawings - Place of Performance: - NAWCAD Lakehurst, New Jersey (BLDG 271 HIGHWAY 547, JOINT BASE MDL, 08733) - No services are requested; this is strictly for equipment procurement.
Description
The Naval Air Warfare Center Aircraft Division (NAWCAD) Lakehurst, New Jersey, intends to competitively procure, manufacture, assemble, inspect, and deliver an estimated quantity of 20 each of the following item(s): Main Landing Gear (MLG)/Nose Landing Gear (NLG) Hydraulic System Test Set, P/N 901-236-015-501; Hydraulic Servicing Panel, P/N 4026AS520-1.
The intention is to competitively award this requirement as a 100% Small Business Set-Aside. A Firm Fixed Priced (FFP) Contract is anticipated. Award will be made to the Lowest Price Technically Acceptable Offeror. Further details will be posted with the solicitation. The Government intends to release the solicitation, including any subsequent amendments, on the SAM.gov website. No telephone or written requests for the solicitation will be accepted. Amendments to the solicitation, if issued, will be posted to the same website. After solicitation release, vendors should regularly access the website to ensure they have all the amendments. The point of contact for this effort is Kyle Welge, Contract Specialist, kyle.a.welge.civ@us.navy.mil.
The item(s) in this acquisition have been deemed to fall into Cybersecurity Maturity Model Certification (CMMC) Level 2- Self-Assessment. CMMC Level 2 requires implementation of the 110 security requirements set forth in NIST SP 800–171 Rev. 2 to protect CUI in contractor information systems. Level 2 assessments are conducted every three years. CMMC Level 2 self-assessment scores are entered by the Organization Seeking Assessment (OSA) into the Supplier Performance Risk System (SPRS).
IMPORTANT INFORMATION: Offerors will be required to submit a DD2345, Military Critical Technical Data Agreement, to obtain a copy of the drawings that will be associated with the solicitation. For Form 2345 information, contact DLIS in Battle Creek, MI at 800-352-3572 or visit on the web at http://www.dlis.dla.mil/jcp. Registration in the Department of Defense DoD System for Award Management (SAM) database will be a prerequisite for receiving an award. For more information on the SAM, refer to the SAM website at https://www.sam.gov/portal/public/SAM.
THIS PRE-SOLICITATION NOTICE IS NOT A REQUEST FOR PROPOSAL. The Government is not obligated to and will not pay for any information received from potential sources as a result of this synopsis. This synopsis is for administrative purposes only. It does not constitute a solicitation for bid or proposals, and should not be construed as a commitment by the Government. The information provided herein is subject to change and in no way binds the Government to solicit for or award a competitive contract.