Opportunity
SAM #N6833526Q1112
V-22 Snap On Tooling Procurement for NAWCAD Lakehurst
Buyer
NAWCAD
Posted
April 22, 2026
Respond By
May 07, 2026
Identifier
N6833526Q1112
NAICS
332216, 423710
This opportunity involves the procurement of V-22 Snap On Tooling for the Naval Air Warfare Center Aircraft Division Lakehurst (NAWCAD LKE): - Government Buyer: - Department of Defense, Department of the Navy, NAWCAD Lakehurst - OEMs and Vendors: - Snap On (IDSC Holdings LLC) - Only Snap On, IDSC Holdings LLC, and their authorized distributors are eligible - Products/Services Requested: - Various V-22 tool groupings and tooling - All products and part numbers must match those listed in Attachment 001 (V-22 CNATT Snap On Tools Buy List.xlsx) - Quantities and specific part numbers are detailed in the attachment (not provided in summary) - Unique/Notable Requirements: - Limited competition: Only Snap On, IDSC Holdings LLC, and authorized distributors may respond - Compliance with Buy American Act and Berry Amendment is mandatory - Cybersecurity compliance required (NIST SP 800-171, CMMC) - Early delivery is accepted; delivery is FOB Destination to NAWCAD Lakehurst, NJ - Offerors must provide proof of authorized distributor status - All products must be new and match specified part numbers exactly - Place of Performance/Delivery: - Naval Air Warfare Center Aircraft Division Lakehurst, Route 547, Building 362, Lakehurst, NJ 08733
Description
The Naval Air Warfare Center – Aircraft Division, Lakehurst (NAWCAD LKE) intends to solicit, negotiate, and award a firm-fixed-price contract on a limited competition basis for various V-22 tool groupings in support of Prototype, Manufacturing, and Development. See attachment for Completed Parts List.
This limited competition will be between IDSC Holdings LLC and Snap On (Cage Code: 55719) and their authorized distributors using FAR Part 12 and FAR Part 13 procedures.
Delivery shall be FOB Destination (FAR 52.247-34). Early deliveries are acceptable at no additional cost to the Government. The anticipated delivery date shall be 6 months ARO.
Naval Air Warfare Center Aircraft Division Lakehurst Route 547 Building 362 Lakehurst, NJ 08733
Note that this is strictly a limited competition between IDSC Holdings LLC and Snap On (Cage Code: 55719) and their authorized distributors. Offerors that do not provide substantiation of their status as IDSC Holdings LLC and Snap On or as an authorized distributor of IDSC Holdings LLC and Snap On will be ineligible for award.
Solicitation Instructions: (i) This solicitation is issued as a Request for Quotation (RFQ) in accordance with FAR Part 13 solicitation number N6833526Q1112. (ii) The solicitation documents and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2024-01. (iii) See attachment 001 for the list of line items, quantities, and units of measure. The associated North American Industrial Classification System (NAICS) code for this procurement is 332216.
(a) The Government will award a contract resulting from this solicitation to the responsible offeror whose conforming offer will be most advantageous to the Government, considering price and other factors. The following factors shall be used to evaluate offers:
The Offerors will be required to provide all part numbers in accordance with the Descriptions and Part Numbers in Attachment 001 of this solicitation. Each Offeror will either be Eligible or Ineligible for award. If an Offeror does not provide the entire list of items, the Offeror will be deemed Ineligible for award. Award will be made to the lowest price responsible Offeror that is deemed Eligible for award. Eligibility shall be determined by whether the Offeror provides an exact match of the part numbers listed in attachment 001 CLIN structure spreadsheet of this solicitation.
The total evaluated price will be the sum of all CLINs for each part number listed in the attachment 001 CLIN structure spreadsheet. The proposed prices will be evaluated to determine if they are fair and reasonable.
The Government will consider all responses received within fifteen days after the publication of this synopsis. A determination by the Government not to open the requirement to competition based on responses is solely within the Government’s discretion. Responses will normally be used only to decide whether to conduct a competitive procurement.
The offeror certifies that they will deliver the items by the delivery date stated above. Note: Earlier delivery at no additional charge is acceptable and encouraged. Shipping must be FOB destination CONUS (Continental U.S.), meaning the seller must deliver the goods on its conveyance at the specified destination, responsible for shipping costs and risk of loss until delivery. All applicable shipping costs should be included in the unit prices.
The offeror certifies that the quote will be valid until 04 June 2026.
By responding to this RFP, the Offeror certifies that they can meet the following requirements and can provide justification/substantiation if requested: The vendor has adequate resources to perform the contract or can obtain them (see FAR 9.104-3(a)); has the necessary organization, experience, controls, and skills; has the required production and technical equipment or can obtain them; and can comply with the performance schedule considering existing commitments.
All deliverables must comply with FAR 52.219-14 Limitations on Subcontracting. FAR 52.204-24, FAR 52.204-27, and DFARS 252.225-7007 apply.
The tool groupings are subject to, and shall comply with, the Buy American Act and Berry Amendment. The contract will include clauses 52.225-1, 252.225-7012, and 252.225-7015 as appropriate.
Please submit a Firm-Fixed-Price proposal according to the terms of this CSS N6833526Q1112 by 07 May 2026, via email to: danielle.m.russo4.civ@us.navy.mil. For additional information, contact Danielle Russo at the same email.
If this is a commercial requirement as defined by FAR 2.101, the Commercial Item Checklist must be submitted with the proposal.
DFARS Clause 252.211-7003, Item Identification and Valuation, may apply. Any end items with a unit cost over $5,000 shall have this clause applied.
As of 13 August 2020, Section 889 of Public Law 115-232 prohibits the Government from contracting with entities using certain telecommunications equipment or services from listed entities. Clauses and provisions related to this rule are applicable to the resultant Delivery Order.
As of 03 February 2021, interim DFARS rule 2019-D041, effective 30 November 2020, assesses contractor cybersecurity implementation per NIST SP 800-171 and the CMMC framework. The requirements in provisions 252.204-7019, 252.204-7020, and 252.204-7021 are applicable. A current NIST SP 800-171 DoD Assessment must be posted in SPRS prior to award.
FAR 52.212-4, Contract Terms and Conditions - Commercial Items, is incorporated.
The following provisions are applicable prior to award: FAR 52.204-7: System for Award Management FAR 52.240-90: Security Prohibitions and Exclusions FAR 52.209-7: Responsibility Matters FAR 52.225-18: Place of Manufacture
The following clauses will be incorporated into the contract: FAR 52.203-3: Gratuities FAR 52.203-6: Restrictions on Subcontractor Sales (JUN 2020) – Alternate I FAR 52.203-12: Limitation on Payments to Influence Federal Transactions FAR 52.203-17: Whistleblower Rights FAR 52.204-13: System for Award Management Maintenance FAR 52.204-91: Contractor Identification FAR 52.212-4: Terms and Conditions – Commercial Products and Services FAR 52.223-5: Pollution Prevention FAR 52.225-8: Duty-Free Entry FAR 52.227-1: Authorization and Consent FAR 52.227-2: Patent and Copyright Infringement FAR 52.229-3: Taxes FAR 52.232-39: Unenforceability of Unauthorized Obligations FAR 52.232-40: Providing Accelerated Payments FAR 52.240-91: Security Prohibitions FAR 52.240-93: Safeguarding Contractor Information Systems FAR 52.242-13: Bankruptcy FAR 52.252-2: Clauses Incorporated by Reference DFARS 252.203-7000: Compensation of Former DoD Officials DFARS 252.203-7002: Whistleblower Rights DFARS 252.203-7003: Inspector General DFARS 252.203-7005: Representation of Former DoD Officials DFARS 252.204-7003: Control of Work Product DFARS 252.204-7007: Annual Representations DFARS 252.204-7008: Safeguarding Covered Information DFARS 252.204-7009: Cyber Incident Information DFARS 252.204-7016: Defense Telecommunications Equipment DFARS 252.204-7017: Prohibition on Covered Equipment DFARS 252.204-7018: Prohibition on Covered Equipment DFARS 252.209-7004: Subcontracting with Certain Entities DFARS 252.211-7003: Item Unique Identification DFARS 252.211-7008: Use of Serial Numbers DFARS 252.215-7008: Only One Offer DFARS 252.215-7013: Nontraditional Defense Contractors DFARS 252.217-7026: Identification of Supply Sources DFARS 252.223-7008: Hexavalent Chromium DFARS 252.225-7001: Buy American DFARS 252.225-7002: Qualifying Country Sources DFARS 252.225-7007: Items from Chinese Military DFARS 252.225-7008: Restriction on Specialty Metals DFARS 252.225-7009: Articles Containing Specialty Metals DFARS 252.225-7012: Domestic Preference DFARS 252.225-7048: Export-Controlled Items DFARS 252.226-7001: Indian Organizations and Small Business Concerns DFARS 252.232-7003: Electronic Submission of Payment Requests DFARS 252.232-7006: Payment Instructions DFARS 252.232-7010: Levies on Payments DFARS 252.240-7998: Semiconductor Procurement Restrictions DFARS 252.243-7001: Pricing of Contract Modifications DFARS 252.243-7002: Requests for Equitable Adjustment DFARS 252.244-7000: Subcontracts for Commercial Items DFARS 252.246-7007: Counterfeit Electronic Parts DFARS 252.246-7008: Sources of Electronic Parts
The proposal shall be submitted electronically, ensuring spreadsheets are Excel-compatible with formulas and links active, including subcontracted work, to this office.
This CSS does not obligate the Government to award a contract or authorize work and is not a basis for future claims.
Offeror's SAM.gov registration must be active at proposal submission and award to receive the contract.
All questions should be directed to Danielle Russo.
Attachment I: CLIN Structure