KC-130 and E-2 NP2000 Assorted PSE

SOL #: N6833526R1049Pre-Solicitation

Overview

Buyer

Dept Of Defense
Dept Of The Navy
NAVAIR WARFARE CTR AIRCRAFT DIV
JOINT BASE MDL, NJ, 08733, United States

Place of Performance

Lakehurst, NJ

NAICS

Industrial Truck (333924)

PSC

Aircraft Ground Servicing Equipment (1730)

Set Aside

No set aside specified

Timeline

1
Posted
Apr 7, 2026
2
Response Deadline
Apr 23, 2026, 8:00 PM

Qualification Details

Fit reasons
  • NAICS alignment with historical contract wins in similar service areas.
  • Scope strongly matches core technical capabilities and delivery model.
Risks
  • Past performance thresholds may require one additional teaming partner.
  • Potential clarification needed on staffing minimums before bid/no-bid.
Next steps

Validate eligibility requirements, assign capture owner, and schedule partner outreach to confirm teaming strategy before submission planning.

Quick Summary

The Naval Air Warfare Center Aircraft Division (NAWCAD) Lakehurst intends to award a sole-source, Firm Fixed-Price contract to Hamilton Sundstrand, d/b/a Collins Aerospace, for Peculiar Support Equipment (PSE) supporting the KC-130J and E-2 Programs. This presolicitation is not a request for competitive proposals, but alternate offerors may submit a Source Approval Request (SAR) package by April 23, 2026, 4:00 PM ET.

Opportunity Details

  • Agency: Naval Air Warfare Center Aircraft Division (NAWCAD) Lakehurst, Dept Of The Navy
  • Title: KC-130 and E-2 NP2000 Assorted PSE
  • Type: Presolicitation (Sole-Source Synopsis)
  • Product Service Code: 1730 (Aircraft Ground Servicing Equipment)
  • Place of Performance: Lakehurst, NJ, United States

Scope of Work

This procurement is for various pieces of Peculiar Support Equipment (PSE) required for the KC-130J and E-2 aircraft programs. Key items include the Dome Assembly Lifter Spreader, NP2000 Propeller Lifter and Manipulator, and Hub Oil Fill/Drain Adapter Set, which are designated as Critical Safety Items (CSI). Attachment 1 provides a detailed list of parts, including CLIN, NIIN, NSN, Part Name, and Part Number.

Contract & Justification

  • Contract Type: Firm Fixed-Price
  • Intended Awardee: Hamilton Sundstrand, d/b/a Collins Aerospace (OEM)
  • Justification: Sole-source under 10 USC 3204(a)(1) and FAR 6.103-1, citing Collins Aerospace as the Original Equipment Manufacturer (OEM) with proprietary rights and no authorized distributors. The OEM possesses the exclusive knowledge, experience, and technical data. For CSI, DFARS 209.370-3(a) requires an approved source by the head of the design control activity (NAWCAD Lakehurst). An audit for new sources would cause an unacceptable 12-month delay.

Response Information

  • This is NOT a Request for Competitive Proposals.
  • Alternate Offerors: The Government will consider responses from other sources. To be evaluated as a qualified source, alternate offerors must submit a Source Approval Request (SAR) package within fifteen (15) days of the synopsis publication (April 7, 2026). The SAR package must include:
    • Complete configuration drawings for similar items produced within the last three years.
    • Complete process/operation sheets, including subcontractor details.
    • Copies of purchase orders/shipping documents for production quantities.
    • Detailed comparative analysis of differences/similarities.
    • Copies of inspection method sheets.
  • Registration: Mandatory registration in the System for Award Management (SAM) at sam.gov.
  • Response Deadline: April 23, 2026, 4:00 PM Eastern Time.
  • Submission: Via email to Mairen Flanagan.

Contact

People

Points of Contact

Files

Files

Download

Versions

Version 1Viewing
Pre-Solicitation
Posted: Apr 7, 2026
KC-130 and E-2 NP2000 Assorted PSE | GovScope