Skip to content
Department of Defense

CH-53K Program O-Level Bag: Advanced Torque Products- RFI

Solicitation: N68335-26-Q-1054
Notice ID: 3eb8a7e780594eda9220a7ec92a82798
TypeSources SoughtNAICS 332216PSC4920Set-AsideNONEDepartmentDepartment of DefenseAgencyDept Of The NavyStateCTPostedFeb 06, 2026, 12:00 AM UTCDueFeb 11, 2026, 02:40 PM UTCExpired

Sources Sought from DEPT OF THE NAVY • DEPT OF DEFENSE. Place of performance: CT. Response deadline: Feb 11, 2026. Industry: NAICS 332216 • PSC 4920.

Market snapshot

Awarded-market signal for NAICS 332216 (last 12 months), benchmarked to sector 33.

12-month awarded value
$6,555,179
Sector total $20,371,516,771 • Share 0.0%
Live
Median
$59,740
P10–P90
$33,060$145,850
Volatility
Volatile189%
Market composition
NAICS share of sector
A simple concentration signal, not a forecast.
0.0%
share
Momentum (last 3 vs prior 3 buckets)
+100%($6,555,179)
Deal sizing
$59,740 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 CT
Live POP
Place of performance
Newington, Connecticut • United States
State: CT
Contracting office
Joint Base Mdl, NJ • 08733 USA

Point of Contact

Name
Sara C. Baye
Email
Sara.C.Baye.civ@US.Navy.mil
Phone
2405774794

Agency & Office

Department
DEPT OF DEFENSE
Agency
DEPT OF THE NAVY
Subagency
NAVAIR
Office
NAVAIR NAWC AD • NAVAIR WARFARE CTR AIRCRAFT DIV
Contracting Office Address
Joint Base Mdl, NJ
08733 USA

More in NAICS 332216

Description

THIS IS A REQUEST FOR INFORMATION (RFI) ONLY. THERE IS NO SOLICITATION PACKAGE AVAILABLE. 

RFI notice is being posted In Accordance With (IAW) DFARS 206.302-1(d). Naval Air Warfare Center Aircraft Division (NAWCAD) has a requirement for the Production and Delivery of the Peculiar Support Equipment (PSE) ATP1008 DIGITAL TORQUE MULTIPLIER ASSEMBLY, ATP2007 DIGITAL TORQUE MULTIPLIER ASSEMBLY- 2000 LBS, ATP5013 DIGITAL TORQUE MULTIPLIER ASSEMBLY- 5000 lbs, and ATP1202 TORQUE MULTIPLIER under a Soul Source procurement to Advanced Torque Products, (CAGE: 3GWU8), in support of the CH-53K program.

This Sources Sought/ Request for Information (RFI) notice is being posted In Accordance With (IAW) DFARS 206.302-1(d). Naval Air Warfare Center Aircraft Division (NAWCAD), Lakehurst intends to negotiate on a non-competitive basis to Advanced Torque Products, (CAGE: 3GWU8), of twelve (12) DIGITAL TORQUE MULTIPLIER ASSEMBLY, 2000 LBS, Part Number ATP2007, ten (10) DIGITAL TORQUE MULTIPLIER ASSEMBLY, Part Number ATP1008, twelve (12) DIGITAL TORQUE MULTIPLIER ASSEMBLY 5000 ft lbs, Part Number ATP5013, twelve (12) TORQUE MULTIPLIER, Part Number ATP1202 to support applying high torque values to fasteners in the CH-53K Helicopter Support Equipment. The above items are unique to the CH-53K and have no redundant use on any other aircraft due to specific engineering details. Advanced Torque Products was contracted by Sikorsky, the CH-53K Original Equipment Manufacturer (OEM), to design and develop the above Support Equipment to fulfill the maintenance requirements. The Government intends to procure the above items under the statutory authority of Title 10, U.S.C. Section 2304(c)(1), as implemented by Federal Acquisition Regulation (FAR) 6.302-1, "Only one responsible source and no other supplies or services will satisfy agency requirements."

THIS SYNOPSIS IS NOT A REQUEST FOR PROPOSAL (RFP) BUT RATHER A REQUEST FOR INFORMATION (RFI) from industry that will allow the Government to identify interested sources capable of meeting the requirement as stated in this synopsis. 

There is no commitment by the Government to issue a solicitation, make an award, or be responsible for any monies expended by any interested parties in support of the effort mentioned above. All data received in response to this RFI, marked or designated as corporate or proprietary, will be fully protected from release outside the Government. The Government will not release any information marked with a proprietary legend received in response to this RFI to any firms, agencies or individuals outside the Government without written permission in accordance with the legend. Interested parties are responsible for adequately marking proprietary or competition sensitive information contained in their response. Information provided herein is subject to change and in no way binds the Government to solicit or award a contract. A determination by the Government not to open the requirement to competition based on 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.

RESPONSES:

Requested Information

Section 1 of the response shall provide administrative information and shall include the following as a minimum.

  • Organization name, mailing address, overnight delivery address (if different from mailing address), phone number, fax number, and name and e-mail of designated point of contact.
  • Business type (large business, small business, small disadvantaged business, 8(a)-certified small disadvantaged business, HUB Zone small business, woman-owned small business, very small business, veteran-owned small business, service-disabled veteran-owned small business).

Section 2 of the response shall provide technical information, and shall include the following as a minimum.

  • Interested parties shall respond with existing capabilities or products that meet all or a subset of the aforementioned attributes. Reponses that include information detailing potential tradeoffs or alternative solutions is encouraged.
  • Respondents shall include product specifications and sketches with submission. Product specification and sketches are not included in the final page count.
  • If applicable, respondents shall include a list of Department of Defense (DoD), Department of Justice (DoJ) or Department of Homeland Security (DoHS) programs of record that currently employ their solution. Include a sponsor Point of Contact (POC) for each program, with email address and phone number.
  • The Government is interested in receiving vendors’ price lists for items they believe meet the need in this RFI. Supplying price data does not imply a contractual obligation and must be provided and marked as PRICE DATA.
  • Respondents should include a list of authorized distributors.

ADDITIONAL INFORMATION:

The Government is seeking industry input to assist in identifying components that might meet the requirements described above. Please note that the Government will NOT be responsible for any costs incurred by interested parties responding to this RFI. THIS IS A REQUEST FOR INFORMATION ONLY. This RFI is issued solely for information and planning purposes and does not constitute a solicitation. IAW FAR 15.201(e), responses to this notice are not offers and cannot be accepted by the Government to form a binding contract.

In response to this RFI, respondents shall submit written responses, not-to-exceed ten pages in length via electronic mail. Respondents should include product specifications with submission and proof of certifications. Product specification, sketches, or listings of authorized distributors do not to count as part of the page count. The Government is interested in receiving vendors’ price lists for items they believe meet the need in this RFI. Supplying price data does not imply a contractual obligation and must be provided as a separate document, marked as PRICE DATA.

The Government does not intend to award a contract on the basis of this request or to otherwise pay for the information solicited. All information received in response to this RFI shall be safeguarded adequately from unauthorized disclosure IAW FAR 15.207, Handling Proposals and Information. The Government utilizes Contractor Support Staff (CSS) for assisting in all aspects of its acquisition process, and each of those individuals does have signed non-disclosure statements on file as condition of their employment. All information received in response to this RFI that is marked PROPRIETARY will be handled accordingly. The Government will not be liable for or suffer any consequential damages for any proprietary information not properly identified. Proprietary information will be safeguarded IAW the applicable Government regulations. Responses to this RFI will not be returned. Respondents will not be notified of the result of the review.

Failure to respond to this RFI does not preclude participation in any future associated solicitation that may be issued. Information provided in no way binds the Government to solicit or award a contract. If a solicitation is released, it will be synopsized on the System for Award Management (www.SAM.gov). It is the potential vendor’s responsibility to monitor this site for the release of any follow-on information.

HOW TO RESPOND:

Interested parties shall respond within five (5) days after release of this RFI with product information that meets all or a subset of the aforementioned attributes (not to exceed ten (10) pages). Responses should be submitted electronically to the designated Contract Specialist, Sara Baye, in Microsoft Word format or Portable Document Format (PDF) at the following e-mail address: sara.c.baye.civ@US.Navy.mil with the subject line to include the notice ID of " N68335-26-Q-1054 ". TELEPHONE INQUIRIES WILL NOT BE ACCEPTED.

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.