- Gap review, remediation roadmap, and implementation support
- Policy package, evidence mapping, and submission prep
- Designed for primes and subs across non-tech and tech work
KC-130 NP2000 Assorted PSE
Sources Sought from DEPT OF THE NAVY • DEPT OF DEFENSE. Place of performance: NJ. Response deadline: Apr 01, 2026. Industry: NAICS 333924 • PSC 1730.
CMMC support options for this DoD solicitation
As DoD CMMC rollout expands, approximately 80%+ of DoD solicitations are expected to include cybersecurity/CMMC requirements, including many non-tech scopes.
- Structured checklist, AI guidance, and progress tracking
- Build evidence and controls with clearer next-step workflows
- Ideal for teams that want speed plus affordability
Market snapshot
Awarded-market signal for NAICS 333924 (last 12 months), benchmarked to sector 33.
Related hubs & trends
Navigate the lattice: hubs for browsing, trends for pricing signals.
Applicable Wage Determinations
SAM WDOL references matched to this opportunity's location and scope language.
View more for this contract3 more WD matches and 61 more rate previews.↓
Point of Contact
Agency & Office
More in NAICS 333924
Description
Pursuant to FAR 15.101(c)- This is a Request for Information only. There is no solicitation package available. This Sources Sought is being posted to satisfy the requirements of Defense Federal Acquisition Regulation Supplement (DFARS) 206.103-170(d).
The Naval Air Warfare Center Aircraft Division (NAWCAD), Lakehurst intends to solicit, negotiate, and make an award on a sole-source basis with Hamilton Sundstrand Corporation, d/b/a Collins Aerospace, CAGE Code: 73030 for a Firm Fixed-Price type contract. This procurement is to acquire various pieces of Peculiar Support Equipment (PSE) in support of the KC-130J Program (See Attachment 1).
The Dome Assembly Spreader Lifter, NP2000 Propeller Lifter & Manipulator, and Hub Oil Fill/Drain Adapter Set are designated Aviation Critical Safety Items. DFARS 209.370-3(a) states that "the head of the contracting activity responsible for procuring an aviation or ship critical safety item may enter into a contract for the procurement, modification, repair, or overhaul of such an item only with a source approved by the head of the design control activity." For these particular items, the technical authority is NAWCAD Lakehurst. Hamilton Sundstrand Corporation, d/b/a Collins Aerospace, is the Original Equipment Manufacturer (OEM) of the aforementioned items of support equipment. In order to award to any company other than the approved source, an engineering and quality assurance audit would need to be performed on an interested company.
For companies interested in becoming an approved source, a Source Approval Request (SAR) is necessary, which involved the submission of a SAR package. Please contact the Point of Contact identified in this post for more information about the SAR package and approval process.
THIS IS A REQUEST FOR INFORMATION (RFI) ONLY.
This RFI is issued for information and planning purposes and is issued in conformance with DFARS PGI 206.103-170; it does not constitute an Invitation for Bid (IFB), a Request for Proposals (RFP), or a Request for Quotes (RFQ). This RFI does not commit the Government to award a contract for any supply or service whatsoever. The Government WILL NOT pay for any information received in response to this RFI, and the Government will not compensate the respondent for any cost incurred in developing the response to this RFI. Respondents are notified that a formal solicitation may be announced under a separate SAM announcement. Any requests for copies of solicitations will not be addressed since this is an RFI, not an IFB, RFP or RFQ. Responses will be treated as information only, and not as proposals. Not responding to this RFI does not preclude participation in any future RFP. Any comments provided may or may not be included in a formal solicitation. 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. Please be advised that all submissions become Government property and will not be returned.
All interested parties should send company information and descriptive literature on currently available products that meet the Navy's requirements, as described above. With the response, include a point of contact, phone number, email address, website information, CAGE code, and Business Size Status for the North American Industrial Classification System (NAICS) code of this RFI. Any responses in reference to this RFI shall be submitted electronically to the Point of Contact associated with this RFI no later than the requested responses date.
Files
Files size/type shown when available.
BidPulsar Analysis
A practical, capture-style breakdown of fit, requirements, risks, and next steps.
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.