Auxiliary Fuel Tank
Sources Sought from DEPT OF THE NAVY • DEPT OF DEFENSE. Place of performance: TX. Response deadline: Mar 23, 2026. Industry: NAICS 336413 • PSC 1680.
Market snapshot
Awarded-market signal for NAICS 336413 (last 12 months), benchmarked to sector 33.
Related hubs & trends
Navigate the lattice: hubs for browsing, trends for pricing signals.
Point of Contact
Agency & Office
More in NAICS 336413
Description
The NAVAIR PMA-276 H-1 Light/Attack Helicopter is seeking information for potential sources regarding in-cabin, auxiliary, fueling and storage capability for the UH-1Y aircraft. During deployment, UH-1Y aircrews require an increase in fuel capability to facilitate extended aircraft range and loitering time. The intention is to procure the material on a competitive basis if two or more capable responsible sources exist in the marketplace.
3.0 SPECIAL REQUIREMENTS AND REQUIRED CAPABILITIES
The Government envisions a capability solution for the UH-1Y aircraft Auxiliary Fuel Tank that meets the following requirements or limitations:
- System must have no/to minimal impact to aircraft center of gravity. Aft center of gravity shifts are unacceptable.
- System must have no/to minimal impact to the structure of the aircraft.
- System must not degrade current aircraft capabilities (i.e. weapon stations, weapon range of motion, sensors, communications, etc.)
- System must be removable and replaceable in the field by two able bodied Marines using common hand tools.
- System desired is lightweight.
- System desired is for the availability of 100 gallons of auxiliary fuel.
- System desired must fit within the cabin space of the UH-1Y: max of 30 inches long, 28 inches wide, and 41 inches tall.
- System must have Bill of Material (BOM) available to the Government.
- System must have a Technical Data Package (TDP) available to the Government.
- System must use common hardware.
- System desired is to be able to be repaired and maintained at the Organizational Level (O-Level).
- System must have the ability to gravity fill while installed in the cabin.
- System must have the ability to pressure fuel while installed in the cabin IAW ISO 45/MS24484 per SAE AS5877.
- System desired to have ability to drain from lowest point for fuel samples.
- System desired to have capability to connect to current UH-1Y auxiliary fuel ports.
- System desired to run on current power (28 VDC hoist power) source.
- System may or may not be fuel transfer pump controlled from cockpit.
- System must meet tie down requirements set forth in MIL-STD-81259.
- System must meet crashworthy military standard MIL-DTL-27422F.
- System must meet ballistic tolerance requirements MIL-DTL-27422F.
- System must meet electrical power requirements MIL-STD-704D.
- System should be self-sealing in accordance with military standard MIL-DTL-24422.
- System must be capable and qualified to store fuel types such as: JP-4, JP-5, JP-8, F-24, TS-1, F-27 and other NATO fuel code conversion.
- System desired to have a visual indication of the level of fuel in the cell to the aircrew.
- System desired to operate without impact to crew served weapons operation from both sides of the aircraft.
Interested parties shall submit a document outlining their capabilities in meeting the special requirements and required capabilities as outlined in paragraph 3.0 of this Sources Sought Notice by providing the following information and answering the questions below, if available:
- Provide high-level summary description of the system (s) (single and/or multiple).
- Is the system in production today?
- If the system is not in production, how long has it been since it was in production?
- Are other Government Agencies using the system today?
- Was the effort awarded originally via competition or sole source?
- Is a technical data package for the system available to the Government?
- Is a Bill of Material (BOM) available to the Government?
- If other Government Agencies are using the system today, please provide the agency name, contract number(s), point of contact name, telephone number and electronic mail address.
- Has the product been sold commercially?
- If so, please provide up to three (3) commercial entities that have procured the product in the last eight (8) years.
- If so, please provide copies of the purchase orders for the product to those commercial entities in support of a commercial determination.
- Provide the specifications of the system to include:
- Dimensions (graphical pictures are desired),
- System weight; with maximum fuel / without fuel,
- System capacity description,
- Systems’ ability to eliminate corrosion.
- Mounting or securing mechanism description,
- Existing Certifications of the system and by whom,
- Description of the installation requirements,
- Description of the time required for installation,
- Description of the system removal,
- Description of the time required for system removal,
- Have manuals, installation instructions and training materials been developed and validated for the system?
- Description of material used for manufacturing the system.
- Description of maximum use altitude,
- Description of operating temperatures tested and qualified.
- Description of existing fuel pump.
- Description of existing fuel pump and electric power requirements.
- If providing multiple fuel storage solutions, describe the number of existing storage containers to meet the desired capacity.
- If providing multiple fuel storage solution, describe item ‘h’ above, ‘1-12’.
- Provide a range of cost for one production unit.
- Provide a copy of the approval of certifications, if available.
- Provide company designation (small business; large business; 8A, etc.)
- Provide the North American Industry Classification System (NAICS) code or Product Service Code (PSC).
- Provide other potential solutions as desired.
Interested parties shall adhere to the following instructions for the submittal of their capabilities statements.
- Document Type: Microsoft Word, Adobe PDF, etc.
- Delivery: Electronic-mail (Email) Submission to the Contract Specialist, Etienne Attobra, at etienne.k.attobra.mil@us.navy.mil or to the secondary point of contact, Jeanette Moronta, at jeanette.p.moronta.civ@us.navy.mil
- Response date: Responses are due by 4:00PM EDT on Monday 23 MAR 2026.
- No classified information shall be submitted in response to this Sources Sought.
- No phone calls will be accepted.
- All questions must be submitted via email to the Contract Specialist, Etienne Attobra, at etienne.k.attobra.mil@us.navy.mil or to the secondary point of contact, Jeanette Moronta, at jeanette.p.moronta.civ@us.navy.mil.
- All responses shall include Sources Sought Notice name/number, Company Name, Company Address, Company Business Size, and Points of Contact (POC), including names, phone numbers, and email addresses.
- All data received in response to this Sources Sought that is marked or designated as corporate or proprietary will be fully protected from any release outside the Government.
- Any information or materials provided in response to this Sources Sought Notice will not be returned. The Government is not committed nor obligated to pay for the information provided, and no basis for claims against the Government shall arise as a result of a response to this Sources Sought Notice.
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.