Skip to content
Department of Defense

Hurst eDraulic Annual Tool service (Sole Source)

Solicitation: N0060426Q4012
Notice ID: 9181541cd9b8400baad6b41b1305ae64

Combined Synopsis Solicitation from DEPT OF THE NAVY • DEPT OF DEFENSE. Place of performance: HI. Response deadline: Feb 19, 2026. Industry: NAICS 811310 • PSC J042.

Market snapshot

Awarded-market signal for NAICS 811310 (last 12 months), benchmarked to sector 81.

12-month awarded value
$44,922,173
Sector total $250,545,472 • Share 17.9%
Live
Median
$11,842
P10–P90
$5,116$879,780
Volatility
Volatile200%
Market composition
NAICS share of sector
A simple concentration signal, not a forecast.
17.9%
share
Momentum (last 3 vs prior 3 buckets)
+5514%($43,349,741)
Deal sizing
$11,842 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 HI
Live POP
Place of performance
Jbphh, Hawaii • 96860 United States
State: HI
Contracting office
Pearl Harbor, HI • 96860-4549 USA

Point of Contact

Name
Paul Carrara
Email
paul.j.carrara.civ@us.navy.mil
Phone
808-602-2436

Agency & Office

Department
DEPT OF DEFENSE
Agency
DEPT OF THE NAVY
Subagency
NAVSUP
Office
NAVSUP GLOBAL LOGISTICS SUPPORT • NAVSUP FLC PEARL HARBOR • NAVSUP FLT LOG CTR PEARL HARBOR
Contracting Office Address
Pearl Harbor, HI
96860-4549 USA

More in NAICS 811310

Description

This is a COMBINED SYNOPSIS/SOLICITATION for commercial items prepared in accordance with the information in FAR part 12, using Simplified Acquisition Procedures.  This announcement constitutes the only solicitation; a written solicitation will not be issued.  PAPER COPIES OF THIS SOLICITATION WILL NOT BE AVAILABLE. This combined synopsis/solicitation SHALL be posted on SAM.gov. 

The RFQ number is N0060426Q4012.  This solicitation documents and incorporates provisions and clauses in effect through Revolutionary FAR Overhaul (RFO) and DFARS Revolutionary FAR Overhaul Class Deviations.  It is the responsibility of the contractor to be familiar with the applicable clauses and provisions.  The clauses may be accessed in full text at these addresses: https://www.acquisition.gov/far-overhaul and https://www.acq.osd.mil/dpap/dars/dfars_far_overhaul_class_deviations.html. The NAICS code is 811310 and the Small Business Standard is $13 million. 

The proposed contract action is for supplies or services for which the Government intends to solicit and negotiate with only one source under the authority of FAR 6.103-1. Interested persons may identify their interest and capability to respond to the requirement or submit proposals. This notice of intent is not a request for competitive proposals. A determination by the Government not to compete with this proposed contract based upon responses to this notice is solely within the discretion of the Government. Information received will normally be considered solely for the purpose of determining whether to conduct a competitive procurement.

The NAVSUP FLC Pearl Harbor requests responses from qualified sources capable of providing:

CLIN 0001 – BASE YEAR - Hurst eDraulic Maintenance and Repair Service – (in accordance with) IAW attached Performance Work Statement. QTY: 1, U/I: GP

CLIN 1001 – OPTION YEAR 1 - Hurst eDraulic Maintenance and Repair Service – (in accordance with) IAW attached Performance Work Statement. QTY: 1, U/I: GP

CLIN 2001 – OPTION YEAR 2 - Hurst eDraulic Maintenance and Repair Service – (in accordance with) IAW attached Performance Work Statement. QTY: 1, U/I: GP

CLIN 3001 – OPTION YEAR 3 - Hurst eDraulic Maintenance and Repair Service – (in accordance with) IAW attached Performance Work Statement. QTY: 1, U/I: GP

CLIN 3002 – OPTION YEAR 3 – Hurst eDraulic Fluid Purge and Replacement – (in accordance with) IAW attached Performance Work Statement. QTY: 72, U/I: EA

CLIN 4001 – OPTION YEAR 4 - Hurst eDraulic Maintenance and Repair Service – (in accordance with) IAW attached Performance Work Statement. QTY: 1, U/I: GP

Period of performance

CLIN 0001:      01 MAR 2026 – 28 FEB 2027

CLIN 1001:      01 MAR 2027 – 29 FEB 2028

CLIN 2001:      01 MAR 2028 – 28 FEB 2029

CLIN 3001:      01 MAR 2029 – 28 FEB 2030

CLIN 3002:      01 MAR 2029 – 28 FEB 2030

CLIN 4001:      01 MAR 2030 – 28 FEB 2031

Repair parts identified during annual service on Hurst eDraulic Tools shall be invoiced by contractor to government and purchased with the Government Purchase Card (GPC) at time of invoicing.  

Responsibility and Inspection: unless otherwise specified in the order, the supplier is responsible for the performance of all inspection requirements and quality control.  FOB Destination applies. 

Procedures in FAR 12.203 are applicable to this procurement.  While price will be a significant factor in the evaluation of offers, the final contract award will be based on a combination of factors, a combination of price and a determination of responsibility.

Attached:

1 – Performance Work Statement

2 – Limited Source Justification (redacted)

All Applicable FAR and DFARS provisions and clauses shall apply to this order.

52.252-1 Solicitation Provisions Incorporated by Reference (Feb 1998)

This solicitation incorporates one or more solicitation provisions by reference, with the same force and effect as if they were given in full text. Upon request, the Contracting Officer will make their full text available. The offeror is cautioned that the listed provisions may include blocks that must be completed by the offeror and submitted with its quotation or offer. In lieu of submitting the full text of those provisions, the offeror may identify the provision by paragraph identifier and provide the appropriate information with its quotation or offer. Also, the full text of a solicitation provision may be accessed electronically at this/these address(es):

https://www.acquisition.gov/browse/index/far

https://www.acq.osd.mil/dpap/dars/dfarspgi/current/index.html

(End of provision)

52.252-2 Clauses Incorporated By Reference (Feb 1998)

This contract incorporates one or more clauses by reference, with the same force and effect as if they were given in full text. Upon request, the Contracting Officer will make their full text available. Also, the full text of a clause may be accessed electronically at this/these address(es):

https://www.acquisition.gov/browse/index/far

https://www.acq.osd.mil/dpap/dars/dfarspgi/current/index.html

(End of clause)

             

52.252-5 Authorized Deviations in Provisions (Nov 2020)

      (a) The use in this solicitation of any Federal Acquisition Regulation (48 CFR Chapter 1) provision with an authorized deviation is indicated by the addition of "(DEVIATION)" after the date of the provision.

      (b) The use in this solicitation of any Defense Federal Acquisition Regulation Supplement (48 CFR Chapter 2) provision with an authorized deviation is indicated by the addition of "(DEVIATION)" after the name of the regulation.

(End of clause)

52.252-6 Authorized Deviations in Clauses (Nov 2020)

      (a) The use in this solicitation or contract of any Federal Acquisition Regulation (48 CFR Chapter 1) clause with an authorized deviation is indicated by the addition of "(DEVIATION)" after the date of the clause.

      (b) The use in this solicitation or contract of any Defense Federal Acquisition Regulation Supplement (48 CFR Chapter 2) clause with an authorized deviation is indicated by the addition of "(DEVIATION)" after the name of the regulation.

(End of clause)

This announcement will close at 1400 on 18 FEB 2026.  Contact PAUL CARRARA who can be reached at 808-602-2436 or email paul.j.carrara.civ@us.navy.mil.  A determination by the Government to not compete this proposed effort on a full and open competitive basis, based upon responses to this notice is solely within the discretion of the Government. All responsible sources may submit a quote which shall be considered by the agency. 

System for Award Management (SAM). Quoters must be registered in the SAM database to be considered for award. Registration is free and can be completed on-line at http://www.sam.gov/.

All quotes shall include price(s), FOB point, a point of contact, name and phone number, GSA contract number if applicable, business size, and payment terms. Quotes over 10 pages in total will not be accepted by facsimile.  Each response must clearly indicate the capability of the quoter to meet all specifications and requirements.

******* End of Combined Synopsis/Solicitation ********

Files

Files size/type shown when available.

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.