- 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
MQ-4C Lift Table Assembly
Presolicitation from DEPT OF THE NAVY • DEPT OF DEFENSE. Place of performance: NJ. Response deadline: Mar 13, 2026. Industry: NAICS 333924 • PSC 3920.
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.
Point of Contact
Agency & Office
More in NAICS 333924
Description
N6833526Q1067-MQ-4C Lift Table Assembly Synopsis
PSC: 3920
NAICS: 333924
The Naval Air Warfare Center Aircraft Division, Lakehurst, intends to solicit, negotiate and make an award on a sole-source basis with AVIOSS, LLC (CAGE 7V3W5) for a Fixed-Price contract. This procurement is for the production and delivery of Lift Table Assembly, Part Number (P/N) 4106AS0381-1 for MQ-4C Triton Unmanned Aircraft Systems (UAS) Program in support of the United States Navy (USN).
This acquisition is being pursued on a sole-source basis under the statutory authority of Title 10, U.S.C. 3204(a)(1) as implemented by the Federal Acquisition Regulation (FAR) 6.302-1(a)(2)(iii), only one responsible source and no other supplies or services will satisfy the agency requirements.
A solicitation will NOT be posted following the close of this synopsis, unless alternate offerors are identified.
The Lift Table Assembly is designated as a Critical Safety Item (CSI). DFARS 209.270(e) 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 this particular item Naval Air Warfare Center Aircraft Division (Naval Air Warfare Center Aircraft Division (NAWCAD) Lakehurst (LKE) is the Technical Authority (TA). AVIOSS, LLC (CAGE 7V3W5) is currently the only approved source that can manufacture the required Lift Table Assembly. In order to award to any company other than AVIOSS, LLC an engineering and quality assurance audit would need to be conducted on an interested company. The audit process generally takes 12 months which is an unacceptable delay to contract award and delivery. The CSI item is the only one validated and verified for compatible use with the MQ-4C Triton UAS.
Alternate offerors must submit a Source Approval Request (SAR) package within (15) days of the publication of this synopsis to the Contract Specialist in order to be considered for evaluation to become a qualified source. Once received, the SAR package will be forwarded to the Technical Authority (TA). The SAR package shall contain the following documentation:
- Copy of the complete configuration drawings for similar items which your company has produced within the last three (3) years, including test procedures for which your company has been:
- Qualified to manufacture, and;
- Which is similar, i.e., requires the same materials, manufacturing processes, inspections, tolerances and similar applications as the items for which you are seeking approval.
- Copy of the complete process/ operation sheets used to manufacture the similar item, including, but not limited to, detailed shop sketches. These plans must note those operations and processes performed by subcontractors/ vendors.
- Complete copies of purchase orders, shipping documents, etc., that document delivery of production quantities of the part to the Original Equipment Manufacturer (OEM) or Military service. Provide the most recent copies of those documents.
- A detailed comparative analysis of the differences/ similarities between the similar part and the part(s) for which you are seeking approval. This analysis should include materials, configuration, tolerances, process requirements, dimensions, castings, forgings, etc.
- Copy of inspection method sheets used in the manufacturing and at final inspection. These sheets should include actual tolerance, print requirements, inspection devices, sources performing the operation, and level of inspection. Critical characteristics should be discernable from all other characteristics.
THIS NOTICE OF INTENT IS NOT A REQUEST FOR COMPETITIVE PROPOSALS.
However, all responses received within fifteen days after the date of publication of this synopsis will be considered by the Government. A determination by the Government not to open the requirement to competition based upon 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.
THIS SYNOPSIS IS FOR INFORMATIONAL PURPOSES ONLY. THIS IS NOT A REQUEST FOR PROPOSAL. IT DOES NOT CONSTITUTE A SOLICITATION AND SHALL NOT BE CONSTRUED AS A COMMITMENT BY THE GOVERNMENT. RESPONSES IN ANY FORM ARE NOT OFFERS, AND THE GOVERNMENT IS UNDER NO OBLIGATION TO AWARD A CONTRACT AS A RESULT OF THIS ANNOUNCEMENT. ANY INFORMATION SUBMITTED BY RESPONDENTS IS STRICTLY VOLUNTARY.
All questions and submissions in reference to this notice will be sent to the Point of Contact for this requirement, Duane Hines, Phone: (240) 577-9089, E-mail: duane.m.hines.civ@us.navy.mil.
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.