P-8 Ground Support and Test Equipment
Solicitation from DEPT OF THE NAVY • DEPT OF DEFENSE. Place of performance: NJ. Response deadline: Feb 05, 2026. Industry: NAICS 334519 • PSC 4920.
Market snapshot
Awarded-market signal for NAICS 334519 (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 334519
Description
The Naval Air Warfare Center Aircraft Division (NAWCAD) Lakehurst, NJ intends to solicit, negotiate, and award a sole-source contract with Industrial Automation (CAGE: 053H3) to procure the support equipment listed below. The Original Equipment Manufacturer (OEM), Boeing is the original equipment designer and developer, and is not willing to sell its data to the Government for use in competitive bidding. Boeing has a 3rd party licensing agreement in which the above PSE can only be obtained from Boeing's authorized manufacturer, Industrial Automation. Industrial Automation is the only authorized vendor for Boeing owned support equipment.
P/N GSE809-242A6010-3-STE; NSN 5995-01-657-2846; Ground Support Equipment Software Load Cable Stores; QTY 5;
P/N GSE809-242A6010-4-STE; NSN 5995-01-657-4357; Ground Support Equipment Software Load Cable Stores; QTY 5;
P/N MC280005-1; NSN 4920-01-609-9427; Test Equipment - Aerial Refuel System; QTY 4;
P/N MC280006-185; NSN 4920-01-693-3807; Pressure Test Equipment - Aerial Refuel; QTY 4;
P/N MC520002-45; NSN 4920-01-618-3359; Handling EQPT Removal/Instl, Forward Cargo Door; QTY 2;
P/N MC520009-1; NSN 5930-01-699-8887; Test Equipment - Weapons Bay Doors, Proximity Sensor Rigging; QTY 4;
P/N C10004-2, LL-ERH-1056; Protective Cover; QTY 40;
P/N 52561906; NSN 4920-01-680-5905; ARC-210 Direct Load Cable Group; QTY 2
P/N GSE809-8090202032-STE; Adapter, LAPS Scoop and Plug Set; QTY 10
The Government intends to procure the above services under the statutory authority of Title 10 U.S.C. Section 2304(c)(1) as implemented by the Federal Acquisition Regulation (FAR) Section 6.302-1, only one responsible source. FAR 6.302-1(a)(2)(iii)(A) states services may be deemed to be available only from one responsible source when it is likely that award to any other source would result in a substantial duplication of cost to the Government that is not expected to be recovered through competition.
THIS IS NOT A REQUEST FOR PROPOSAL. All responsible sources may submit a capability statement, proposal or quotation, which shall be considered by the agency. No contract will be awarded on the basis of offers received in response to this notice. All inquiries and concerns must be addressed to the procurement specialist, Ms. Sheila Battaglia at sheila.l.battaglia.civ@us.navy.mil. Responses to this notice must be submitted by 05 Feb 2026. A determination not to compete this requirement is within the discretion of the Government. Any response to this notice must show clear and convincing evidence that competition would be advantageous to the Government in a future competition.
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.