- 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
Hydraulic Fluid Particle Counter
Sources Sought from DEPT OF THE NAVY • DEPT OF DEFENSE. Place of performance: NJ. Response deadline: Apr 07, 2026. Industry: NAICS 334516 • PSC 6635.
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 334516 (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 67 more rate previews.↓
Point of Contact
Agency & Office
More in NAICS 334516
Description
The Naval Air Warfare Center, Aircraft Division (NAWCAD) Lakehurst, NJ is requesting information pertaining to the procurement of the Hydraulic Fluid Particle Counter, Part Number 4348AS1000-1, NSN 6635-01-725-8375, as it is required to support Foreign Military Sales (FMS) H-60 programs: Saudi Arabia FMS Case SR-P-GBX, Australia FMS Case AT-P-GXO, Australia FMS Case AT-P-SCO, India FMS Case IN-P-GBD, South Korea FMS Case KS-P-GST and the following Foreign Military Sales (FMS) H-1 Program: FMS Nigeria Case NI-P-SAO. The Hydraulic Fluid Particle Counter is used to verify hydraulic fluid cleanliness in aircraft and support equipment by detecting and classifying particulate contamination to ensure compliance with established contamination control standards.
This is a Request for Information (RFI) notice is to solicit comments, questions and feedback from industry to meet the general requirements described above.
All interested businesses are encouraged to respond and should provide information that includes previous efforts and related data to juancarlos.r.belmonte.civ@us.navy.mil, no later than the response deadline specified below. All information should reference this RFI number on the subject response line as well as on all enclosed documents. Reponses must include the company name, address, CAGE Code, points of contact name and email/phone, and company business size. Respondents may provide Rough Orders of Magnitude on any currently available product or company capabilities that will meet the Navy’s requirements. Any comments provided may or may not be included in a formal solicitation.
This is a Request for Information only. There is no solicitation package available. This RFI is issued solely for information and planning purposes and does not constitute as a solicitation. It is a market research tool being used to determine potential and eligible vendors capable of meeting the general requirements described above. 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 request for information. In accordance with FAR 15.101(c), responses to this notice are not offerors and cannot be accepted by the Government to form a binding contract. All data received in response to this RFI, marked or designated as corporate or proprietary, will be fully protected from release outside the Government. Interested parties are responsible for adequately marking proprietary or competition sensitive information contained in their response. Failure to respond to this RFI does not preclude participation in any future associated Request for Proposal that may be issued. If a solicitation is released, it will be synopsized on the SAM website: www.sam.gov. It is the potential offeror’s responsibility to monitor this site for release of any follow-on information. It is anticipated that any procurement that may result from this RFI will have a significantly compressed schedule for contract completion.
All responses should be received no later than 4:00 PM EST, 07 April 2026. Responses should be submitted electronically in Microsoft Word format or Portable Document Formation (PDF) to the following e-mail address: juancarlos.r.belmonte.civ@us.navy.mil. Telephone inquiries will not be accepted.
Contracting Office Address: Naval Air Warfare Center Aircraft Division, Procurement Department, Code BL52000, Bldg. 120, Hwy 547, Joint Base MDL, NJ 08733.
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.