General Freight and Trucking

SOL #: N6833525Q0321-26Combined Synopsis/Solicitation

Overview

Buyer

Dept Of Defense
Dept Of The Navy
NAVAIR WARFARE CTR AIRCRAFT DIV
JOINT BASE MDL, NJ, 08733, United States

Place of Performance

Joint Base MDL, NJ

NAICS

General Freight Trucking (484121)

PSC

Motor Freight (V112)

Set Aside

Total Small Business Set-Aside (FAR 19.5) (SBA)

Timeline

1
Posted
Sep 23, 2025
2
Submission Deadline
Mar 11, 2026, 5:00 PM

Qualification Details

Fit reasons
  • NAICS alignment with historical contract wins in similar service areas.
  • Scope strongly matches core technical capabilities and delivery model.
Risks
  • Past performance thresholds may require one additional teaming partner.
  • Potential clarification needed on staffing minimums before bid/no-bid.
Next steps

Validate eligibility requirements, assign capture owner, and schedule partner outreach to confirm teaming strategy before submission planning.

Quick Summary

The Naval Air Warfare Center Aircraft Division (NAWCAD) Lakehurst is establishing multiple Blanket Purchase Agreements (BPAs) for General Freight and Trucking services. This is a Total Small Business Set-Aside opportunity, inviting qualified vendors to join a calling list to compete for future requirements. Submissions are accepted on a rolling basis, with a final deadline of March 11, 2026, at 1:00 PM EST.

Purpose & Scope

NAWCAD Lakehurst supports Naval operations by procuring supplies and services for Aircraft Launch and Recovery Equipment (ALRE), Common Support Equipment (CSE), and Peculiar Support Equipment (PSE). These BPAs will serve as a streamlined method for acquiring these needs on an as-needed basis. Individual requirements will be competed among BPA holders using the Lakehurst BPA Tool, with solicitations sent via email.

Contract Details

  • Type: Multiple Blanket Purchase Agreements (BPAs) under Simplified Acquisition Procedures (FAR Part 13).
  • Set-Aside: Total Small Business.
  • BPA Master Limit: $4,999,999.00 over five (5) years.
  • Individual Call Limit: Shall not exceed the Simplified Acquisition Threshold ($250,000.00) or $7.5M under FAR 13.500.
  • Payment: Government Credit Cards or Wide Area Workflow (WAWF).
  • Delivery: Normally FOB Destination to Lakehurst, NJ.
  • Pricing: Individual calls will be Firm Fixed-Price.

Submission Requirements

Interested parties must submit their Cage Code and Unique Entity Identifier (UEID) for SAM verification, along with a capabilities statement. The capabilities statement should detail the company's primary business practice/trade and whether it is a manufacturer or supplier/distributor. Companies dealing with export-controlled drawings should provide a copy of their current, approved DD Form 2345.

Evaluation & Award

Responsibility determinations will be conducted per FAR Part 9.104. The Non-manufacturer rule (FAR Part 19.505(c)) applies, requiring non-manufacturers to not exceed 500 employees. Individual calls will be awarded to the lowest priced, technically acceptable offeror. BPAs may be cancelled for inactivity or poor performance.

Key Process Notes

Solicitations for individual requirements will be sent via email from NAVAIR_Acquisition@us.navy.mil, including an Excel attachment for bidding. Bids are submitted by completing specific cells in the Excel's "Line Item Input" tab and replying to the original email. The NAWCAD tool does not support reverse auctions.

Response Information

People

Points of Contact

Files

Files

Download
Download
Download

Versions

Version 1Viewing
Combined Synopsis/Solicitation
Posted: Sep 23, 2025
General Freight and Trucking | GovScope