Hurst eDraulic Annual Tool service (Sole Source)
Overview
Buyer
Place of Performance
NAICS
PSC
Set Aside
Original Source
Timeline
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 Department of the Navy, NAVSUP FLC Pearl Harbor, has issued a Combined Synopsis/Solicitation for Hurst eDraulic Annual Tool Service. This is a Sole Source procurement, with the government intending to negotiate with LN Curtis for specialized maintenance and repair of Hurst eDraulic rescue/extrication tools for the Federal Fire Department (FFD) in Hawaii. However, other responsible sources are invited to submit quotes to be considered.
Scope of Work
The requirement is for Inspection, Testing, and Maintenance (ITM) services for Hurst eDraulic rescue/extrication tools. This includes:
- Preventative maintenance, cleaning, lubricating, adjustments, and minor repairs (e.g., replacement of blades, wires, shim plates, guards).
- Compliance with manufacturer recommendations and NFPA 1936 standards.
- Specialized cleaning and fluid draining/replacement.
- Major repairs require prior government approval.
- Contractor personnel must be manufacturer-certified and U.S. citizens/nationals.
Contract & Timeline
- Contract Type: Combined Synopsis/Solicitation (Sole Source Intent)
- NAICS Code: 811310 (Commercial and Industrial Machinery and Equipment Repair and Maintenance)
- Small Business Standard: $13 million
- Period of Performance: A base year (March 1, 2026 – February 28, 2027) and four option years, extending services through February 28, 2031.
- Place of Performance: Primarily FFD Fire Station 5 (Manana) on Oahu, Hawaii.
- Response Due: February 18, 2026, at 1400 HST.
- Published: February 18, 2026.
Evaluation
Award will be based on a combination of price and a determination of responsibility. The government intends to solicit and negotiate with only one source (LN Curtis) under FAR 6.103-1, but will consider quotes from all responsible sources to determine if a competitive procurement is feasible.
Additional Notes
Quoters must be registered in SAM.gov (http://www.sam.gov/). Quotes should include price(s), FOB point, point of contact, GSA contract number (if applicable), business size, and payment terms. Repair parts identified during service will be invoiced by the contractor and purchased with a Government Purchase Card (GPC).