HYDROSTATIC TEST SYSTEM
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 U.S. Air Force, through the FA8571 MAINT CONTRACTING AFSC PZIM office, is issuing a combined synopsis/solicitation (RFQ FA857126Q0061) for a Hydrostatic Test System. This is a sole source acquisition to Hydraulic Technology, Inc. (CAGE Code: 29516, Small Business) for the Commodities Maintenance Group (CMXG) at Robins Air Force Base, GA. Quotes are due by April 24, 2026, at 1:00 PM EST.
Purpose & Rationale
This Request for Quote (RFQ) seeks to procure a specialized Hydrostatic Test System. The acquisition is justified as a sole source to Hydraulic Technology, Inc. because the current system is a single point of failure, and the required new system must have unique compatibility with existing equipment. Market research indicated Hydraulic Technology, Inc. is the only viable option capable of meeting these specific requirements.
Scope of Work
The contractor shall provide a complete Hydrostatic Test System, including all necessary materials, parts, and accessories, in accordance with Purchase Description 80785. Key components include:
- One Hydrostatic Test System (Part Number 9901HT-150/10LR-96x32x30).
- One Extra 2,300 psi max pump (Part Number 1923-150A).
- Two 2-foot and two 9-foot 15,000 PSI Rated Hose Assemblies. A three (3) year warranty is required for all equipment.
Compliance & Security Requirements
- NIST SP 800-171: Offerors must have a current DoD Assessment summary score posted in SPRS. Scores below 110 require a System Security Plan (SSP) and/or Plan of Action and Milestones (POA&M). CMMC certification is not required for award.
- Environmental: Prohibition on the use of Class I Ozone Depleting Substances (ODS). Compliance with Affirmative Procurement for EPA-designated and USDA-designated bio-based products.
- Security: Adherence to Government Security Regulations, Operations Security (OPSEC), and Supply Chain Risk Management.
- Marking: Unique Item Identification (UID) is required for items delivered to the Department of Defense.
Contract Details & Timeline
- Contract Type: Combined Synopsis/Solicitation, Request for Quote (RFQ) under Simplified Acquisition Procedures (SAP).
- Set-Aside: Sole Source to Hydraulic Technology, Inc.
- NAICS Code: 333914 (Measuring, Dispensing, and Other Pumping Equipment Manufacturing) with a size standard of 750 employees.
- Delivery: Within 8 weeks After Receipt of Order (ARO), FOB Destination at Robins Air Force Base, GA.
- Quote Submission Deadline: April 24, 2026, at 1:00 PM EST.
- Published Date: April 10, 2026.
Submission & Evaluation
Quotes must be submitted via email to Gwendalh Sealey (gwendalh.sealey@us.af.mil) or Lt. Robert Robinson (robert.robinson.53@us.af.mil). Submissions must include all costs, such as shipping and IUID. Hydraulic Technology, Inc. must demonstrate adequate financial resources through a narrative statement and supporting documentation. A pre-award survey will be conducted by DCMA to assess financial capability. Payment requests and receiving reports will be submitted electronically via Wide Area WorkFlow (WAWF).