Intent to SOLE SOURCE OEM HIller Rebuild Kits
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 NAVSUP Fleet Logistics Center Puget Sound intends to solicit and award a firm-fixed-price Supply-type Purchase Order for OEM Hiller Rebuild Kits on a SOLE SOURCE basis. This acquisition is for critical safety items, specifically KIDDE 3 INCH ECS FM200 CYLINDER VALVE REBUILD KITS. Quotes are due by April 2, 2026.
Scope of Work
This opportunity requires the procurement of 47 each of the KIDDE 3 INCH ECS FM200 CYLINDER VALVE REBUILD KIT, Part Number 85-170200-000. Key requirements include:
- Packaging and marking must comply with DODMANUAL 4140.01, VOLUME 9, and MIL-STD 2073-1(series) or commercial packaging per ASTM D3951(series).
- Crating must comply with International Standards for Phytosanitary Measures (ISPM) Publication No. 15.
- Shipments must be via a fully traceable commercial freight method.
Contract & Timeline
- Contract Type: Firm-fixed-price Supply-type contract.
- Period of Performance: Delivery is required on April 9, 2026.
- Set-Aside: This acquisition is UNRESTRICTED.
- Offer Due Date: April 2, 2026, 11:45 PM (Local Time).
- Published Date: March 27, 2026.
Evaluation
The most advantageous offer will be selected based on a comprehensive evaluation of Technical (including delivery date), Past Performance, and Price.
Additional Notes
This is a sole source requirement from the Original Equipment Manufacturer (OEM) Hiller, justified by the need for specific expertise and compatibility with existing equipment for critical safety items. Offerors must be registered in the System for Award Management (SAM) and indicate their business size. Invoices and receiving reports are to be submitted via Wide Area WorkFlow (WAWF. Inspection and Acceptance will be performed by N62387 at both origin and destination. Questions are due one day prior to the solicitation closing date.