KC-130 and E-2 NP2000 Assorted PSE
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 Naval Air Warfare Center Aircraft Division (NAWCAD) Lakehurst intends to award a sole-source, Firm Fixed-Price contract to Hamilton Sundstrand, d/b/a Collins Aerospace, for Peculiar Support Equipment (PSE) supporting the KC-130J and E-2 Programs. This presolicitation is not a request for competitive proposals, but alternate offerors may submit a Source Approval Request (SAR) package by April 23, 2026, 4:00 PM ET.
Opportunity Details
- Agency: Naval Air Warfare Center Aircraft Division (NAWCAD) Lakehurst, Dept Of The Navy
- Title: KC-130 and E-2 NP2000 Assorted PSE
- Type: Presolicitation (Sole-Source Synopsis)
- Product Service Code: 1730 (Aircraft Ground Servicing Equipment)
- Place of Performance: Lakehurst, NJ, United States
Scope of Work
This procurement is for various pieces of Peculiar Support Equipment (PSE) required for the KC-130J and E-2 aircraft programs. Key items include the Dome Assembly Lifter Spreader, NP2000 Propeller Lifter and Manipulator, and Hub Oil Fill/Drain Adapter Set, which are designated as Critical Safety Items (CSI). Attachment 1 provides a detailed list of parts, including CLIN, NIIN, NSN, Part Name, and Part Number.
Contract & Justification
- Contract Type: Firm Fixed-Price
- Intended Awardee: Hamilton Sundstrand, d/b/a Collins Aerospace (OEM)
- Justification: Sole-source under 10 USC 3204(a)(1) and FAR 6.103-1, citing Collins Aerospace as the Original Equipment Manufacturer (OEM) with proprietary rights and no authorized distributors. The OEM possesses the exclusive knowledge, experience, and technical data. For CSI, DFARS 209.370-3(a) requires an approved source by the head of the design control activity (NAWCAD Lakehurst). An audit for new sources would cause an unacceptable 12-month delay.
Response Information
- This is NOT a Request for Competitive Proposals.
- Alternate Offerors: The Government will consider responses from other sources. To be evaluated as a qualified source, alternate offerors must submit a Source Approval Request (SAR) package within fifteen (15) days of the synopsis publication (April 7, 2026). The SAR package must include:
- Complete configuration drawings for similar items produced within the last three years.
- Complete process/operation sheets, including subcontractor details.
- Copies of purchase orders/shipping documents for production quantities.
- Detailed comparative analysis of differences/similarities.
- Copies of inspection method sheets.
- Registration: Mandatory registration in the System for Award Management (SAM) at sam.gov.
- Response Deadline: April 23, 2026, 4:00 PM Eastern Time.
- Submission: Via email to Mairen Flanagan.
Contact
- Contract Specialist: Mairen Flanagan
- Email: mairen.e.flanagan.civ@us.navy.mil
- Phone: 732-796-3606