Maintenance and Repair
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 is establishing multiple Total Small Business Set-Aside Blanket Purchase Agreements (BPAs) for Maintenance and Repair services (PSC J066) to support Naval operations at Joint Base MDL, NJ. These BPAs will facilitate streamlined, as-needed acquisition of commercial items. Interested small businesses are invited to submit qualifications to become a BPA holder. Submissions are accepted on a rolling basis until March 11, 2026, 1:00 PM EST.
Purpose & Scope
NAWCAD Lakehurst supports Aircraft Launch and Recovery Equipment (ALRE), Common Support Equipment (CSE), and Peculiar Support Equipment (PSE). The BPAs aim to expedite procurement of maintenance and repair requirements. Individual call orders will be issued on a firm fixed-price basis, not exceeding the Simplified Acquisition Threshold or $7.5M under FAR 13.500. The master BPA has a limit of $4,999,999.00 over five years, with individual calls capped at $250,000.
Contract Details
- Type: Multiple Blanket Purchase Agreements (BPAs) under Simplified Acquisitions Procedures (FAR Part 13). BPAs are not contracts but a streamlined method for acquiring supplies/services as-needed.
- Set-Aside: Total Small Business Set-Aside (FAR 19.5). The Non-manufacturer rule (FAR 19.505(c)) applies, requiring non-manufacturers to have <= 500 employees.
- Payment: Government Credit Cards or Wide Area Workflow (WAWF).
- Delivery: Typically FOB Destination to Lakehurst, NJ.
- Ordering: Individual requirements will be competed among BPA holders via the Lakehurst BPA Tool. Solicitations will be sent via email from NAVAIR_Acquisition@us.navy.mil, with an Excel attachment for bidding. Vendors must complete the 'Line Item Input' tab and reply to the email.
Vendor Qualifications & Submission
- Required: Cage Code, Unique Entity Identifier (UEID), active SAM registration, and a capabilities statement detailing primary business practice (manufacturer/supplier).
- Recommended: Copy of current, approved DD Form 2345 for export-controlled drawings (though a BPA can be issued without it, access to drawings may be limited).
- Submission: Submit requested documentation via email to karin.a.quagliato.civ@us.navy.mil, referencing N6833525Q0321 in the subject line.
- Deadline: Submissions are invited on a rolling basis, with the final deadline for initial submissions being March 11, 2026, 1:00 PM EST. NAWCAD Lakehurst intends to re-synopsize periodically to add new vendors.
Evaluation
Responsibility determinations will precede BPA issuance (FAR Part 9.104). Individual call orders will be awarded to the lowest priced offer that is technically acceptable. The NAWCAD tool does not support reverse auctions; vendors should provide their best offer. BPAs may be cancelled for inactivity or poor performance.
Contact
Karin Quagliato at karin.a.quagliato.civ@us.navy.mil.