MQ-4C Composite Repair Set Temp/Vac Controllers
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, Lakehurst NJ, has awarded a two-year, Fixed-Price, Indefinite Delivery/Indefinite Quantity (IDIQ) contract to Heatcon Composite Systems, Inc. for Composite Repair Set Temp/Vac Controllers. This sole-source award supports the MQ-4C Triton Unmanned Air Systems (UAS) Program for the United States Navy (USN) and the Royal Australian Air Force (RAAF).
Scope of Work
The contract covers the manufacturing and delivery of Composite Repair Set Temp/Vac Controllers (P/N: HCS9200N-2.5, NSN: 4920-01-624-6759). These are computer-monitored, dual-zone electrical heating systems designed for precise control of temperature, vacuum, and time to cure composite resins and adhesives. This equipment is essential for ensuring uniform and acceptable bonded repairs on MQ-4C aircraft composite structures. An estimated 11 repair sets will be procured over the life of the IDIQ contract.
Contract Details
- Type: Fixed-Price Indefinite Delivery/Indefinite Quantity (IDIQ)
- Duration: Two years
- Awardee: Heatcon Composite Systems, Inc. (CAGE Code: 0ED96)
- Part Number: HCS9200N-2.5
- NSN: 4920-01-624-6759
- Award Date: February 3, 2026
Rationale for Sole Source
The award was made on a sole-source basis to Heatcon Composite Systems, Inc. in accordance with 10 U.S.C. 3201(a)(1) and FAR 6.302-1. Heatcon is the Original Equipment Manufacturer (OEM), designer, developer, and sole manufacturer of this specialized equipment, holding proprietary rights to the design and technical data. The government does not own these rights. Introducing alternative models would necessitate significant new engineering, integration, design, and testing, leading to substantial duplication of time, costs, and efforts. Heatcon has been the sole source provider since 2005.
Market Research & Future Competition
Market research confirmed Heatcon as the only authorized source capable of meeting the requirement. A Request for Information (RFI) was published on SAM.gov on March 31, 2025, followed by a pre-solicitation synopsis on April 17, 2025 (Notice ID N6833525R0386), with no other sources identified. There are currently no plans to compete future contracts for these supplies, but feasibility will be assessed if another potential source emerges.