MQ-4C RAAF & USN Hydraulic Fluid Bulk Dispensing Unit PN 061482-100MOD2
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, intends to procure Hydraulic Fluid Bulk Dispensing Units (P/N: 101803-100MOD2) for the MQ-4C Triton Unmanned Air Systems (UAS) Program, supporting both the United States Navy (USN) and the Royal Australian Air Force (RAAF). This is a sole-source acquisition from Hydraulics International, Inc., the Original Equipment Manufacturer (OEM).
Scope of Work
The requirement is for an estimated minimum of 15 units and a maximum of 64 units of the Hydraulic Fluid Bulk Dispensing Unit, P/N: 101803-100MOD2. This equipment is critical for performing required maintenance on MQ-4C aircraft, directly impacting mission readiness.
Contract & Timeline
- Type: Presolicitation (Sole-Source Procurement)
- Set-Aside: None (Sole-Source)
- Response Due: May 5, 2026, 4:00 PM ET
- Published: April 21, 2026
- Product Service Code: 4920 (Aircraft Maintenance And Repair Shop Specialized Equipment)
- Place of Performance: CAPE MAY CH, NJ
Justification for Sole-Source
The acquisition is pursued on a sole-source basis under FAR 12.102(a) because Hydraulics International, Inc. is the OEM and holds all proprietary rights to the design and manufacturing data. The Government does not own these data rights. Procuring an alternative product would lead to unacceptable schedule delays, requiring extensive test and evaluation, new validation certifications, significant engineering efforts, and updates to operational and maintenance manuals, negatively impacting fleet readiness and effectiveness.
Important Notes
This notice of intent is not a request for competitive proposals. However, responses from alternate offerors received prior to the response date will be considered by the Government solely to determine if a competitive procurement is feasible. This is for informational purposes only and does not constitute a solicitation or commitment by the Government.
Contact Information
For questions or submissions, contact Duane Hines at duane.m.hines.civ@us.navy.mil or 240-577-9089.