Portable Hydraulic Power Supply (PHPS) Diesel
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 Department of the Navy / NAVAIR WARFARE CTR AIRCRAFT DIV has awarded a Firm Fixed Price contract to Hydraulics International, Inc. of Chatsworth, CA, for the procurement of Diesel Portable Hydraulic Power Supply (PHPS) units. This award, identified by P/N 111025-100 and NSN 4920-016-18-8809, was made on a sole source basis.
Scope of Work
The contract covers the supply of Diesel Portable Hydraulic Power Supply (PHPS) units. These units are hydraulic pumping systems with a rated capacity of 50 GPM at 3000 PSI and 32 GPM at 5000 PSI. Their primary function is to power aircraft hydraulic systems for operational maintenance and testing of MV-22 and CMV-22 aircraft without requiring the aircraft engine to be started.
Contract Details
- Contract Type: Firm Fixed Price
- Awarded To: Hydraulics International, Inc., Chatsworth, CA
- Contracting Activity: Naval Air Warfare Center Aircraft Division (NAWC-AD) Lakehurst, NJ
- Statutory Authority: 10 U.S.C. 3204(a)(1) and FAR 6.302-1 (Only one responsible source)
- Set-Aside: None (Sole Source)
- Award Date: January 26, 2026
- Product Service Code: 4920 (Aircraft Maintenance And Repair Shop Specialized Equipment)
Rationale for Sole Source
The sole source award to Hydraulics International, Inc. (HII) is justified because HII is the Original Equipment Manufacturer (OEM) and holds unique maintenance requirements for the V-22 aircraft. The government does not possess the full technical data package necessary for competitive procurement, and developing an alternative solution was estimated to be significantly more costly. Market research, including an RFI and multiple synopses on SAM.gov, failed to identify any viable alternative sources that met all technical and environmental requirements.
Additional Notes
The Contracting Officer determined the anticipated cost to be fair and reasonable. NAWC-AD Lakehurst currently has no plans to compete future contracts for these supplies but will assess feasibility if another potential source emerges.
Contact Information
- Primary: Kyle Welge (kyle.a.welge.civ@us.navy.mil)
- Secondary: Kelli Ryan (kelli.l.ryan3.civ@us.navy.mil)