Rail Wear Gauge
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 (NAWCAD LKE) intends to award a Firm-Fixed-Price contract for one-hundred thirteen (113) P/N 201015545-10 Rail Wear Gauges. This procurement supports the F-35 JSF Tool Control Program and requires associated certifications and test reports. This is a limited competition between LJH Business Solutions LLC and their authorized distributors. Proposals are due by April 1, 2026.
Scope of Work
This opportunity is for the procurement of 113 units of P/N 201015545-10 Rail Wear Gauges. The items must meet specified dimensions and include all associated certifications and test reports. Delivery is FOB Destination to the NAVAIR Lakehurst Staging Facility, Joint Base MDL, New Jersey, with an anticipated delivery date of June 24, 2026. Early deliveries are acceptable at no additional cost.
Contract & Timeline
- Contract Type: Firm-Fixed-Price
- Solicitation Type: Request for Quotation (RFQ) N68335-26-Q-0407
- Competition: Limited competition, specifically between LJH Business Solutions LLC (CAGE: 410A5) and its authorized distributors.
- NAICS Code: 332216 (Hand Tool Manufacturing)
- Proposal Due: April 1, 2026
- Quote Validity: Until May 15, 2026
- Published Date: March 19, 2026
Evaluation Factors
Award will be made to the lowest price responsible offeror who is deemed eligible. Eligibility requires providing an exact match of all part numbers listed in Attachment 001 (Statement of Work) and Attachment 002 (CLIN Structure spreadsheet). Offerors must also certify their ability to meet responsibility criteria, including adequate resources, experience, operational controls, technical skills, equipment, and compliance with the performance schedule.
Special Requirements & Compliance
This procurement is subject to the Buy American Act and Berry Amendment, with applicable clauses (FAR 52.225-1, DFARS 252.225-7012, 252.225-7015). Section 889 (Prohibition on Certain Telecommunications) and DFARS 2019-D041 (Assessing Contractor Implementation of Cybersecurity Requirements) also apply. Offerors must have a current NIST SP 800-171 DoD Assessment posted in the Supplier Performance Risk System (SPRS) and comply with Cybersecurity Maturity Model Certification (CMMC) requirements. All deliverables must comply with FAR 52.219-14 Limitations on Subcontracting. Active SAM.gov registration is required at the time of proposal submission through award.
Attachments
- Attachment I: Statement of Work (SOW): Details the objective and scope for the procurement of 113 Rail Wear Gauges, including certifications and test reports.
- Attachment II: CLIN Structure: An Excel spreadsheet outlining specific items, quantities, unit prices, and extended prices.
Contact Information
All questions and proposals should be submitted via email to Jeff Chelston at jeffrey.m.chelston.civ@us.navy.mil.