Rynglok Fitting Tool Set
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 is issuing a Sources Sought notice to procure six (6) Rynglok Fitting Tool Sets (P/N RTSK8-02-001; NSN 5180-01-368-8873). This is an intended sole-source procurement from Eaton Aeroquip Inc. and/or its authorized distributors, supporting the V-22 and F/A-18 Programs. The Government intends to proceed with a limited competition based on 10 U.S.C.3204(a)(1), citing Eaton as the sole responsible source. Responses from interested parties are due May 12, 2026.
Purpose & Scope
This Sources Sought notice fulfills DFARS 206.103-170 requirements for market research. The Naval Air Warfare Center intends to acquire the specified Rynglok Fitting Tool Sets. Eaton Aeroquip Inc. is identified as the Original Equipment Manufacturer (OEM) and the sole source possessing the necessary technical data, knowledge, and experience to provide the required items. The procurement is justified under the statutory authority of "Only one responsible source and no other supplies or services will satisfy agency requirements."
Contract & Timeline
- Type: Sources Sought (Intended Sole-Source)
- Product: Rynglok Fitting Tool Set (P/N RTSK8-02-001; NSN 5180-01-368-8873)
- Quantity: Six (6) units
- Set-Aside: None specified (intended sole-source)
- Response Due: May 12, 2026, 3:00 PM ET
- Published: May 7, 2026
- Place of Performance: Cape May CH, NJ, United States
Requirements
- CMMC Level: CMMC Level 1 (Self) or higher is anticipated and will be required prior to award. This level must be maintained for the duration of the contract for any contractor information systems handling Federal Contract Information (FCI) or Controlled Unclassified Information (CUI).
Response Instructions
This notice is not a request for competitive proposals. However, responsible and interested parties may identify their interest by submitting a capabilities statement. The Government will consider all information received by the closing date. A determination by the Government not to compete this procurement based on responses is solely at its discretion. No payment will be made for responses, and this notice does not bind the Government to issue solicitations or awards. No telephonic responses will be accepted.
Contact Information
- Primary: Suresh Jafar (suresh.jafar.civ@us.navy.mil)
- Secondary: Kelli Ryan (kelli.l.ryan3.civ@us.navy.mil)