Zero FOD Program
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.
The Naval Air Warfare Center, Aircraft Division (NAWCAD) Contracts Department, Patuxent River, MD in support of NAVAIR AB4, Propulsion and Power, intends to negotiate a C-type contract N00421-26-C-0005 on a sole source basis with MOOG Inc. 2268 S 3270 W, Salt Lake City, UT, 84119 in support of the Zero Foreign Object Debris (FOD) program. The Zero FOD program includes work scope to apply research to understand, quantify and prescribe solutions to FOD that require coordination across commands and installations, along with additional efforts to reduce FOD damage captured within the PWS. The Government intends to procure the requirement using other than full and open competition pursuant to 10 U.S.C. § 4022(f)(1) and DFARS 206.001-70, which allows for a follow-on production contract to be awarded to the participants in a successful Other Transaction (OT) prototype project, without the use of competitive procedures, provided that competitive procedures were used for the selection of parties for participation in the OT, and the participants successfully completed the prototype project. MOOG Inc. is uniquely qualified to provide the complete range of program support required by the fleets. MOOG Inc. is also the only known firm to possess the technical data and specifications necessary to fulfill the Government requirements.
THIS NOTICE OF INTENT IS NOT A REQUEST FOR COMPETITIVE PROPOSALS; however, responsible interested parties may submit information in which they can identify interest and capability to respond to this requirement. Responses must be received by 5:00 PM Eastern Time on 5 December 2025. The applicable NAICS code for this requirement is: 336412-Aircraft Engine and Engine Parts Manufacturing. The Government reserves the right to process the procurement on a sole source basis based upon the responses received. The Government will not pay for any information received. The point of contact is Lyle Kralle, Contract Specialist, via E-mail: lyle.a.kralle.civ@us.navy.mil.