Intent to Sole Source Fuel Control Test Set T/E
Agency: Fleet Readiness Center
Location: Solomons, Maryland
NAICS: 811210
| Agency | Fleet Readiness Center |
|---|---|
| Deadline | 03/13/26 |
| Posted | 03/11/26 |
| Estimated Value | $20,000 - $80,000 (AI estimate) |
| Set Aside | None |
| NAICS | 811210 - Electronic and Precision Equipment Repair and Maintenance |
| PSC | J039 - Maint/Repair/Rebuild Of Equipment- Materials Handling Equipment |
| Location | Solomons, MD 20688 United States |
The Commander Fleet Readiness Centers (COMFRC) Procurement Group, Patuxent River, MD 20670 hereby gives notice of their intent to award a purchase order to Air Technologies International (division of Hamilton Associates, Inc.) 11403 Cronridge Drive, Owings Mills, MD (Cage Code: 0D1M0) on a sole source basis in accordance with the Federal Acquisition Regulation (FAR) Subpart 13.106-1(b)(i), only one source reasonably available and no other supplies or services will satisfy agency requirements. The Fleet Readiness Center Aviation Support Equipment (FRCASE) has a requirement for inspection, repair, and calibration of the End Item; Protective Mask Leakage Tester, 01-665-5513. This requirement will cover test/evaluation and repair services that cannot be accomplished at Navy Maintenance Activities. The services will include inspection, repair and/or calibration of the end item as necessary. All repairs will be made using original manufactured replacement parts and the units will be returned to fully operational Ready for Issue (RFI) condition. ATI is the original equipment manufacturer (OEM) of the Protective Mask Leakage Tester 01-665-5513. The T/E and repair services to be provided by the OEM are the only known T/E repair services that will meet operational and reliability requirements as well as have the capability to fully integrate with the Protective Mask Leakage Tester. The OEM is the only known source capable of maintaining configuration control throughout the repair and is the only known qualified source capable of satisfying the Government's specific requirements and mission for this procurement without modifications to existing components. For this reason, the Government intends to procure these products on a sole source basis from Air Technologies International (CAGE Code: 0D1M0). THIS NOTICE OF INTENT IS NOT A REQUEST FOR COMPETITIVE QUOTES. However, all responsible sources may submit a capability statement, which, if received within two (2) calendar days after the date of the publication of this synopsis, will be considered. Information received will be considered solely for the purpose of determining whether to conduct a competitive procurement. A determination by the Government not to compete this requirement based upon responses received as a result of this notice is solely within the discretion of the Government. Point of contact for this requirement is Kara Marie Ridgell at kara.m.ridgell.civ@us.navy.mil.
| Contact name | Kara Ridgell |
|---|---|
| Contact email | kara.m.ridgell.civ@us.navy.mil |
| Contact phone | None |
Agency: Fleet Readiness Center
Location: Solomons, Maryland
NAICS: 811210
Agency: Fleet Readiness Center
Location: Solomons, Maryland
NAICS: 811310
Agency: Maryland Health Benefit Exchange [MD]
Location: Maryland
NAICS: Not Provided
Agency: Kent County Department of Public Works [MD]
Location: Maryland
NAICS: Not Provided