ContractSolicitationTotal Small Business Set-Aside (FAR 19.5)

Hammond's Model AC800-2L-1P7-1P7 Fluid Powered Additive Injection Cart

DEPT OF DEFENSE FA448425Q0075
Response Deadline
Sep 24, 2025
Deadline passed
Days Remaining
0
Closed
Set-Aside
Total Small Business Set-Aside (FAR 19.5)
Notice Type
Solicitation

Contract Opportunity Analysis

The Department of Defense, specifically the 87th Logistics Readiness Squadron (LRS) at Joint Base McGuire-Dix-Lakehurst, New Jersey, is seeking quotes for the procurement of a Hammond's Model AC800-2L-1P7-1P7 Fluid Powered Additive Injection Cart. This portable and towable cart is essential for converting commercially sourced jet turbine fuel into military-grade JP-8 fuel by injecting necessary additives, particularly in austere or foreign locations where such conversions are required. The contract is a total small business set-aside under NAICS code 333914, with a firm-fixed-price award based on the Lowest Price Technically Acceptable methodology, and delivery is expected within 60 days after receipt of order. Interested vendors must submit their quotes, including technical specifications and pricing, to the primary contact, Noah Whiting, at noah.whiting.1@us.af.mil, by the specified deadline.

Classification Codes

NAICS Code
333914
Measuring, Dispensing, and Other Pumping Equipment Manufacturing
PSC Code
4930
LUBRICATION AND FUEL DISPENSING EQUIPMENT

Solicitation Documents

9 Files
Solicitation - FA448425Q0075.pdf
PDF2250 KBSep 17, 2025
AI Summary
This government solicitation, FA448425Q0075, is for a Women-Owned Small Business (WOSB) to provide a Fluid Powered Additive Injector Cart (FPAIC) to the 87th Logistics Readiness Squadron (LRS) Fuels Flight at Joint Base McGuire-Dix-Lakehurst, New Jersey. The FPAIC is essential for converting jet turbine fuel into military-grade JP8 at foreign commercial airports and austere locations. The Statement of Work details extensive technical requirements for the cart, including specifications for its frame, additive capacity, dimensions, transportability, environmental operating conditions, and mechanical systems. Key features include the ability to inject at least three additives, operate at flow rates between 300-750 gallons per minute, and ensure a minimum service life of 15 years. The solicitation also outlines packaging, delivery, inspection, acceptance, and payment instructions via the Wide Area WorkFlow (WAWF) system. Various FAR and DFARS clauses are incorporated, covering areas like unique item identification, sustainable products, and combating trafficking in persons, emphasizing compliance and ethical conduct. The performance period is 60 days after the award.
Instructions to Offerors _ Basis for Award.pdf
PDF205 KBSep 17, 2025
AI Summary
This solicitation seeks a single firm-fixed-price contract for a Hammond’s Model AC800-2L-1P7-1P7 Fluid Powered Additive Injector Cart for the 87th LRS, to be delivered to JBMDL NJ 08641 within 60 days ARO. Offers must adhere to specifications in the Statement of Work and include technical specifications, unit and extended pricing, CAGE Code, UEI Number, business-size standard (NAICS 333914), and completed SF1449 blocks. Contractors must be actively registered in SAM. Questions are due by September 22nd, 2025, at 10:00 am EST via email to Noah Whiting and Lizbette Zalybniuk. Award will be based on the Lowest Price Technically Acceptable methodology, evaluating proposals for technical acceptability and price, with the lowest-priced, technically acceptable, and responsible offeror receiving the award. Offers remain valid for 90 calendar days.
COMBO.pdf
PDF455 KBSep 18, 2025
AI Summary
This Combined Synopsis/Solicitation (FA448425Q0075) is a Request for Quote (RFQ) for a Hammond’s AC800-2L-1P7-1P7 Fluid Powered Additive Injector Cart for the 87th Logistics Readiness Squadron (LRS) at Joint Base McGuire-Dix-Lakehurst, New Jersey. The procurement is a 100% Small Business set-aside under NAICS code 333914. Quotes must include itemized pricing, technical specifications, CAGE Code, UEI Number, and business size, and be submitted by email to the Contract Specialist and Contracting Officer. The award will be a single firm-fixed-price contract based on the Lowest Price Technically Acceptable methodology, with delivery required within 60 days ARO. Offerors must be registered in SAM and comply with various FAR and DFARS clauses, including those related to electronic invoicing via WAWF and unique item identification.
Brand-Name JnA - Redacted.pdf
PDF103 KBSep 18, 2025
AI Summary
The 87th Contracting Squadron/PKB at Joint Base McGuire-Dix-Lakehurst is issuing a Single Source Justification for the acquisition of a Fuel Additive Injector, specifically the Hammonds Model HT-800-1L or AC800. This portable, towable unit is essential for the 87th Logistics Readiness Squadron (LRS) Fuels Flight to convert commercially sourced jet fuel into military-grade JP-8 by injecting specified additives in austere or foreign locations. The fluid-powered design eliminates the need for external power, supporting Agile Combat Employment (ACE) and continuous aircraft operations. Market research, including postings on SAM.gov and GSA eBuy and direct vendor outreach, confirmed Hammonds as the sole manufacturer, with no other viable sources found. The Contracting Officer determined that only a single source is reasonably available, justifying the non-competitive acquisition for an estimated cost of $X with delivery within 60 days.
JB MDL AT Awareness for Contractors Trifold.pdf
PDF1254 KBSep 18, 2025
AI Summary
This pamphlet from the Joint Base McGuire-Dix-Lakehurst Antiterrorism Office provides contractors with an overview of their role in antiterrorism awareness. It emphasizes that contractors are "Force Multipliers" responsible for maintaining security vigilance and reporting suspicious activities. The document defines terrorism according to the Department of Defense and outlines different ways individuals can become victims. Key points include being alert to surroundings, recognizing unusual behavior, and identifying specific indicators of potential threats, such as surveillance, elicitation, tests of security, attempts to acquire supplies, suspicious persons, dry runs, deploying assets, and terrorism financing. The pamphlet also provides emergency contact information and instructions on what to report and how to prepare when contacting security forces.
JB MDL AT Awareness Guide for Contractors.pdf
PDF816 KBSep 18, 2025
AI Summary
The Department of the Air Force's 87th Air Base Wing at Joint Base McGuire-Dix-Lakehurst (JB MDL) issued an Antiterrorism Guide for Contractors, effective April 22, 2024. This guide outlines critical antiterrorism (AT) standards for contractors and subcontractors, emphasizing their role in protecting personnel, facilities, and resources from terrorist acts. Contractors are responsible for informing their staff about the JB MDL AT Program, ensuring strict control over personnel and vehicles, and preventing actions that could aid terrorists. The guide recommends completing the DoD-approved Antiterrorism Level I computer-based training. It defines terrorism and antiterrorism, referencing DoDI O-2000.16, DFARS, and Joint Publication 3-07.2. A key component is suspicious activity reporting, with instructions for contacting the 87th Security Forces Squadron, Office of Special Investigation, and various off-base hotlines. The guide details what to report (e.g., surveillance, elicitation, tests of security) and how to report it using the SALUTE method (Size, Activity, Location, Uniform, Time, Equipment). It also provides emergency 9-1-1 procedures and additional non-emergency contact numbers for base services.
SFS Appendix.pdf
PDF713 KBSep 18, 2025
AI Summary
This document, Appendix 4 to Annex C of the JB MDL JIDP, outlines the security procedures and requirements for contractors, vendors, and visitors seeking access to Joint Base McGuire-Dix-Lakehurst (JB MDL), New Jersey. It details criminal history background checks, the issuance of Installation Access Passes/Cards and DBIDS cards, and the submission of Entry Authority Lists (EALs). The document specifies different access durations (less than 60 days, up to one year, over one year) and their corresponding vetting processes. Special provisions are included for non-U.S. citizens, subcontractors, and personnel working in USAF Restricted Areas, requiring additional background checks and specific badging (e.g., SF 85 Tier 1, AF Form 2586, AF Form 1199). It also addresses vehicle passes, commercial and oversized vehicle entry points, and procedures for establishing "Free Zones" within restricted areas for construction projects. The document emphasizes compliance with all regulations, defines responsibilities for contractors and sponsoring units, and outlines consequences for non-compliance, including debarment. It also provides contact information for questions and emergencies.
SOW AT Statement.pdf
PDF139 KBSep 18, 2025
AI Summary
This document outlines antiterrorism (AT) requirements for contractors working on Joint Base McGuire-Dix-Lakehurst (JB MDL), emphasizing the protection of personnel, families, installations, facilities, information, and resources from terrorist acts. Contractors and subcontractors must familiarize themselves with the JB MDL AT Program, review the AT Awareness Guide, and report suspicious activities immediately to the 87th Security Forces Squadron (SFS) Emergency Control Center at 609-754-6001. Strict control of personnel and vehicles is required to prevent aiding terrorists. All contracted personnel are strongly encouraged to complete the DoD-approved Antiterrorism Level I computer-based training. The document also details the impact of Force Protection Condition (FPCON) levels on contract services, with services being evaluated for discontinuation at FPCON Charlie and definitively discontinued at FPCON Delta. In emergencies, personnel on a landline should dial 9-1-1, while cell phone users should inform dispatch they are on JB MDL.
SOW.pdf
PDF122 KBSep 18, 2025
AI Summary
The 87th Logistics Readiness Squadron (LRS) Fuels Flight at Joint Base McGuire-Dix-Lakehurst, New Jersey, requires a portable fluid-powered additive injection cart (FPAIC) to convert commercial jet turbine fuel into military aircraft grade fuel like JP8. The FPAIC must inject at least three additives, be towable, and operate in austere locations. Key requirements include a durable, weather-resistant frame, the ability to hold all necessary additives, and a compact design not exceeding one 463L pallet position (108 x 88 inches), with a maximum height of 60 inches for loading. The cart must weigh under 2,200 lbs when fully loaded, be air transportable on various military aircraft (C-17, C-130J, C5, KC135, KC46), and withstand diverse environmental conditions, including extreme temperatures (-25°F to +125°F operational, -40°F to +140°F storage), heavy rainfall, solar radiation, and sand/dust exposure. It must also be fungus-resistant and capable of operating in high humidity, salt-laden, and seacoast environments. The FPAIC will feature a desiccant dryer, manual valves for calibration and adjustment, operate at flow rates of 300-750 gallons per minute, and include a calibration gauge or additive meter. It must store one 1 or 5-gallon Corrosion Inhibitor (CI) tank, one 1 or 5-gallon Static Dissipating Additive (SDA) tank, and one 55-gallon Fuel System Icing Inhibitor (FSII) tank with a lifting assistance mechanism. A D3 single point nozzle with a 25-foot minimum length 2 1/2-inch servicing hose, quick-disconnect sexless couplings, and a pressure relief tank are required. The design must adhere to MIL-STD-1472 for ease of operation and maintenance, including use with arctic mittens and MOPP Level 4 Chemical Warfare Gear for operations. Tie-down points must be rated at 2,500 pounds minimum, and the cart must have a minimum service life of 15 years, requiring only scheduled maintenance. Delivery is expected within 60 days of award to 3101 Vandenberg Ave, Joint Base McGuire-Dix-Lakehurst, NJ 08641.

Related Contract Opportunities

Project Timeline

postedOriginal Solicitation PostedSep 17, 2025
amendedLatest AmendmentSep 18, 2025
deadlineResponse DeadlineSep 24, 2025
expiryArchive DateOct 9, 2025

Agency Information

Department
DEPT OF DEFENSE
Sub-Tier
DEPT OF THE AIR FORCE
Office
FA4484 87 CONS PK

Point of Contact

Name
Noah Whiting

Place of Performance

CAPE MAY CH, New Jersey, UNITED STATES

Official Sources