7K20 - Synopsis for NAVSUP WSS Sole Source BOA Renewal.
ID: N0010425RNG86Type: Presolicitation
Overview

Buyer

DEPT OF DEFENSEDEPT OF THE NAVYNAVSUP WEAPON SYSTEMS SUPPORT MECHMECHANICSBURG, PA, 17050-0788, USA

NAICS

Electronic Computer Manufacturing (334111)

PSC

IT AND TELECOM - STORAGE PRODUCTS (HARDWARE AND PERPETUAL LICENSE SOFTWARE) (7K20)
Timeline
    Description

    The Department of Defense, through the NAVSUP Weapon Systems Support, is seeking to renew a sole source Basic Ordering Agreement (BOA) for the repair and procurement of components related to the BLQ-10 and FBW/SCS programs. This procurement involves 211 National Item Identification Numbers (NIINs) that are essential for the evaluation and repair of specific military systems, with the understanding that complete data and rights for these items are not available from the Government, thus necessitating a sole source vendor. Interested parties are encouraged to submit capability statements or proposals within 45 days of this notice, although the Government retains discretion over whether to pursue competitive procurement. For inquiries, Rachel Kern can be contacted at rachel.e.kern4.civ@us.navy.mil or by phone at 771-229-0480.

    Point(s) of Contact
    Rachel Kern 771-229-0480 Rachel Kern rachel.e.kern4.civ@us.navy.mil
    rachel.e.kern4.civ@us.navy.mil
    Files
    No associated files provided.
    Lifecycle
    Title
    Type
    Similar Opportunities
    NIIN: 01-528-9926/ NOMEN: CONTROL INDICATOR, A
    Buyer not available
    The Department of Defense, specifically the NAVSUP Weapon Systems Support office, is seeking to procure repairs for the Control Indicator, A (P/N: 71902-21000-041, NSN: 7R 1680 015289926) on a sole source basis from Sikorsky. The procurement involves the repair of four units, and due to the lack of available drawings or data, the government intends to negotiate exclusively with Sikorsky, as they are the only responsible source capable of fulfilling the requirements. This procurement is critical for maintaining operational readiness and support for the associated aircraft systems. Interested parties may submit their capability statements or proposals within 35 days of this notice to Kate N. Schalck at kate.n.schalck.civ@us.navy.mil, as the solicitation will be conducted electronically and no hard copies will be distributed.
    NIIN: 01-158-9678/ NOMEN: BLADE,ROTARY RUDDER
    Buyer not available
    The Department of Defense, specifically the NAVSUP Weapon Systems Support, is seeking to procure the repair of a rotary rudder blade (P/N: 70101-31000-046, NSN: 7R 1615 011589678) on a sole source basis from Sikorsky. The procurement involves two units and is classified under NAICS code 336413, focusing on the manufacturing of other aircraft parts and auxiliary equipment. This repair is critical for maintaining operational readiness and safety of naval aircraft, and the government anticipates issuing the award under the existing Basic Ordering Agreement (BOA) N0038322GY601. Interested parties must submit their capability statements to Kate N. Schalck at kate.n.schalck.civ@us.navy.mil within 35 days of this notice, as this opportunity is not set aside for small businesses and will not wait for Source Approval Requests.
    N0038325PR0R874 Pre-Solicitation
    Buyer not available
    The Department of Defense, through the Department of the Navy's NAVSUP Weapon Systems Support, is preparing to issue a presolicitation for a sole-source procurement related to the repair of a PANEL, COMM CNTRL (NSN: 1R9999LLCGIZ747, P/N: 5502304-001), with a total quantity of six units. This procurement is classified as Foreign Military Sales (FMS) repair and is not set aside for small businesses, with the government intending to negotiate with only one responsible source under Source Authority 10 U.S.C. 2304(c)(1) and FAR 6.302-1. The solicitation is expected to be released around December 17, 2025, with a closing date for responses on January 16, 2026; interested parties should submit their capabilities and qualifications via email to the NAVSUP WSS N7 Contract Specialist, Gina Sassane, at gina.p.sassane.civ@us.navy.mil.
    99--RECIEVER, IN REPAIR/MODIFICATION OF
    Buyer not available
    The Department of Defense, through the Department of the Navy's NAVSUP Weapon Systems Support, is seeking proposals for the repair and modification of a specific receiver, identified by NSN 0R-0098-LLZ98S225-CC, with a total quantity of 12 units required. This procurement is classified as a sole source requirement, indicating that the government lacks sufficient data to contract with any source other than the current supplier, and it is subject to various trade agreements. Interested vendors must obtain Government Source Approval prior to award and submit the necessary documentation as outlined in the NAVSUP WSS Source Approval Brochure, which is available online. For inquiries, potential bidders can contact Cody P. Cameron at (215) 697-1202 or via email at cody.p.cameron.civ@us.navy.mil.
    SOLE SOURCE –Model 3152 and 3152A Repair Services
    Buyer not available
    The Department of Defense, specifically the Department of the Navy's NSWC Crane, is seeking to procure sole source repair services for Model 3152 and 3152A equipment. This procurement is justified under the maintenance, repair, and rebuilding of instruments and laboratory equipment, indicating the critical nature of these services for operational readiness. The selected contractor will be responsible for ensuring the functionality and reliability of these models, which are essential for various defense applications. Interested parties can reach out to Chris Jones at christopher.m.jones405.civ@us.navy.mil for further details regarding this opportunity.
    N0038326PR0R173 - Pre-Solicitation
    Buyer not available
    The Department of Defense, through the NAVSUP Weapon Systems Support office, is preparing to issue a sole-source Request for Quotation (RFQ) for the repair of six BLADE ASSEMBLY units from Hamilton Sundstrand Corporation. This procurement, justified under 10 U.S.C. 2304(c)(1) and FAR 6.302-1, is critical for Foreign Military Sales (FMS) and emphasizes that only one responsible source can fulfill the agency's requirements. While other manufacturers may submit capability statements, only approved sources will be considered, and the procurement process will not accommodate delays for Source Approval Requests. Interested parties should direct their capabilities to Gina Sassane at gina.p.sassane.civ@us.navy.mil, with the solicitation expected to be released around December 17, 2025, and proposals due by January 16, 2026.
    NIIN: 01-560-2895/ NOMEN: RECEIVER-TRANSMITTE
    Buyer not available
    The Department of Defense, specifically the Department of the Navy through NAVSUP Weapon Systems Support, is seeking to procure repair services for the Receiver-Transmitter, part number 264A020-1, under a sole source contract with Lockheed Martin. The procurement involves the repair of two units, identified by NSN 7R 5841 015602895, and is classified under NAICS code 334511, focusing on navigation and communication equipment manufacturing. This repair is critical for maintaining operational capabilities, and the government anticipates issuing the award under an existing Basic Ordering Agreement (BOA). Interested parties must submit their capability statements to Kate N. Schalck at kate.n.schalck.civ@us.navy.mil within 35 days of this notice, as this opportunity is not set aside for small businesses and will not involve competitive proposals.
    16--TIP ASSEMBLY,LEFT, IN REPAIR/MODIFICATION OF
    Buyer not available
    The Department of Defense, through the NAVSUP Weapon Systems Support office, is seeking to procure repair services for the Left Tip Assembly of the P-8 aircraft, specifically under the NSN 7R-1680-016938648-P8. The procurement is intended to be conducted on a sole source basis with The Boeing Company, the Original Equipment Manufacturer (OEM), as they are the only known source capable of providing the necessary repair support due to the lack of available drawings or data for this part. Interested parties are invited to submit capability statements or proposals within 45 days of the notice, with the solicitation expected to be issued on December 17, 2025, and a closing date of January 15, 2026. For further inquiries, interested organizations may contact Taylor M. Weidman at taylor.m.weidman2.civ@us.navy.mil.
    58--CTRL P/S C11690A, IN REPAIR/MODIFICATION OF
    Buyer not available
    The Department of Defense, specifically the Department of the Navy, is seeking to procure supplies related to the repair and modification of the CTRL P/S C11690A system. The procurement involves a quantity of 9 units of the National Stock Number (NSN) 7H-5895-016046386, with delivery terms set to FOB Origin, and the government intends to negotiate with only one source due to the militarily sensitive nature of the technology involved. Interested parties are encouraged to express their interest and capability to fulfill the requirement, although this notice does not constitute a request for competitive proposals. For further inquiries, interested vendors can contact Jordan Burt at (717) 605-1318 or via email at jordan.d.burt.civ@us.navy.mil.
    BUS PLATE
    Buyer not available
    The Department of Defense, specifically the Department of the Navy through NAVSUP Weapon Systems Support, is soliciting proposals for the repair of a Bus Plate, classified under the NAICS code 336413 for Other Aircraft Parts and Auxiliary Equipment Manufacturing. This procurement is a sole source requirement, indicating that the government does not possess sufficient data to contract with any source other than the current approved supplier, and all repairs must adhere to strict guidelines outlined in the Statement of Work. The contractor will be responsible for ensuring that the Bus Plate is restored to a Ready for Issue (RFI) condition, following all specified repair procedures and quality requirements. Interested parties must contact Kristin Clemens at 215-697-3814 or via email at kristin.clemens2.civ@us.navy.mil for further details, and proposals must remain valid for a minimum of 120 days following submission.