66 - FMS REPAIR: INERTIAL NAVIGATION
ID: N0038326QF053Type: Solicitation
Overview

Buyer

DEPT OF DEFENSEDEPT OF THE NAVYNAVSUP WEAPON SYSTEMS SUPPORTPHILADELPHIA, PA, 19111-5098, USA

NAICS

Search, Detection, Navigation, Guidance, Aeronautical, and Nautical System and Instrument Manufacturing (334511)

PSC

NAVIGATIONAL INSTRUMENTS (6605)

Set Aside

No Set aside used (NONE)
Timeline
    Description

    The Department of Defense, through the NAVSUP Weapon Systems Support office, is soliciting proposals for the sole-source repair of an Inertial Navigation unit, identified by NSN 7RH 6605 014830602 CB and Part Number 233A935-1, designated as a Critical Application Item for Foreign Military Sales Case GR-P-BBK. The contractor will be responsible for evaluating, laboring, and providing materials and parts necessary to restore the unit to operational condition, adhering to strict packaging, marking, and quality assurance standards, including ISO 9001 compliance. This procurement is critical for maintaining navigational capabilities and is subject to Free Trade Agreements and the World Trade Organization Government Procurement Agreement. Interested parties must ensure they meet government source approval requirements and submit inquiries to Dana Scott at dana.l.scott14.civ@us.navy.mil, with a performance period set from January 5, 2026, to April 6, 2026.

    Point(s) of Contact
    Dana Scott 771-229-0557
    dana.l.scott14.civ@us.navy.mil
    Files
    Title
    Posted
    This document outlines the preservation, packaging, packing, and marking requirements for government contracts, referencing MIL-STD-2073-1E and MIL-STD-129. It details specifications for reusable NSN containers, categorizing them based on the material type (maritime, aviation, or Foreign Military Sales/Joint Program Office/Foreign Forces Acquisition) and dictating whether they are contractor-furnished material (CFM) or government-furnished material (GFM). Contractors must request GFM containers via email within specific lead times. The document also includes a table for item-specific requirements such as HAZMAT status, preservation method, and shelf life, with an example provided for item number 6605-01-483-0602. The form NAVICP-4030/1 (Rev. 3-2025) is referenced.
    This Request for Quotation (RFQ) by NAVSUP Weapon Systems Support Philadelphia is for the sole-source repair of an INERTIAL NAVIGATION unit (NSN: 7RH 6605 014830602 CB, Part Number: 233A935-1), designated as a Critical Application Item (CAI) for Foreign Military Sales Case GR-P-BBK. The acquisition is subject to Free Trade Agreements and the World Trade Organization Government Procurement Agreement. The contractor is responsible for evaluation, labor, materials, and parts to restore the unit to operating condition. Adherence to strict packaging, marking, quality assurance, and configuration management standards (ISO 9001) is required, including provisions for hazardous materials, engineering changes, and variances. Delivery is set for 365 calendar days after induction, with a performance period from January 5, 2026, to April 6, 2026. This RFQ emphasizes precise compliance and government source approval, with contact information provided for inquiries.
    Lifecycle
    Title
    Type
    Solicitation
    Similar Opportunities
    INERTIAL NAVIGATION
    Buyer not available
    The Department of Defense, specifically the Department of the Navy through NAVSUP Weapon Systems Support, is soliciting quotes for the repair of inertial navigation systems. The procurement aims to ensure that these critical navigational instruments are restored to a Ready for Issue (RFI) condition, adhering to stringent quality control and inspection standards as outlined in the Statement of Work. These systems play a vital role in military operations, providing essential navigation capabilities for various defense applications. Interested contractors must submit their quotes via email to Lara L. Szott at LARA.L.SZOTT.CIV@US.NAVY.MIL by December 29, 2025, with a required repair turnaround time of 25 days after asset receipt.
    66--INERTIAL NAVIGATION, IN REPAIR/MODIFICATION OF
    Buyer not available
    The Department of Defense, specifically the Department of the Navy through NAVSUP Weapon Systems Support, is soliciting proposals for the repair and modification of inertial navigation systems. The procurement aims to ensure that these critical navigational instruments are restored to a Ready for Issue (RFI) condition, adhering to stringent quality and inspection standards outlined in the Statement of Work. These systems play a vital role in military operations, providing essential navigation capabilities for various defense applications. Interested contractors must be prepared to meet specific turnaround times and throughput constraints, with a required repair turnaround time of 120 days after receipt of the asset. For further inquiries, potential bidders can contact Peter A. Kobryn at 215-697-4313 or via email at PETER.A.KOBRYN.CIV@US.NAVY.MIL.
    14--COMPUTER GROUP,GUID, IN REPAIR/MODIFICATION OF
    Buyer not available
    The Department of Defense, specifically the Department of the Navy through NAVSUP Weapon Systems Support, is seeking proposals for the repair and modification of guided missile remote control systems, identified by NSN 7R-1430-014442098-GF. This procurement involves a quantity of 16 units, with delivery terms set to FOB Origin, and requires government source approval prior to contract award due to the flight-critical nature of the item. Only sources previously approved by the government will be considered, and interested parties must submit the necessary documentation as outlined in the NAVSUP WSS Source Approval Information Brochures to be eligible for award. For further inquiries, potential bidders can contact Svitlana Shvets at (215) 697-6278 or via email at SVITLANA.SHVETS.CIV@US.NAVY.MIL.
    66 - FMS REPAIR: DISPLAY UNIT, FLIGHT
    Buyer not available
    The Department of Defense, through the NAVSUP Weapon Systems Support office, is seeking a sole-source contractor for the repair of two DISPLAY UNIT, FLIGHT items, identified by NSN 7RH 6610 015687028 BL and Part Number 267A740-3, under the Foreign Military Sales Case SR-P-MAL. This procurement is critical as these items are designated as Critical Application Items (CAI), and the government lacks sufficient technical data to engage alternative sources, necessitating the use of an existing Basic Ordering Agreement (BOA) for the award. The contractor will be responsible for restoring the government-owned units to operational condition, adhering to military packaging and quality assurance standards, with a performance period from January 5, 2026, to April 6, 2026. Interested parties must contact Dana Scott at dana.l.scott14.civ@us.navy.mil for further details, and proposals must include information from the NAVSUP WSS Source Approval Brochure to be considered.
    Synopsis for Solicitation N0038326QD053
    Buyer not available
    The Department of Defense, through the NAVSUP Weapon Systems Support office, is seeking proposals for the repair of specific radar and inertial measurement units in support of the United Kingdom under a Foreign Military Sales (FMS) requirement. The procurement involves the repair of two units of NIIN 016482622, known as the Radar Data Center, and one unit of NIIN 016320381, referred to as the Inertial Measurement Unit (IMU). These items are critical for flight operations, and currently, Raytheon Company is the only known source with the full repair capabilities required; however, other responsible sources are encouraged to submit capability statements or proposals for consideration. Interested parties must contact Shannon K. Fitzgerald at 215-697-3638 or via email at Shannon.K.Fitzgerald3.CIV@us.navy.mil for further details, and must adhere to the source approval process outlined in the U.S. Navy Aviation Supply Office Source Approval Information Brochure to be eligible for contract award.
    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.
    16--RECEIVER
    Buyer not available
    The Department of Defense, specifically the Department of the Navy through NAVSUP Weapon Systems Support, is seeking proposals for the procurement of a flight-critical receiver, identified by NSN 1R-1680-LLF02N672-P8 and reference number 147A6156-20, with a quantity of one unit required for delivery FOB origin. This procurement is unique as it necessitates Government source approval prior to contract award due to the lack of sufficient technical data for open competition, meaning only previously approved sources will be solicited. Interested vendors must submit comprehensive documentation as outlined in the NAVSUP Source Approval Information Brochures to demonstrate their capability to produce the item, with proposals due within 45 days of this notice. For further inquiries, interested parties can contact Helen I. Carmelo at (215) 697-1138 or via email at HELEN.I.CARMELO.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.
    66 - FMS Repair - DISPLAY UNIT, FLIGHT
    Buyer not available
    The Department of Defense, through the NAVSUP Weapon Systems Support office, is seeking a sole-source contractor for the repair of five DISPLAY UNIT, FLIGHT items, identified by NSN 7R 6610-015687028 and Part Number 267A740-3. This procurement is critical as these items are classified as Critical Application Items (CAI) and are essential for military operations, with the award being made under an existing Basic Ordering Agreement (BOA) due to the government's inability to contract with other sources. Interested parties must comply with specific requirements outlined in the NAVSUP WSS Source Approval Brochure, including adherence to ISO 9001 and ISO 10012 standards, and must submit their proposals within a 730-calendar-day delivery schedule. For further inquiries, potential offerors can contact Dana L. Scott at dana.scott@navy.mil or by phone at (215) 697-0273.
    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.