16 - FMS REPAIR - BLADE, ROTARY WING
ID: N0038325R0029Type: Solicitation
Overview

Buyer

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

NAICS

Other Aircraft Parts and Auxiliary Equipment Manufacturing (336413)

PSC

HELICOPTER ROTOR BLADES, DRIVE MECHANISMS AND COMPONENTS (1615)

Set Aside

No Set aside used (NONE)
Timeline
    Description

    The Department of Defense, through the NAVSUP Weapon Systems Support, is soliciting proposals for the sole-source repair of 12 rotary wing blades (NSN: 7RE 1615 011589679 VH, Part No: 70150-29100-041), which are classified as Critical Safety Items for Foreign Military Sales (FMS Case: AT-P-GXO). The procurement aims to restore these government-owned components to operational condition under a Firm Fixed Price contract, emphasizing compliance with ISO 9001 quality management standards and strict packaging requirements as outlined in MIL-STD-2073-1. Proposals are due by 2:00 PM EST on October 1, 2025, and interested parties must contact Mrs. Dana Scott at dana.scott@navy.mil for further information and to ensure compliance with the necessary source approval processes.

    Point(s) of Contact
    DANA L. SCOTT, N732.47, PHONE (215)697-0273, FAX (215)697-1227, EMAIL DANA.SCOTT@NAVY.MIL
    DANA.SCOTT@NAVY.MIL
    Files
    Title
    Posted
    This government file details alternate packaging instructions for an MH-60 Rotor Blade Container (NSN 8145-01-142-8789), specifically for NAVSUP Weapon Systems Support. The packaging must comply with MIL-STD-2073-1, Method 20, and an attached drawing, with marking in accordance with MIL-STD-129. Key requirements include the application of P-6 preservative (MIL-C-11796, Class 3) to corrosion-susceptible surfaces and abrasion strips, and wrapping with MIL-PRF-121 around contact preservatives and blade-cushion interfaces, with waterproof-taped seams. All non-exempt wood packaging materials must be treated and marked with the IPPC 15 stamp on at least two opposite sides, adhering to ALSC and ISPM 15 requirements for visibility and international plant protection. The unit pack specifications include a cube of 103.44 cubic feet and dimensions of 294 x 38 x 16 inches, with a military preservation method 20 and a level A protection for both unit and intermediate containers. This document outlines precise federal packaging standards to ensure the safe and compliant transport of critical weapon system components.
    The document outlines preservation, packaging, packing, and marking requirements for government contracts, specifically N0038325PR0R769. It emphasizes adherence to MIL-STD-2073-1E for packaging and MIL-STD-129 for marking. A key focus is on reusable NSN containers, differentiating between contractor-furnished material (CFM) and government-furnished material (GFM) based on COG Codes (e.g., maritime vs. aviation material) and acquisition types (e.g., Foreign Military Sales). Contractors must request GFM containers 30 to 90 days in advance. The document provides detailed preservation and packaging specifications for two specific item numbers (7R 1615-01-158-9679 and 7R 1660-01-145-2668), including preservation method, cleaning, preservative and wrapping materials, cushioning, and levels of protection.
    This government solicitation, N0038325R0029, is a sole-source request for proposals (RFP) issued by NAVSUP WSS Philadelphia for the repair of 12 "BLADE, ROTARY WING" units (NSN: 7RE 1615 011589679 VH, Part No: 70150-29100-041), identified as Critical Safety Items (CSI) for Foreign Military Sales (FMS Case: AT-P-GXO). The contract aims to restore these government-owned articles to operating condition under a Firm Fixed Price arrangement. Offers are due by 2:00 PM EST on October 1, 2025. The solicitation emphasizes compliance with ISO 9001 quality management standards, ISO 10012 for measuring and test equipment, and strict packaging and marking requirements, including MIL-STD-2073-1 for stock shipments and ASTM D3951 for immediate use, with specific guidelines for hazardous materials and reusable containers. All inspections and acceptances will occur at the contractor or subcontractor plants, with final delivery to the Australian Government Cargo Office in Brisbane, CA, 365 days after asset induction, between October 27 and December 26, 2025.
    Lifecycle
    Title
    Type
    Similar Opportunities
    NIIN: 01-158-9678/ NOMEN: BLADE,ROTARY RUDDER
    Dept Of Defense
    The Department of Defense, through the NAVSUP Weapon Systems Support, is soliciting quotes for the repair of two critical BLADE, ROTARY RUDDER units, identified by NSN: 7R 1615 011589678 and Part Number: 70101-31000-046. This procurement is essential for restoring government-owned articles to operational condition and will be awarded under an existing Basic Ordering Agreement due to the sole-source nature of the requirement, which necessitates compliance with stringent quality and engineering standards. The contractor must adhere to military and commercial preservation and packaging standards, with a delivery period of 365 calendar days post-induction, and will be responsible for quality assurance in accordance with ISO 9001. Interested contractors should contact Kate N. Schalck at KATE.N.SCHALCK.CIV@US.NAVY.MIL for further details regarding the submission of quotes and compliance requirements.
    “NSN 1740-01-174-6769, BLADE RACK ASSEMBLY, WSDC: CFN, HELICOPTER CH/MH-53E.”
    Dept Of Defense
    The Department of Defense, through the Defense Logistics Agency (DLA Aviation), is seeking proposals for the procurement of 19 units of the Blade Rack Assembly, NSN 1740-01-174-6769, specifically for the CH/MH-53E helicopter. This procurement is crucial for maintaining the operational readiness of military aircraft, as the Blade Rack Assembly is a vital component in the helicopter's functionality. The contract will be a firm-fixed price arrangement, with delivery required within 250 days after receipt of order to San Diego, CA. Interested suppliers should note that the solicitation is expected to be issued on December 26, 2025, with a closing date of January 25, 2026. For further inquiries, potential bidders can contact Samuel Kogi at 445-737-9377 or via email at Samuel.Kogi@dla.mil.
    FMS Repair QTY: 4, H-60
    Dept Of Defense
    The Department of Defense, through the NAVSUP Weapon Systems Support office, is seeking to procure repair services for four H-60 spindle assemblies on a sole source basis from Sikorsky. This procurement, classified under the NAICS code 336413, involves the repair of a specific National Stock Number (NSN): 7R1615012382444, and is critical for maintaining operational readiness of the H-60 aircraft. Interested parties are invited to submit capability statements or proposals within five days of the publication of this presolicitation notice, with the solicitation expected to be issued on December 23, 2025, and responses due by January 22, 2026. For further inquiries, interested vendors may contact Taylor O’Connor at taylor.m.oconnor2.civ@us.navy.mil or by phone at 215-698-2198.
    BLADE SEAL
    Dept Of Defense
    The Department of Defense, specifically the Department of the Navy through NAVSUP Weapon Systems Support, is soliciting quotes for the procurement of a BLADE SEAL, identified by NSN 1RM 9999 LLCGGB700 V2 and part number 901-031-277-101. The contract requires the submission of proposals from approved sources, and interested vendors must provide necessary documentation as outlined in the NAVSUP WSS Source Approval Brochure, which is available online. This procurement is critical for maintaining operational readiness and support for the Navy's fleet, with a focus on ensuring quality and compliance with government standards. Interested parties should submit their quotes via email to Ryan P. Stock at RYAN.P.STOCK2.CIV@US.NAVY.MIL by the specified due date, as failure to comply with submission requirements may result in disqualification.
    SUPPORT, STRUCTURAL
    Dept Of Defense
    The Department of Defense, through the Defense Logistics Agency (DLA Aviation), is seeking proposals for structural support for E2A/AH-64E aircrafts, specifically for the NSN: 1560-01-616-4752. The procurement involves an Indefinite Quantity Contract with an estimated annual requirement of 120 units over a 5-year base period, with a delivery schedule of 350 days after receipt of order. This contract is critical for maintaining the operational readiness of military aircraft, and it is classified as an unrestricted procurement, allowing all responsible sources to submit offers. Interested parties should prepare their proposals in accordance with the solicitation, which will be available on or about December 10, 2025, and may contact Renee Griffin at renee.griffin@dla.mil or (445) 737-2040 for further information.
    FMS-Solicitation-N0038326PR0R139-N0038326RF050
    Dept Of Defense
    The Department of Defense, through the NAVSUP Weapon Systems Support, is soliciting proposals for the sole-source repair of critical safety items, specifically the Cylinder Assembly and two types of Spindle Assembly, under solicitation N0038326RF050. This procurement is essential for maintaining the operational readiness of military aircraft, as it involves the repair of components that are vital for safety and performance. Contractors must adhere to strict quality management standards and packaging requirements, including compliance with MIL-STD-2073-1 and MIL-STD-129, and must obtain Government Source Approval for the repairs. Interested parties should contact Liam Cunningham at LIAM.F.CUNNINGHAM2.CIV@US.NAVY.MIL for further information regarding this opportunity.
    16--TURBINE,AIRCRAFT CO, IN REPAIR/MODIFICATION OF
    Dept Of Defense
    The Department of Defense, specifically the Department of the Navy through NAVSUP Weapon Systems Support, is seeking qualified sources for the repair and modification of aircraft turbine components, identified by NSN 7R-1660-010874375-H1, with a quantity of 65 units required. This procurement necessitates engineering source approval to ensure the quality and reliability of the parts, as they are flight critical and require compliance with specific design control procedures. Interested vendors must provide detailed technical data and evidence of previous experience in producing similar items, as only approved sources will be considered for the contract. For inquiries, interested parties can contact Marisa L. Tetkowski at (215) 697-2644 or via email at MARISA.L.TETKOWSKI.CIV@US.NAVY.MIL, with proposals due in accordance with the solicitation timeline.
    Apache AH-64 Composite Main Rotor Blade
    Dept Of Defense
    The Department of Defense, specifically the Department of the Army, is soliciting proposals for a five-year Firm Fixed Price (FFP) Indefinite Delivery Indefinite Quantity (IDIQ) contract focused on the Maintenance and Overhaul (M&O) of Apache AH-64 Composite Main Rotor Blades (CMRB). This procurement aims to ensure the operational readiness and safety of the Apache helicopter fleet by providing necessary upgrades, repairs, and compliance with stringent quality standards, as CMRBs are classified as Critical Safety Items (CSI). Proposals must be submitted electronically by March 11, 2026, at 3:00 PM CST, and interested parties can reach out to primary contact Meagan M Melton at meagan.m.melton.civ@army.mil or secondary contact Jessica Mangum at jessica.t.mangum.civ@army.mil for further information.
    NIIN: 015728130/ FMS REPAIR/ N0038325PR0R912
    Dept Of Defense
    The Department of Defense, through the NAVSUP Weapon Systems Support office, is issuing a presolicitation for a sole-source contract to Undersea Sensor Systems Inc. for the repair of the SDSR, AIRCRAFT EQUIP (NIIN: 015728130, Part Number: 6120-0500-001) specifically for H-60 aircraft. This procurement is critical as Undersea Sensor Systems Inc. is the Original Equipment Manufacturer (OEM) and the only known source for this repair, with no available drawings or data, and the government lacking the necessary data rights. The contract is set for a duration of one year, with proposals due by January 29, 2026, and an anticipated award date in March 2026; interested parties may submit capability statements within 15 days of the solicitation issue date, which is expected around December 30, 2025. For further inquiries, contact Grace Y. McGinley at (215) 697-2198 or via email at GRACE.V.MCGINLEY.CIV@US.NAVY.MIL.
    N0038326Q0038, NIIN 011618379, VALVE, MODULATING, EC
    Dept Of Defense
    The Department of Defense, through the NAVSUP Weapon Systems Support office, is soliciting a sole-source contract for the repair of a 'VALVE, MODULATING, EC' and a 'DAMPENER, VIBRATION' specifically for the MH-60R platform, with Sikorsky identified as the only responsible source. The procurement involves comprehensive evaluation, labor, materials, and parts necessary to restore government-owned articles to operational condition, adhering to ISO 9001 quality standards and specific packaging and marking requirements outlined in MIL-STD-2073-1 and MIL-STD-129. This opportunity is critical for maintaining the operational readiness of military aircraft systems. Interested parties can contact Jacob R. Wells at (215) 697-1227 or via email at JACOB.R.WELLS14.CIV@US.NAVY.MIL for further details, with the anticipated award date set for December 2025.