16 - FMS REPAIR - BLADE, ROTARY WING
ID: N0038325R0029Type: Presolicitation
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
    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.
    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.
    BLADE SEAL
    Buyer not available
    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
    Buyer not available
    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.
    “NSN 1740-01-174-6769, BLADE RACK ASSEMBLY, WSDC: CFN, HELICOPTER CH/MH-53E.”
    Buyer not available
    The Department of Defense, through the Defense Logistics Agency (DLA Aviation), is conducting market research to identify potential sources for the manufacture of the Blade Rack Assembly, NSN 1740-01-174-6769, specifically for the CH/MH-53E helicopter. This sources sought notice aims to gather information on organizations capable of providing all necessary labor, materials, and equipment for the new manufacture of this component, which includes responsibilities such as supply chain management and logistics planning. Interested parties are encouraged to submit their capability statements by December 8, 2025, to Samuel Kogi at Samuel.Kogi@dla.mil, as the government evaluates market capacity to determine the procurement method, which may include small business set-asides or full and open competition.
    SPE4A726R0262,1610016636530,HUB,PROPELLER,AIRCR,1009110-2
    Buyer not available
    The Department of Defense, through the Defense Logistics Agency (DLA Aviation), is seeking proposals for the procurement of 308 aircraft propellers, specifically identified by NSN: 1610016636530 and Part Number: 1009110-2. This procurement is classified as a sole source acquisition, with Hamilton Sunstrand Corporation being the only approved source, and requires interested manufacturers to submit a complete source approval package if they are not the approved source. The contract will be a firm fixed-price agreement, with delivery expected within 292 days after receipt of order to DLA Distribution in New Cumberland, PA. The solicitation is set to be issued on December 22, 2025, with proposals due by January 21, 2026; interested parties can contact Renee Wassum at Renee.Wassum@dla.mil for further information.
    Apache AH-64 Composite Main Rotor Blade
    Buyer not available
    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.
    FMS-8-6615-1615-1615
    Buyer not available
    The Department of Defense, through the NAVSUP Weapon Systems Support, is soliciting a sole source contract for specific helicopter components, including cylinder and spindle assemblies, essential for military aircraft operations. The procurement includes three units of the Cylinder Assembly (NSN: 6615011585986) and five units of the Spindle Assembly (NSNs: 1615012382446 and 01615012382442), highlighting the critical nature of these parts in maintaining operational readiness. Interested vendors must be approved sources and are required to submit necessary documentation as outlined in the NAVSUP WSS Source Approval Brochure, which can be accessed online. For inquiries, potential bidders should contact Liam Cunningham at liam.f.cunningham2.civ@us.navy.mil.
    16--NRP,SPOILER ASSY A0
    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 component, the Spoiler Assembly A0, identified by NSN 7R-1680-016509001-P8. This requirement involves a quantity of one unit, which is classified as a commercial/non-developmental/off-the-shelf item, necessitating Government source approval prior to contract award due to its critical nature. Interested vendors must provide detailed documentation as outlined in the NAVSUP Source Approval Information Brochures, as offers lacking the required data will not be considered. Proposals must be submitted within 45 days of this notice, and interested parties can contact Helen I. Carmelo at (215) 697-1138 or via email at HELEN.I.CARMELO.CIV@US.NAVY.MIL for further information.
    28--CASE,DIFFUSER,TURBI, 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 a specific gas turbine component, identified by NSN 7R-2840-013660532-XQ. The procurement involves a quantity of 15 units, with delivery terms set to FOB Origin, and requires engineering source approval to ensure the quality and reliability of the part, which is critical for flight operations. Only sources previously approved by the Government will be considered for this contract, as the item is flight critical and necessitates adherence to strict qualification procedures. Interested parties must submit their proposals, including necessary source approval documentation, within 45 days of the notice, and can contact Charles F. Horan at (215) 697-1303 or via email at CHARLES.F.HORAN4.CIV@US.NAVY.MIL for further information.