1680 - Synopsis / Solicitation for 6-month basic ordering agreement
ID: N0038325R005DType: Combined Synopsis/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

MISCELLANEOUS AIRCRAFT ACCESSORIES AND COMPONENTS (1680)
Timeline
    Description

    The Department of Defense, through the NAVSUP Weapon Systems Support, is seeking to establish a 6-month basic ordering agreement for the repair and supply of various aircraft parts and components. This procurement involves 237 repair Contract Line Item Numbers (CLINs) and 158 spare CLINs for critical aircraft systems including the V-22, P-8, H-60, F-18, H-1, KC-130, E2/C2, CFM56, T-56, and AE3007H, with Honeywell International Inc. identified as the sole source capable of fulfilling these requirements. Given the flight-critical nature of these items, interested vendors must submit a capability statement and adhere to the source approval process outlined by the Navy, with all proposals due to be considered for award. For further inquiries, potential bidders can contact Christian Markle at 215-697-6679 or via email at christian.m.markle.civ@us.navy.mil.

    Point(s) of Contact
    Christian Markle 215-697-6679
    christian.m.markle.civ@us.navy.mil
    Files
    No associated files provided.
    Lifecycle
    Title
    Type
    Combined Synopsis/Solicitation
    Similar Opportunities
    Synopsis for Solicitation N0038326QD054
    Dept Of Defense
    The Department of Defense, through the NAVSUP Weapon Systems Support, is seeking proposals for the repair of two shut-off valves (Part Number: 109382-23-1, NIIN 012207435) in support of the Kansas, as part of a Foreign Military Sales (FMS) requirement. The procurement is critical as the items are flight critical, and Honeywell International Inc. is currently the only known source with full repair capabilities; however, all responsible sources are encouraged to submit capability statements or proposals for consideration. Interested vendors must obtain government source approval prior to contract award, and must provide detailed technical data as outlined in the U.S. Navy Aviation Supply Office Source Approval Information Brochure. For inquiries, vendors can contact Shannon K. Fitzgerald at (215) 697-3638 or via email at Shannon.K.Fitzgerald3.CIV@US.NAVY.MIL.
    N0038326RS050
    Dept Of Defense
    The Department of Defense, specifically the Department of the Navy through NAVSUP Weapon Systems Support, is seeking proposals for the renewal of a Long Term Contract (LTC) for consumable spares over a five-year term. This contract will cover eight National Item Identification Numbers (NIINs), including various repair kits and parts kits, with estimated quantities ranging from 25 to 5,000 units for each item. These items are critical for aircraft maintenance and repair, emphasizing the importance of sourcing from approved vendors under the authority of FAR 6.302-1, as government source approval is required for award. Interested vendors must submit a proposal along with the necessary documentation as outlined in the NAVSUP Source Approval Request (SAR) Brochure, which can be accessed online. For further inquiries, potential bidders can contact Sophia Noel at 215-697-3698 or via email at sophia.noel@navy.mil.
    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.
    Synopsis for FMS Repair Solicitation N0038326QD052
    Dept Of Defense
    The Department of Defense, through the NAVSUP Weapon Systems Support, is seeking proposals for the repair of a fluid regulating valve (NIIN 013177769, PN 123SCEC5020-17) in support of Foreign Military Sales (FMS) to Japan. The procurement is specifically for the repair of this flight-critical item, which currently has Honeywell International Inc. as the sole known source with full repair capabilities. Interested vendors must submit a capability statement and comply with the U.S. Navy's source approval requirements, as the government will not consider offers that do not meet the necessary documentation criteria. For inquiries, potential bidders can contact Shannon K. Fitzgerald at (215) 697-3638 or via email at Shannon.K.Fitzgerald3.CIV@US.NAVY.MIL.
    16--TIP ASSEMBLY,LEFT, IN REPAIR/MODIFICATION OF
    Dept Of Defense
    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.
    16--TIP,ASSEMBLY,LH, IN REPAIR/MODIFICATION OF
    Dept Of Defense
    The Department of Defense, through the NAVSUP Weapon Systems Support office, is seeking to procure repair services for a left-hand assembly tip for the P-8 aircraft, specifically identified by NSN 7R-1680-016600068-P8. The procurement will 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 for this component. This opportunity is critical for maintaining the operational readiness of the P-8 aircraft, and interested parties are encouraged to submit their capability statements to the contracting officer, Taylor M. Weidman, at taylor.m.weidman2.civ@us.navy.mil, within 15 days of this notice. The solicitation is expected to be issued on December 17, 2025, with proposals due by January 15, 2025, and the anticipated award date is January 30, 2025.
    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.
    FMS REPAIR OF COMPUTER, FLIGHT CONTROL
    Dept Of Defense
    The Department of Defense, through the NAVSUP Weapon Systems Support office, intends to award a sole source contract for the repair of a flight control computer specifically for H-1 aircraft. The procurement involves the repair of one unit of the flight control computer (NIIN: 015825365, Part Number: 449-005-100-105), with PUI being the Original Equipment Manufacturer and the only known source for this service, as the Government lacks the necessary data for competitive procurement. This contract is crucial for maintaining the operational capabilities of the H-1 aircraft, and the solicitation is expected to follow FAR Part 15, with an anticipated award date in March 2026. Interested parties may submit capability statements within 45 days of the presolicitation notice, and inquiries can be directed to Shannon Menickella at shannon.r.menickella.civ@us.navy.mil.
    Synopsis for ATFLIR FMS BOA
    Dept Of Defense
    The Department of Defense, through the Naval Supply Systems Command (NAVSUP) Weapon Systems Support, is seeking proposals for the repair of 69 repair Contract Line Item Numbers (CLINs) associated with the F-18 aircraft system under a Foreign Military Sales (FMS) requirement. The primary source for these repairs is Raytheon Company, located in McKinney, Texas, which possesses the necessary capabilities; however, all responsible sources are encouraged to submit capability statements, proposals, or quotations for consideration. The items in question are flight critical, requiring government source approval prior to contract award, and interested vendors must provide detailed technical data as outlined in the U.S. Navy Aviation Supply Office Source Approval Information Brochure. For inquiries, interested parties can contact Shannon K. Fitzgerald at (215) 697-3638 or via email at Shannon.K.Fitzgerald3.CIV@US.NAVY.MIL.
    N0038326QN059
    Dept Of Defense
    The Department of Defense, through the NAVSUP Weapon Systems Support office, is seeking a sole source contractor for the repair of a Rotor Positioning Unit for the MV-22 aircraft. The procurement specifically targets the item with NSN 7RH 5990 014606390 and part number 41010950-103, which is critical for the operational capabilities of the platform. This opportunity is not a Total Small Business Set-Aside, and interested parties must submit their capability statements or proposals within 15 days of the notice publication, with the solicitation expected to be issued around December 25, 2025. For further inquiries, potential bidders can contact Amanda M. Sweeney at amanda.m.sweeney4.civ@us.navy.mil.