15 - FMS REPAIR - STABILATOR ASSY
ID: N0038324Q679FType: 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

AIRFRAME STRUCTURAL COMPONENTS (1560)
Timeline
    Description

    The Department of Defense, through the Naval Supply Systems Command (NAVSUP) Weapon Systems Support, is seeking a sole source contractor for the repair of four Stabilator Assemblies (NSN: 7R 1560-012027151, Part Number: 70200-27001-045). This procurement is critical as the government lacks sufficient data to contract with any source other than the current supplier, emphasizing the importance of maintaining operational readiness for naval aircraft. The solicitation is set to close on April 7, 2025, and interested parties must ensure compliance with the Source Approval process outlined in the NAVSUP WSS Source Approval Brochure, which is available online. For further inquiries, potential bidders can contact Dana L. Scott at dana.scott@navy.mil or by phone at (215) 697-0273.

    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
    The document is a federal government Order for Supplies or Services, outlining the contractual terms and conditions for procurement. It includes sections detailing order specifics such as contract numbers, delivery instructions, and contractor information, emphasizing the need for accurate labeling and submission protocols for invoices. The preservation, packaging, packing, and marking requirements adhere to military standards, specifically referencing MIL-STD-2073-1 and MIL-STD-129 for the classification and protection of supplied items. This involves detailed instructions on the appropriate preservation methods, packaging materials, and shelf life markings essential for maintaining item integrity throughout the supply chain. The overarching purpose is to ensure compliance with federal guidelines in procurement processes while facilitating efficient supply management. The document's structured format reflects systematic organization for clarity in order administration, underscoring rigorous standards mandated for government contracts.
    This document serves as an amendment to update specific clauses within federal acquisition regulations (FAR). It removes several existing clauses, specifically 52.222-21 through 52.222-29, and incorporates new clauses as per class deviation 2025-O0003. Key updates include revisions to 52.204-8 regarding annual representations and certifications, 52.212-3 concerning offeror representations for commercial products and services, and corresponding changes to contract terms under clause 52.212-5. The document also modifies clauses related to simplified acquisitions (52.213-4) and apprentices and trainees (52.222-9), with specific substitutions outlined for each clause to ensure compliance with the latest regulatory standards. Lastly, changes to subcontract requirements for commercial products and services are included, all following the March 2025 deviation. This amendment aims to align federal procurement processes with updated statutory and executive order requirements, reflecting efforts to enhance clarity and compliance in government contracting.
    Lifecycle
    Title
    Type
    Combined Synopsis/Solicitation
    Similar Opportunities
    FMS Repair Actuator-Electro-Me
    Dept Of Defense
    The Department of Defense, through the NAVSUP Weapon Systems Support, is seeking a sole source contractor for the repair of the Actuator-Electro-Me, identified by NSN 7R1680013145838 and part number 70550-28903-103. This procurement involves a critical safety item, with a total quantity of three units required, and is necessary due to the government's lack of sufficient data to engage alternative sources. Interested vendors must be aware that government source approval is required prior to award, and proposals must include all necessary documentation as outlined in the NAVSUP WSS Source Approval Brochure. For further inquiries, potential bidders can contact Lauren Phillips at lauren.n.phillips6.civ@us.navy.mil.
    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.
    N0038326PR0R173 - Pre-Solicitation
    Dept Of Defense
    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.
    FD2030-25-00034
    Dept Of Defense
    The Department of Defense, through the Defense Logistics Agency (DLA) Aviation Oklahoma City, is issuing a special notice for the procurement of a stabilizer, horizontal, identified by NSN 1560-00-969-4277FL. This procurement involves the acquisition of airframe structural components, specifically designed to meet the requirements outlined in the top drawing KC3-10000-1, with an engineering data revision dated October 21, 2024. The stabilizer is a critical component in aircraft operations, ensuring stability and control during flight. Interested vendors should refer to the solicitation information for further details and are advised that quotes will be accepted once the solicitation has been approved by the contracting officer.
    FD2030-25-00035
    Dept Of Defense
    The Department of Defense, through the Defense Logistics Agency (DLA) Aviation in Oklahoma City, is issuing a special notice for the procurement of a stabilizer, horizontal, identified by NSN 1560-00-969-4278FL. This procurement is focused on acquiring airframe structural components, specifically related to the top drawing KC3-10000-3, with an expected revision date of October 21, 2024. The stabilizer is a critical component in aircraft operations, ensuring stability and control during flight. Interested vendors should refer to the solicitation information for further details and await the approval of the contracting officer for submission of quotes, as no specific funding amount or deadline has been provided at this time.
    16--NRP,SPOILER ASSY A0
    Dept Of Defense
    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.
    16--DAMPER ASSEMBLY, IN REPAIR/MODIFICATION OF
    Dept Of Defense
    The Department of Defense, through the NAVSUP Weapon Systems Support, is soliciting proposals for the repair and modification of a Damper Assembly, specifically NSN 06100-08801-045, under a sole source requirement. The contractor will be responsible for ensuring compliance with detailed repair procedures, including inspection, testing, and reassembly, to return the assembly to a Ready for Issue (RFI) condition. This procurement is critical for maintaining operational readiness of military helicopters, as the Damper Assembly is a key component in their rotor systems. Interested parties must contact Jacob Wells at jacob.r.wells14.civ@us.navy.mil or by phone at 215-697-1227 for further details, and must adhere to the submission requirements outlined in the NAVSUP WSS Source Approval Brochure to be considered for the contract.
    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.
    N0038325PR0R874 Pre-Solicitation
    Dept Of Defense
    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.
    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.