PMA-265 Fleet Support Representatives for Servo-Cylinder Test Station (STS) Bench
ID: N00019-24-RFPREQ-TPM265-1166Type: Presolicitation
Overview

Buyer

DEPT OF DEFENSEDEPT OF THE NAVYNAVAL AIR SYSTEMS COMMANDPATUXENT RIVER, MD, 20670-5000, USA

NAICS

Other Aircraft Parts and Auxiliary Equipment Manufacturing (336413)

PSC

TECHNICAL REPRESENTATIVE- AIRCRAFT COMPONENTS AND ACCESSORIES (L016)
Timeline
    Description

    The Department of Defense, through the Naval Air Systems Command (NAVAIR), intends to negotiate a sole source contract with The Boeing Company for Fleet Support Representative (FSR) services related to the Servo-Cylinder Test Station (STS) Bench. The FSR will provide essential technical support for maintenance and repair operations at Marine Aviation Logistic Squadrons (MALS) 31, 11, and 41, specifically addressing the obsolescence upgrade of the STS and ensuring effective communication of weapon system performance issues. This acquisition is critical as Boeing is the sole designer and manufacturer of the STS, possessing the unique expertise required for this support. The contract is set to commence on January 1, 2025, and conclude on December 31, 2025. Interested parties can reach out to Reannda Bill at reannda.l.bill.civ@us.navy.mil or Jennifer Lauver at jennifer.l.lauver.civ@us.navy.mil for further inquiries.

    Files
    No associated files provided.
    Lifecycle
    Similar Opportunities
    15--PROBE,REFUELING,AIR, IN REPAIR/MODIFICATION OF
    Active
    Dept Of Defense
    The Department of Defense, specifically the Department of the Navy through NAVSUP Weapon Systems Support, is seeking to procure repair services for a refueling probe for the F/A-18E/F/G aircraft. The procurement involves a sole source solicitation with The Boeing Company, the Original Equipment Manufacturer, for the repair of the specific part identified by NSN 7R-1560-015253475-QF, with a quantity of one unit required. This component is critical for the operational readiness of the aircraft, and the government does not possess the necessary data to source it from alternative suppliers. Interested parties must submit their capability statements to the primary contact, Jessica T. Grzywna, via email by October 28, 2024, with the anticipated award date set for November 12, 2024.
    F/A-18E/F AND EA-18G PRODUCTION LINE SHUTDOWN
    Active
    Dept Of Defense
    The Department of Defense, through the Naval Air Systems Command, intends to procure production line shutdown services for the F/A-18E/F and EA-18G aircraft from The Boeing Company and its subcontractors. The procurement involves the disposition, packaging, and shipment of Government-Furnished Property, Support Equipment, Special Tooling, and Special Test Equipment currently held by Boeing and its suppliers, with a performance period anticipated to last 38 months. This initiative is critical as it ensures the proper management and storage of approximately 18,830 items of Government property, leveraging Boeing's unique access to the necessary technical data and records. Interested parties may submit a Statement of Capability and Qualifications to the primary contact, Meya Musso, at yakedra.musso@navy.mil, within 15 days of this announcement, as the procurement is being pursued on a sole source basis.
    59--CABLE ASSEMBLY,SPEC
    Active
    Dept Of Defense
    The Department of Defense, through the NAVSUP Weapon Systems Support office, is seeking to procure a sole source supply of Cable Assembly, specifically the NSN 7R-5995-016618157-TX, from The Boeing Company. The procurement involves a quantity of 9 units of this specialized aircraft cable assembly, which is critical for avionic support equipment, and is being solicited on a sole source basis due to the lack of available drawings or data for alternative suppliers. Interested parties must submit their capability statements to the primary contact, Jessica T. Grzywna, at Jessica.grzywna@navy.mil, within 15 days of this notice, with the solicitation expected to be issued on October 16, 2024, and proposals due by November 15, 2024.
    16--FPMU STEPUP GEARBOX, IN REPAIR/MODIFICATION OF
    Active
    Dept Of Defense
    The Department of Defense, through the NAVSUP Weapon Systems Support office, is seeking to procure repair services for the FPMU Stepup Gearbox, specifically NSN 7R-1680-016936882-DQ, from Triumph Gear Systems. The procurement involves the repair of six units of this specialized component, which is critical for various aircraft operations, and is being solicited on a sole source basis due to Triumph Gear Systems being the Original Equipment Manufacturer (OEM) and the only known source for this repair. Interested parties have 45 days to submit their capability statements or proposals for consideration, with the anticipated award date set for February 2025. For inquiries, potential vendors can contact Elise M. Anzini at Elise.Anzini@navy.mil or by phone at (215) 697-3967.
    Field Service Representative (FSR) Technical Support
    Active
    Dept Of Defense
    The Department of Defense, specifically the Department of the Army, is planning to award a sole source contract for Field Service Representative (FSR) technical support related to Cummins V903 Engines. This contract, which will be a Firm Fixed Price Level of Effort (FFP-LOE) agreement, aims to provide on-site technical support for diagnosing and repairing engine issues in Self Propelled Howitzer Systems (SPHS) and Bradley Fighting Vehicle Systems (BFVS) during vehicle production. The procurement is critical for ensuring the operational readiness and reliability of these military systems, and the government intends to negotiate exclusively with Cummins, Inc. Interested vendors may submit statements of interest and capability descriptions, with further inquiries directed to Chelsee Crutchfield at chelsee.n.crutchfield.civ@army.mil or Steven Netter at steven.p.netter2.civ@army.mil.
    Fuel Signal Conditioner (FSC) Test Bench Fabrication and Qualification Effort
    Active
    Dept Of Defense
    The Department of Defense, specifically the Naval Air Systems Command (NAVAIR), is planning to issue a Firm Fixed Price contract for the fabrication and qualification of a new Fuel Signal Conditioner (FSC) test bench, intended to replace an obsolete existing test bench. This procurement aims to support the production verification and repair testing of FSCs for the H-1 program, which is critical for maintaining operational readiness and efficiency. The contract is set to be awarded on a sole source basis to BAE Systems Controls Inc., the only responsible source with the necessary expertise and data rights, with an anticipated award in the third quarter of FY25. Interested parties may direct inquiries to Emily Wallace at emily.r.wallace9.civ@us.navy.mil for further information.
    N00383-24-Q-0038
    Active
    Dept Of Defense
    The Department of Defense, specifically the Department of the Navy through NAVSUP Weapon Systems Support, is soliciting proposals for a Basic Ordering Agreement (BOA) under solicitation number N00383-24-Q-0038. This procurement focuses on the repair and modification of government property, particularly the repairable assemblies within the F-18 system, which are critical for maintaining operational readiness and efficiency. The selected contractor will be responsible for adhering to strict quality standards, managing labor and materials, and ensuring compliance with military packaging and shipment regulations over a five-year period. Interested parties can reach out to Christopher Kilcourse at CHRISTOPHER.KILCOURS@NAVY.MIL for further details regarding the submission process and requirements.
    SOLE SOURCE Service contract for the replacement of liner bearings in the Non-Rotating Control Swash Plate P/N 7-311527061.
    Active
    Dept Of Defense
    The Department of Defense, specifically the Department of the Army, is seeking a sole-source service contract for the replacement of liner bearings in the Non-Rotating Control Swash Plate P/N 7-311527061, crucial for the Rotor Control Branch's operations. This contract is designated for Sargent Aerospace & Defense, LLC, the original equipment manufacturer (OEM), which possesses the proprietary processes and technical data necessary for this specialized work. The contract, funded by Army Working Capital Funds, is set to commence in FY 2025 with a performance period of 12 months, and the offer due date is scheduled for 11:00 AM on October 22, 2024. Interested parties can contact Terry B. Clark at terry.b.clark4.civ@army.mil or by phone at 361-961-6489 for further details.
    SOLE SOURCE – Procurement of Test Requirement Documents (TRDs), Logistics Product Data (LPD), and Engineering Data for Provisioning (EDFP) for AN/ZPY-3(v)2 Multi-Function Active Sensor (MFAS) Shop Replaceable Assemblies (SRA)
    Active
    Dept Of Defense
    The Department of Defense, specifically the Naval Surface Warfare Center (NSWC) Crane, is seeking to procure Test Requirement Documents (TRDs), Logistics Product Data (LPD), and Engineering Data for Provisioning (EDFP) for the AN/ZPY-3(v)2 Multi-Function Active Sensor (MFAS) Shop Replaceable Assemblies (SRA). This procurement is essential for supporting future Organic Depot activation at the Fleet Readiness Center Southeast (FRCSE) and is critical for the MQ-4C Triton Unmanned Aircraft System's air-to-surface maritime radar capabilities. The contract will be awarded on a sole source basis to Northrop Grumman, the Original Equipment Manufacturer, with an anticipated issue date of September 23, 2024, and a closing date of October 23, 2024, at 2:00 PM Eastern. Interested parties may contact Gavin Thompson at 812-381-2514 or via email at gavin.d.thompson2.civ@us.navy.mil for further inquiries.
    FMS E-2D Peculiar Support Equipment
    Active
    Dept Of Defense
    The Department of Defense, through the Naval Air Warfare Center Aircraft Division (NAWCAD), intends to procure fourteen (14) various Peculiar Support Equipment (PSE) to support the Foreign Military Sales (FMS) program for Japan's E-2D aircraft. This procurement will be conducted on a sole source basis with Boeing Distribution Inc., as the Government has determined that only one responsible source can meet the requirements under FAR 6.302-1. The equipment is critical for the maintenance and operational readiness of the E-2D aircraft, which plays a vital role in Japan's defense capabilities. Interested parties may submit responses within fifteen days of this notice, and registration in the System for Award Management (SAM) is mandatory for consideration. For further inquiries, contact Melanie Simon at melanie.k.simon.civ@us.navy.mil.