J--This is the NAVSUP WSS annual synopsis for FY 2017/Year 4 repairs to be performed under Basic Ordering Agreement N00383-14-G-004H used on the F/A-18 aircraft.
ID: N0038314G004HFY17Type: Presolicitation
Overview

Buyer

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

PSC

MAINT, REPAIR, REBUILD EQUIPMENT (J)
Timeline
    Description

    Presolicitation DEPT OF DEFENSE DEPT OF THE NAVY is seeking maintenance, repair, and rebuild equipment services for the F/A-18 aircraft. The repairs will be performed under Basic Ordering Agreement N00383-14-G-004H. Rockwell Collins in Fort Worth, TX is the only known source with full repair capability. The items requiring repair/modification are listed in Attachment A. While Teledyne Reynolds is the sole source, all responsible sources may submit a capability statement, proposal, or quotation. Government source approval is required prior to contract award due to the flight critical nature of the items and inadequate technical data. The brochure for source approval information can be obtained by calling NAVSUP WSS - P at (215) 697-4243. Failure to provide all required data will result in disqualification.

    Point(s) of Contact
    Zachary Dunn 215-697-5778
    Files
    No associated files provided.
    Similar Opportunities
    N0038326PR0R038 FMS_ REPAIR
    Dept Of Defense
    The Department of Defense, through the NAVSUP Weapon Systems Support office, intends to solicit a sole source contract for the repair of HF Couplers from Rockwell Collins, the Original Equipment Manufacturer (OEM). This procurement is critical as the government does not possess the necessary data or rights to source these repairs from alternative suppliers, making Rockwell Collins the only known source capable of fulfilling this requirement. Interested parties have 15 days to express their interest and capability to meet the government's needs, with a final deadline for proposals set at 45 days from the publication of this notice. For further inquiries, interested organizations may contact Alyssa Thieu at alyssa.t.thieu.civ@us.navy.mil.
    Repair of Data Concentrator
    Dept Of Defense
    Presolicitation DEPT OF DEFENSE DEPT OF THE NAVY is seeking repair services for a Data Concentrator used in aircraft S-70. The repair will be sourced from ROCKWELL COLLINS - MISSIONS. This is a sole source procurement as ROCKWELL COLLINS is the Original Equipment Manufacturer (OEM) and the only known source for providing repair support for this item. Interested parties may submit a capability statement, proposal, or quotation for consideration. The contract duration will be 1 year and UID requirements and Buy American Clauses will apply. The Government intends to use FAR Part 15 and FAR Part 12 procedures for this acquisition. This notice is not a request for competitive proposals, but all proposals received within 45 days will be considered. This procurement is not a Total Small Business Set-Aside. Interested organizations can submit their capabilities and qualifications to Dina Wojciechowski at dina.m.wojciechowski.civ@us.navy.mil.
    Repair of N0038326RN008
    Dept Of Defense
    The Department of Defense, through the Department of the Navy's NAVSUP Weapon Systems Support, is seeking contractors for the repair of various aircraft gearbox assemblies under the presolicitation notice N0038326RN008. The procurement includes the repair of eight units each of four different gearbox assemblies, specifically identified by their nomenclature and part numbers, which are critical components for aircraft operations. This non-commercial Foreign Military Sales (FMS) repair requirement underscores the importance of maintaining operational readiness and support for military aircraft. Interested parties can reach out to Jake Kucowski at JAKE.KUCOWSKI.CIV@US.NAVY.MIL or by phone at 771-229-0490 for further details regarding the solicitation process.
    16--RLY PNL ASSY,TRANSI
    Dept Of Defense
    The Department of Defense, specifically the Department of the Navy through NAVSUP Weapon Systems Support, is soliciting proposals for the repair of a Relay Panel Assembly, Transition (NSN: 1RD 1680 LLF02H198 CB, Part Number: 71550-20302-042). This sole source requirement involves the procurement of three units, as the government lacks sufficient data to contract with any source other than the current supplier. The items are critical components for military aircraft, and their timely repair is essential for maintaining operational readiness. Interested vendors must ensure they are an approved source and submit the necessary documentation as outlined in the NAVSUP WSS Source Approval Brochure, available online. For inquiries, contact Casey Brown at 215-697-3752 or via email at casey.m.brown20.civ@us.navy.mil.
    16--GEARBOX ASSY,TAIL,A, IN REPAIR/MODIFICATION OF
    Dept Of Defense
    The Department of Defense, specifically the Department of the Navy through NAVSUP Weapon Systems Support, is soliciting proposals for the repair and modification of the Gearbox Assembly, Tail, A (NSN: 1680017336838, Part Number: 06381-05000-044). This sole-source requirement involves the repair of five units, with the contractor responsible for all necessary labor, materials, and testing to return the items to a Ready for Issue (RFI) condition, adhering to strict quality and inspection standards. The procurement is critical for maintaining operational readiness of naval aircraft, and interested contractors must provide required documentation for government source approval along with their proposals. For inquiries, contact Lauren Phillips at lauren.n.phillips6.civ@us.navy.mil or by phone at 215-697-6566.
    FMS, QTY: 1, NIIN: 013788388
    Dept Of Defense
    The Department of Defense, specifically the Department of the Navy through NAVSUP Weapon Systems Support, is seeking qualified contractors to repair one unit of the FUEL CONTROL, MAIN for the F-18 aircraft, intended for the country of Kuwait. The procurement requires contractors to provide labor, materials, and facilities necessary to restore the government-owned article to operational condition, with the specific part number being 441675-5 and NSN 2915 013788388. This repair is critical for maintaining the operational readiness of the Navy's weapon systems, and the government intends to solicit only one source, Honeywell, under FAR 6.302-1 due to the lack of available data for repairs. Interested parties must submit their capability statements within five days of the notice publication, and for those not already approved as sources, a Source Approval Request package is required. For further inquiries, contact Jillian Eder at jillian.a.eder.civ@us.navy.mil or by phone at 771-229-0426.
    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.
    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.
    NIIN: 145565838; RFQ: N00383-26-Q-B052; FMS Repair
    Dept Of Defense
    The Department of Defense, through the NAVSUP Weapon Systems Support office, intends to issue a sole-source solicitation for the repair of DAY DISPLAY MODULEs (NIIN: 145565838, Part Number: C19697AA) specifically for H-1 aircraft. This procurement is aimed at securing repair services from THALES DEFENSE & SECURITY INC, the Original Equipment Manufacturer (OEM) and the only known source with the necessary data rights, highlighting the critical nature of maintaining operational readiness for military aircraft. The contract is expected to last one year, with the solicitation anticipated to be posted on NECO around January 6, 2026, and a closing date set for January 23, 2025, leading to an award date around March 31, 2026. Interested parties may submit capability statements within specified timeframes, and for further inquiries, they can contact Grace McGinley at grace.v.mcginley.civ@us.navy.mil.
    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.