1615 - FMS REPAIR - MAIN MODULE ASSY (XMSN)
ID: N0038325R010FType: 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

HELICOPTER ROTOR BLADES, DRIVE MECHANISMS AND COMPONENTS (1615)
Timeline
  1. 1
    Posted Feb 12, 2025, 12:00 AM UTC
  2. 2
    Updated Apr 4, 2025, 12:00 AM UTC
  3. 3
    Due Apr 7, 2025, 6:00 PM UTC
Description

The Department of Defense, through the Naval Supply Systems Command (NAVSUP) Weapon Systems Support, is soliciting proposals for the sole-source repair of the Main Module Assembly (XMSN) under solicitation number 25PR0R010. This procurement involves the repair of a specific part, identified by NSN 7R 1615-015523522 and part number 70351-38100-049, with a quantity of one unit required. The repair services are critical for maintaining operational readiness of military aircraft, and the government intends to award the contract based on an established Basic Ordering Agreement (BOA) due to the lack of sufficient data to engage other sources. Interested vendors must submit their proposals by April 7, 2025, and are required to provide necessary documentation for government source approval, with inquiries directed to Mrs. Dana Scott at dana.scott@navy.mil.

Point(s) of Contact
Dana L Scott 215-697-0273
dana.scott@navy.mil
Files
Title
Posted
Apr 4, 2025, 12:06 PM UTC
This document serves as a formal order for supplies or services under a specific government contract and outlines the relevant terms and conditions. It includes crucial details such as the contract number, order date, delivery instructions, and payment methods. The order must be processed by submitting four invoicing copies. The document establishes the contractor's acceptance of terms and necessitates their signature for validation. Additionally, it specifies preservation, packaging, and marking requirements, referring to military standards to ensure the safe handling and transport of goods. Key metrics like quantity, unit price, and total amounts are delineated across various sections, ensuring clarity in order fulfillment. The overall purpose of the document is to facilitate efficient procurement processes within the government framework, which encompasses federal grants and RFPs. By adhering to outlined standards and protocols, the government aims to maintain quality control, accountability, and compliance in the acquisition of necessary supplies or services for its operations. This structured approach emphasizes the importance of meticulous record-keeping and adherence to established regulations.
Apr 4, 2025, 12:06 PM UTC
This amendment updates specific clauses within the Federal Acquisition Regulation (FAR) to align with class deviation 2025-O0003. It deletes various sections, including clauses 52.222-21 through 52.222-29, and incorporates updated provisions regarding annual representations, offeror certifications for commercial products and services, and contract terms essential for implementing statutes. The revisions specify changes to several paragraphs across multiple clauses, such as 52.204-8, 52.212-3, and 52.213-4, detailing requirements for certifications and simplified acquisitions. Moreover, the amendment includes modifications to the clauses related to apprentices and trainees, as well as subcontracting terms for commercial products. The changes are effective from March 2025 and reflect an ongoing effort to ensure compliance with current regulations and facilitate the procurement process in government contracts.
Lifecycle
Title
Type
Solicitation
Presolicitation
Similar Opportunities
16--CONTROL ASSEMBLY,EN, 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 procurement of a control assembly, NSN 7R-1680-016617950-E7, with a quantity of four units required for repair or modification. This procurement is critical for maintaining operational readiness and support for miscellaneous aircraft accessories and components. The government intends to negotiate with only one source under FAR 6.302-1, and interested parties are encouraged to submit their capabilities or proposals within 45 days of this notice. For further inquiries, interested vendors can contact Liem M. Phan at (215) 697-5722 or via email at LIEM.M.PHAN.CIV@US.NAVY.MIL.
16 - FMS Repair - ACTUATR,RAMP DR,MAS
Buyer not available
The Department of Defense, through the Naval Supply Systems Command (NAVSUP) Weapon Systems Support, is soliciting proposals for the sole-source repair of a specific actuator component, identified by NSN 7RH 1680 014956026 V2 and part number 1211495-008, with a quantity of 13 units required. This procurement is critical for maintaining operational readiness of military equipment, as the government lacks sufficient data to contract with sources other than the current supplier, emphasizing the importance of compliance with federal regulations and quality standards. Interested contractors must ensure they are an approved source and submit the necessary documentation as outlined in the NAVSUP WSS Source Approval Brochure, which is available online. For further inquiries, potential bidders can contact Megan N. McGinley at megan.n.mcginley.civ@us.navy.mil or by phone at (215) 697-6625.
59--ASSEMBLY,POWER MODU, IN REPAIR/MODIFICATION OF
Buyer not available
The Department of Defense, specifically the Department of the Navy through NAVSUP Weapon Systems Support Mechanic, is seeking to procure 42 units of the Assembly, Power Modu, which is classified under the PSC code 5963 for electronic modules. The procurement is for repair or modification of a specific part, NSN 7H-5963-016177746-VN, for which the government does not own the necessary data or rights to purchase from alternative sources, making it uneconomical to reverse engineer. Interested parties are encouraged to express their interest and capability to fulfill this requirement, as the government intends to negotiate with only one source under FAR 6.302-1, with a deadline for proposals set at 45 days from the notice publication. For further inquiries, interested vendors can contact Adolphe Andou at (717) 605-1228 or via email at ADOLPHE.ANDOU@NAVY.MIL.
14--MECHANISM ASSEMBLY, 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 procurement of 110 units of a mechanism assembly, classified under NSN 7R-1440-014133910-MX. This procurement is critical for the maintenance and modification of guided missile launchers, emphasizing the importance of these components in military operations. The government intends to negotiate with only one source under FAR 6.302-1, but all responsible parties are encouraged to express their interest and capability to fulfill the requirement within 45 days of this notice. Interested vendors can contact Jeremy P. Barney at (215) 697-1234 or via email at JEREMY.P.BARNEY.CIV@US.NAVY.MIL for further details.
59--ELECTRONIC COMPONEN, IN REPAIR/MODIFICATION OF
Buyer not available
The Department of Defense, through the Naval Supply Systems Command (NAVSUP) Weapon Systems Support, is seeking proposals for the repair and modification of electronic components, specifically NSN 0R-5998-017255297-RQ, REF NR 428-03114-001, with a quantity of three units required for delivery FOB origin. This procurement is critical as the item is flight critical, necessitating government source approval prior to contract award, which limits eligibility to previously approved sources only. Interested vendors must submit comprehensive documentation as outlined in the NAVSUP Source Approval Information Brochures, and failure to provide the required data will result in disqualification from the award process. For further inquiries, interested parties can contact Nadia Govorushko at (215) 697-2813 or via email at NADIA.GOVORUSHKO.CIV@US.NAVY.MIL.
16--CONTROL AND STATUS
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 two units of a flight-critical part identified by NSN 7R-1680-015827988-E7. This procurement requires engineering source approval due to the unique design capabilities and manufacturing knowledge necessary to maintain the quality of the part, which is not readily available to the Government. Interested vendors must be approved sources or submit detailed information for source approval, as the contract will not be awarded without this approval, and the Government intends to negotiate with only one source under FAR 6.302-1. Proposals must be submitted within 45 days of this notice, and interested parties can contact Hayden Young at (215) 697-2928 or via email at HAYDEN.J.YOUNG3.CIV@US.NAVY.MIL for further details.
16--CONTROL ASSEMBLY,LA, IN REPAIR/MODIFICATION OF
Buyer not available
The Department of Defense, through the NAVSUP Weapon Systems Support office, is seeking to procure repair services for twenty units of the CONTROL ASSEMBLY,LA, specifically for the VH-22 aircraft. This procurement is intended to be conducted on a sole source basis with SAFRAN ELECTRONICS CANADA, 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 encouraged to submit their capability statements or proposals within 45 days of this notice, with the anticipated award date set for July 28, 2025. For further inquiries, interested organizations may contact Sophia L. Pugh at sophia.l.pugh.civ@us.navy.mil.
16--PROPELLER, 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 aircraft propellers, identified by NSN 7R-1610-008871944-BP. The procurement involves a quantity of four units, with strict requirements for engineering source approval to ensure the quality and safety of the flight-critical components. This opportunity is classified as a sole source requirement, meaning that only previously approved sources may submit proposals, and interested parties must provide comprehensive documentation as outlined in the NAVSUP WSS Source Approval Brochure. For further inquiries, potential bidders can contact Katlyn M. Galetto at (215) 697-6549 or via email at Katlyn.Galetto@navy.mil, with proposals due within 45 days of the notice publication.
16--MODULE HYD FLT,CON,, 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 procurement of 21 units of the Module Hyd FLT, identified by NSN 7R-1680-016485154-V2. This presolicitation notice indicates that the government intends to negotiate with only one source under FAR 6.302-1, emphasizing the specialized nature of the required supplies, which are critical components for miscellaneous aircraft accessories. Interested parties are encouraged to express their interest and capability to meet the requirement within 45 days of this notice, with all proposals being considered for the procurement process. For further inquiries, potential bidders can contact Thomas S. McLaughlin at (215) 697-2486 or via email at THOMAS.S.MCLAUGHLIN7.CIV@US.NAVY.MIL.
17--MAIN ACTUATOR - AND OTHER REPLACEMENT PARTS, IN REPAIR/MODIFICATION OF
Buyer not available
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 MAIN ACTUATOR and other replacement parts. This procurement is a sole source requirement, necessitating Government Source Approval prior to award, as the Government does not possess sufficient data to contract with other sources. The items are critical for maintaining operational readiness and reliability in military aircraft systems. Interested contractors must submit their proposals, including necessary documentation as outlined in the NAVSUP WSS Source Approval Brochure, to Danielle Junod at danielle.m.junod.civ@us.navy.mil, with proposals remaining valid for a minimum of 120 days following submission.