1615 - FMS REPAIR - MAIN MODULE ASSY (XMSN)
ID: N0038325R010FType: Presolicitation
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
    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
    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.
    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
    Similar Opportunities
    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.
    16--TRIM SERVO ASSY,AIR, IN REPAIR/MODIFICATION OF
    Dept Of Defense
    The Department of Defense, through the Naval Supply Systems Command (NAVSUP) Weapon Systems Support, is seeking proposals for the procurement of 26 units of the Trim Servo Assembly, Air, under a sole source solicitation. The specific item, identified by NSN 7R-1680-014967283 and part number 70400-02260-123, is critical for various aircraft operations, and the government currently lacks sufficient data to contract with sources other than the approved supplier. Interested vendors 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 inquiries, potential bidders can contact Casey M. Brown at (215) 697-3752 or via email at casey.m.brown20.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.
    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.
    99--RECIEVER, IN REPAIR/MODIFICATION OF
    Dept Of Defense
    The Department of Defense, through the Department of the Navy's NAVSUP Weapon Systems Support, is seeking proposals for the repair and modification of a specific receiver, identified by NSN 0R-0098-LLZ98S225-CC, with a total quantity of 12 units required. This procurement is classified as a sole source requirement, indicating that the government lacks sufficient data to contract with any source other than the current supplier, and it is subject to various trade agreements. Interested vendors must obtain Government Source Approval prior to award and submit the necessary documentation as outlined in the NAVSUP WSS Source Approval Brochure, which is available online. For inquiries, potential bidders can contact Cody P. Cameron at (215) 697-1202 or via email at cody.p.cameron.civ@us.navy.mil.
    59--CIRCUIT CARD ASSEMB, IN REPAIR/MODIFICATION OF
    Dept Of Defense
    The Department of Defense, specifically the Department of the Navy through NAVSUP Weapon Systems Support, is seeking proposals for the repair and modification of circuit card assemblies, identified by NSN 7R-5998-015191437-V2, with a quantity of 26 units required. This procurement necessitates engineering source approval due to the flight-critical nature of the item, which mandates that only approved sources may submit proposals, as they possess the unique design capabilities and technical data essential for maintaining quality. Interested vendors must provide comprehensive documentation as outlined in the NAVSUP Source Approval Information Brochures, and proposals must be submitted within 45 days of this notice, with the primary contact for inquiries being Shannon K. Hart at (215) 697-3638 or via email at SHANNON.K.FITZGERALD3.CIV@US.NAVY.MIL.
    16 - FMS REPAIR - BLADE, ROTARY WING
    Dept Of Defense
    The Department of Defense, through the NAVSUP Weapon Systems Support, is soliciting proposals for the sole-source repair of 12 rotary wing blades (NSN: 7RE 1615 011589679 VH, Part No: 70150-29100-041), which are classified as Critical Safety Items for Foreign Military Sales (FMS Case: AT-P-GXO). The procurement aims to restore these government-owned components to operational condition under a Firm Fixed Price contract, emphasizing compliance with ISO 9001 quality management standards and strict packaging requirements as outlined in MIL-STD-2073-1. Proposals are due by 2:00 PM EST on October 1, 2025, and interested parties must contact Mrs. Dana Scott at dana.scott@navy.mil for further information and to ensure compliance with the necessary source approval processes.
    SYNOPSIS N0038325PR0R741
    Dept Of Defense
    The Department of Defense, through NAVSUP Weapon Systems Support, is seeking to procure repair services for a specific transmitter part from Northrop Grumman Systems Corp, identified by NSN: 5865015796300 and P/N: 001-008065A0402. This procurement is critical as Northrop Grumman is the Original Equipment Manufacturer (OEM) and the only known source capable of providing the necessary repair support, with no available drawings or data for alternative suppliers. Interested parties may submit capability statements or proposals within 30 days of this presolicitation notice, with the solicitation expected to be issued on December 17, 2025, and responses due by January 17, 2026. For further inquiries, contact Shamus F. Roache at Shamus.F.Roache.CIV@us.navy.mil.
    59--CIRCUIT CARD ASSEMB- AND SIMILAR REPLACEMENT PARTS, IN REPAIR/MODIFICATION OF
    Dept Of Defense
    The Department of Defense, specifically the Department of the Navy through NAVSUP Weapon Systems Support Mechanics, is seeking to procure circuit card assemblies and similar replacement parts for repair and modification purposes. The procurement involves a quantity of 194 units of National Stock Number (NSN) 7H-5998-014841478, with delivery terms set as FOB Origin, and is intended to be solicited and negotiated with only one source due to the government's determination that it is uneconomical to acquire the necessary data or rights for competitive procurement. Interested parties are encouraged to express their interest and capability to fulfill the requirement within 45 days of the notice, with a forthcoming solicitation expected around February 19, 2025. For further inquiries, potential vendors can contact Amber Wale at (717) 605-2541 or via email at amber.wale@navy.mil.
    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.