V-22 Proprotor Gearbox (PRGB) Input Quill/Clutch Redesign Additional NRE Requirements
ID: N00019-25-RFPREQ-APM275-0217Type: 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

AIRCRAFT, ROTARY WING (1520)
Timeline
    Description

    The Department of Defense, through the Naval Air Systems Command (NAVAIR), is seeking to negotiate a modification to an existing delivery order for the redesign of the V-22 Proprotor Gearbox (PRGB) Input Quill/Clutch, specifically to include additional Non-Recurring Engineering (NRE) requirements. This procurement aims to enhance the engineering change proposal efforts for the MV-22, CV-22, and CMV-22 Osprey aircraft, focusing on qualification testing and addressing corrosion and stress-related requirements. The contract will be awarded on a sole source basis to the Bell Boeing Joint Project Office, the only entity with the necessary expertise and technical data to fulfill these requirements. Interested parties may submit their capability statements to the primary contact, Sarah J. Springer, at sarah.j.springer7.civ@us.navy.mil, within fifteen days of the notice publication, although this is not a request for competitive proposals.

    Point(s) of Contact
    Files
    No associated files provided.
    Similar Opportunities
    V-22 Osprey Aircraft Loads and Dynamics Model Technical Data
    Buyer not available
    The Department of Defense, through the Naval Air Systems Command (NAVAIR), intends to award a Firm Fixed Fee delivery order to the Bell Boeing Joint Program Office for the provision of V-22 Aircraft Loads and Dynamics Models and related technical data. This procurement is essential to support the Production Line Shutdown (PLS) of the V-22 aircraft, which is critical for maintaining operational readiness and ensuring the integrity of the aircraft's design and performance. The contract will be awarded on a sole source basis, as Bell Boeing is the only responsible source with the necessary expertise and access to the required technical data. Interested parties may submit their capability statements within fifteen days of this notice, and for subcontracting opportunities, they can contact Jennifer Mckeon or Melissa Holland via the provided email addresses.
    16--END CAP ASSY,UPPER,, 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 the Upper End Cap Assembly for the V-22 aircraft, specifically under the NSN 7R-1680-015138989-V2. The procurement involves a sole source solicitation with The Boeing Company, the Original Equipment Manufacturer, for a quantity of six units, with delivery terms set to FOB Origin. This component is critical for maintaining the operational readiness of the V-22 aircraft, and the government does not possess the necessary data to source this part from alternative suppliers. Interested parties must submit their capabilities and qualifications to Jessica Grzywna via email by February 20, 2025, with the anticipated award date set for March 7, 2025. The solicitation is expected to be issued on January 21, 2025, and will be conducted electronically through NECO.
    N0038324Y9516
    Buyer not available
    The Department of Defense, through the NAVSUP Weapon Systems Support office, is planning to solicit a sole source contract with SIMMONDS PRECISION PRODUCTS for a Basic Ordering Agreement (BOA) concerning aircraft electronic components specifically for the V22 aircraft. The procurement focuses on an interface unit and a processor, which are critical components for the aircraft, and the government lacks the necessary data or drawings to source these parts from alternative suppliers. This contract, which will span five years, is governed by the authority of 10 U.S.C. 2304(c)(1) and FAR 6.302, indicating that only one responsible source can fulfill the requirements, and interested parties must submit their capabilities within 15 days, with proposals accepted up to 45 days. For further inquiries, interested parties can contact Amanda Sweeney at 215-697-2198 or via email at AMANDA.SWEENEY@NAVY.MIL.
    Synop - NIIN: 013838992
    Buyer not available
    The Department of Defense, through the NAVSUP Weapon Systems Support office, is planning to solicit a sole source contract for the acquisition of a specific gearbox (NSN: 1615 013838992, P/N: 70351-08080-045) essential for the H60 platform, with Sikorsky identified as the Original Equipment Manufacturer (OEM). This procurement is critical as Sikorsky is the only supplier capable of providing the necessary repair services due to the lack of available drawings or data for alternative procurement options. The solicitation is expected to be posted electronically on NECO by April 17, 2024, with an award anticipated by June 30, 2025; interested parties may submit capability statements to Samantha M. Freedman at SAMANTHA.M.FREEDMAN.CIV@US.NAVY.MIL, although the contract will not be delayed for Source Approval Requests. This acquisition falls under NAICS code 336413 and is not set aside for small businesses.
    16--MODULE,B-UP BRK CON, IN REPAIR/MODIFICATION OF
    Buyer not available
    The Department of Defense, through the NAVSUP Weapon Systems Support office, is seeking to procure four units of the MODULE, B-UP BRK CON, under a sole source contract with PALL AEROPOWER CORP. The procurement involves National Stock Number (NSN) 7R-1680-015710114-V2, and the items are critical for the repair and modification of miscellaneous aircraft accessories and components. As the Original Equipment Manufacturer (OEM), PALL AEROPOWER CORP is the only known source capable of providing the necessary repair support, and no drawings or data are available for alternative sourcing. Interested parties must submit their capability statements to the primary contact, Grace Y. McGinley, via email at grace.v.mcginley.civ@us.navy.mil, within 45 days of the notice publication, with the anticipated award date set for March 2025.
    16--SPINDLE ASSEMBLY
    Buyer not available
    The Department of Defense, through the NAVSUP Weapon Systems Support office, is seeking to procure eight units of the Spindle Assembly, part number 70102-28100-047, on a sole source basis from Sikorsky. This procurement is critical for maintaining the operational capabilities of helicopter rotor blades and drive mechanisms, as the Government does not possess the necessary data or rights to source these components from alternative suppliers. Interested parties are encouraged to submit capability statements or proposals within 45 days of this notice, with all communications directed to Kate N. Schalck at kate.n.schalck.civ@us.navy.mil. This opportunity is not set aside for small businesses, and the procurement will follow the guidelines outlined in FAR Part 15.
    16--BEARING,SPRING SET
    Buyer not available
    The Department of Defense, through the NAVSUP Weapon Systems Support office, is seeking qualified sources for the repair of a critical safety item, specifically the Bearing, Spring Set (NSN 7R-1680-016212096-V2). The procurement involves a five-year repair requirement, with only Bell Textron Inc. and Jamaica Bearings Co. Inc. being eligible to respond, as they are the only approved sources for this item. The solicitation is expected to be issued on January 15, 2025, with a closing date of February 14, 2025, and interested parties must submit their capabilities to the contract specialist, Julie A. Hoffman, via email at julie.a.hoffman22.civ@us.navy.mil. This procurement is not set aside for small businesses and will utilize electronic procedures for submission.
    16--BALLSCREW ASSEMBLY
    Buyer not available
    The Department of Defense, through the NAVSUP Weapon Systems Support office, is seeking to procure five units of the BALLSCREW ASSEMBLY, identified by NSN 7R-1680-016047407-V2, from the sole source, TRIUMPH GEAR SYSTEMS INC. This procurement is critical as the BALLSCREW ASSEMBLY is a specialized component necessary for various aircraft systems, and the government does not possess the data or rights to source this item from alternative suppliers. Interested parties have 15 days to express their capabilities to the contracting officer, with proposals accepted until 45 days after the notice, and the anticipated award date is set for April 2025. For further inquiries, interested vendors may contact Elise M. Anzini at elise.anzini@navy.mil or by phone at (215) 697-3967.
    C-5 Landing Gear Right-angle Gearbox Remanufacturing
    Buyer not available
    The Department of Defense, specifically the Department of the Air Force, is conducting market research to identify potential sources for the remanufacturing of the C-5 Landing Gear Right Angle Gearbox. The government intends to issue a sole source solicitation to Sargent Aerospace & Defense LLC, as they hold the proprietary data necessary for this remanufacturing process, which must comply with Technical Order 4S2-70-3. This gearbox is critical for the operational readiness of the C-5 aircraft, and the government is exploring whether this effort can be competitive or set aside for small businesses. Interested parties are encouraged to submit their company information and relevant experience to William Lee at william.lee.66@us.af.mil by the specified deadline, although no costs incurred in response will be reimbursed.
    16--MODULE,B-UP BRK CON, IN REPAIR/MODIFICATION OF
    Buyer not available
    The Department of Defense, through the NAVSUP Weapon Systems Support office, is seeking to procure 13 units of the MODULE, B-UP BRK CON, under a sole source contract with PALL AEROPOWER CORP. This procurement is essential for the repair and modification of aircraft components, specifically identified by NSN 7R-1680-015710114-V2, and is critical as the government does not possess the necessary data or rights to source these parts from alternative manufacturers. Interested parties have 45 days to submit their capability statements or proposals, with the anticipated award date set for March 2025. For further inquiries, interested organizations can contact Grace Y. McGinley at grace.v.mcginley.civ@us.navy.mil.