Evaluation and repair of Gear Boxes
ID: N0016426Q0017Type: Combined Synopsis/Solicitation
Overview

Buyer

DEPT OF DEFENSEDEPT OF THE NAVYNSWC CRANECRANE, IN, 47522-5001, USA

NAICS

Other Aircraft Parts and Auxiliary Equipment Manufacturing (336413)

PSC

MAINT/REPAIR/REBUILD OF EQUIPMENT- AIRCRAFT COMPONENTS AND ACCESSORIES (J016)

Set Aside

No Set aside used (NONE)
Timeline
    Description

    The Department of Defense, through the Naval Surface Warfare Center (NSWC) Crane, is seeking a contractor for the evaluation and repair of specific gearboxes, identified by part number BA22763-200 and serial numbers 0034, 0172, and 0174. This sole source procurement is aimed at ensuring the operational readiness of critical aircraft components, with the contractor required to provide labor, materials, and transportation to perform these services at NSWC Crane in Indiana. The contract includes multiple option years for additional evaluations and repairs, emphasizing the importance of maintaining high-quality standards in military equipment. Interested vendors must submit their capability statements by December 18, 2025, at 4:00 PM Eastern Time, and can direct inquiries to Trista Ray at trista.m.ray.civ@us.navy.mil.

    Point(s) of Contact
    Files
    Title
    Posted
    The DD FORM 1423-1, FEB 2001, is a Contract Data Requirements List (CDRL) used for federal government RFPs, federal grants, and state/local RFPs. This specific iteration details requirements for a "FAILED ITEM ANALYSIS REPORT" for a "Primary Gear Box" from "Beaver Aerospace," with the data item number A001. The document outlines instructions for both government personnel and contractors regarding data item definitions, submission, and pricing. Key details include a distribution statement restricting access to the Department of Defense and U.S. DoD Contractors only, with export controls in place. The report is a one-time submission, to be provided 3-5 days after analysis completion. It specifies submission methods for both unclassified and classified data, including encrypted email, DoD SAFE, or physical delivery via UPS/FedEx for sensitive materials. The document also details the review and approval process for CDRL changes or acceptance by the Requiring Technical Authority (RTA) within 30 calendar days.
    The DD FORM 1423-1, FEB 2001, titled "CONTRACT DATA REQUIREMENTS LIST (1 Data Item)," is a standardized form used in government contracting, particularly for federal RFPs and grants. It details requirements for data deliverables from contractors. The form specifies information such as contract line item numbers, data item titles, authority, contract references, requiring offices, frequency of submission, distribution, and pricing. Key sections include instructions for both government personnel and contractors on completing the form, with detailed explanations for each item. Remarks clarify specific submission details, distribution statements (e.g., Distribution Statement D for export-controlled technical data), and submission methods (e.g., encrypted email or DoD Safe). The document also outlines the government's review and approval process for CDRL changes, emphasizing timely feedback. This form ensures clear communication and compliance regarding data deliverables in government contracts.
    Appendix F outlines detailed procedures for the Material Inspection and Receiving Report (MIRR), crucial for documenting Government contract quality assurance within federal RFPs and grants. It covers the use, preparation, and distribution of the Wide Area Work Flow (WAWF) Receiving Report (RR), WAWF Reparable Receiving Report (RRR), WAWF Energy RR, and the physical DD Form 250 series. The document emphasizes WAWF as the primary electronic method for these reports, with DD Form 250 used on an exception basis. Key aspects include instructions for completing various fields such as contract and shipment numbers, dates, addresses, item descriptions, quantities, and quality assurance details. It also addresses consolidated shipments, correction procedures, invoice instructions, packing list usage, and detailed distribution requirements for both electronic and paper forms. The appendix aims to standardize reporting for material inspection, receipt, and acceptance, ensuring compliance and efficient processing in government contracts.
    The Request for Quotation (RFQ) N0016426Q0017 is a sole source procurement from Beaver Aerospace & Defense Inc. for the evaluation and potential repair of BA22763-200 gearboxes. The RFQ includes initial evaluation of three specific gearboxes (S/N: 0034, 0172, and 0147) and multiple option line items for additional evaluations and subsequent repairs of gearboxes with serial numbers to be determined upon exercise of the options. These options extend through Option Year 3. All services require the contractor to furnish labor, materials, supplies, equipment, supervision, and transportation FOB Destination Crane, IN. Inspection and acceptance for all items will occur at NSWC Crane, with Dave Wonder as the point of contact. The RFQ incorporates FAR and DFARS clauses related to Government Furnished Property (GFP), requiring reporting through PIEE and Wide Area WorkFlow (WAWF).
    WXST requires the Original Equipment Manufacturer (OEM) to evaluate and repair a one-of-a-kind Primary Gear Box, a critical component of the Turret Deployment Drive System (TDDS). The contractor will perform failure analysis, including troubleshooting and inspection, and provide a repair quote. Upon government approval, repairs will restore the unit to like-new condition within 30 days. The contractor is responsible for inventory reporting of Government Furnished Property (GFP) and submitting a Failed Item Analysis Report (CDRL A001) and a Government Property Inventory Report (CDRL A002). The place of performance is Beaver Aerospace in Livonia, MI, with NSWC Crane as the technical point of contact. The period of performance is 30 days.
    Lifecycle
    Title
    Type
    Combined Synopsis/Solicitation
    Similar Opportunities
    NIINs to N00383-22-G-ZL01
    Dept Of Defense
    The Department of Defense, through the NAVSUP Weapon Systems Support office, is seeking to procure repair services for specific gearbox assemblies from Bell Textron Inc on a sole source basis. The procurement involves the repair of various gearbox items, as detailed in the attached exhibit, which includes Main, Assembly, Intermediate, and Combing Gearboxes, with an estimated quantity of one unit for year five and zero units for the preceding years. This contract is critical for maintaining operational readiness and support for the Navy's aircraft systems. Interested parties must submit their capability statements to Jake Kucowski at jake.kucowski.civ@us.navy.mil within 15 days of the notice publication, as this procurement is not a Total Small Business Set-Aside and will not be delayed for Source Approval Requests.
    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.
    SOLE SOURCE – EVALUATION AND REPAIR
    Dept Of Defense
    The Department of Defense, specifically the Department of the Navy's NSWC Crane, is seeking a sole source contractor for evaluation and repair services related to electrical and electronic equipment components. This procurement is justified under the notice type "Justification," indicating that the services are critical and may not be competitively bid. The work will take place in Crane, Indiana, and is essential for maintaining the operational readiness and reliability of the Navy's equipment. Interested parties can reach out to Kelsey Strunk at kelsey.r.strunk.civ@us.navy.mil for further details regarding this opportunity.
    UH-60 GEARBOX, ASSEMBLY UPGRADE AND OVERHAUL
    Dept Of Defense
    The Department of Defense, specifically the U.S. Army Contracting Command-Redstone Arsenal, is seeking potential sources for the inspection, overhaul, and upgrade of the UH-60 Gearbox, Assembly. This procurement aims to ensure the availability of services, facilities, labor, and materials necessary to return the gearbox to a condition code A, as defined by Army regulations, highlighting its critical safety status. Interested contractors must submit a capabilities statement by December 29, 2025, to the primary contact, Jason Howell, at jason.l.howell4.civ@army.mil, with the possibility of a single award contract structured as a Firm Fixed Price, Five Year Indefinite Delivery Indefinite Quantity (IDIQ) contract. The applicable NAICS code for this opportunity is 336413, and the government encourages responses from small businesses, with a minimum quantity of 30 and a maximum of 180 units anticipated.
    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.
    SOLE SOURCE –Model 3152 and 3152A Repair Services
    Dept Of Defense
    The Department of Defense, specifically the Department of the Navy's NSWC Crane, is seeking to procure sole source repair services for Model 3152 and 3152A equipment. This procurement is justified under the maintenance, repair, and rebuilding of instruments and laboratory equipment, indicating the critical nature of these services for operational readiness. The selected contractor will be responsible for ensuring the functionality and reliability of these models, which are essential for various defense applications. Interested parties can reach out to Chris Jones at christopher.m.jones405.civ@us.navy.mil for further details regarding this opportunity.
    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.
    GEARBOX,LANDING
    Dept Of Defense
    The Department of Defense, through the Defense Logistics Agency (DLA) Aviation at Ogden, Utah, is soliciting proposals for three units of the Gearbox, Landing (NSN: 1620-00-617-9123) specifically for C-130 aircraft, primarily aimed at Foreign Military Sales (FMS) customers. The procurement emphasizes compliance with AS9100 quality standards, the Buy American Act, and various military standards for packaging and marking, including MIL-STD-130 and MIL-STD-2073-1E. This opportunity is critical for maintaining the operational readiness of military aircraft and ensuring compliance with national defense requirements. Interested contractors must submit their proposals by December 17, 2025, and can reach out to Richard Dunlap at richard.dunlap.2@us.af.mil or call 385-591-8306 for further information.
    NIINs to N00383-21-G-YJ01
    Dept Of Defense
    The Department of Defense, through the NAVSUP Weapon Systems Support office, is seeking to procure repair services for specific aircraft components from the Bell Boeing Joint Project Office on a sole source basis. The procurement involves the repair of items listed in Attachment A, including PRGB ASSY LH, PRGB ASSY RH, and ELECTRONIC COMPONENTS, with a focus on ensuring the availability of critical aircraft parts for operational readiness. The estimated quantities for these components are one unit each for year 5, with a repair turnaround time of 110 days, and the total funding for the repairs is projected at $2,523,394.00. Interested parties must submit their capability statements to Jake Kucowski at jake.kucowski.civ@us.navy.mil within 15 days of the notice publication, as this opportunity is not a request for competitive proposals and requires source approval.
    N00383-26-Q-BA09
    Dept Of Defense
    The Department of Defense, specifically the Department of the Navy through NAVSUP Weapon Systems Support, is soliciting proposals for the teardown, evaluation, repair, and modification of the NSN 7RH 6110-01-690-3267 V2 Station. The procurement requires adherence to stringent quality control standards, including Mil-I-45208A and ISO-9000 series, and mandates that all parts supplied must be new unless approved by the Procurement Contracting Officer (PCO). This equipment is critical for maintaining operational readiness within the Navy, and proposals must be submitted via email by January 5, 2026, with pricing options including firm-fixed price or time and materials. Interested contractors can reach out to Michael J. Keith at (215) 697-2193 or via email at MICHAEL.J.KEITH40.CIV@US.NAVY.MIL for further details.