Rate Gyroscope CN-1552/A and CN-1564/A Repair Services
ID: W155P7T-26-R-0PRGType: Combined Synopsis/Solicitation
Overview

Buyer

DEPT OF DEFENSEDEPT OF THE ARMYW6QK ACC-APGABERDEEN PROVING GROU, MD, 21005-1846, USA

NAICS

Search, Detection, Navigation, Guidance, Aeronautical, and Nautical System and Instrument Manufacturing (334511)

PSC

AUTOMATIC PILOT MECHANISMS AND AIRBORNE GYRO COMPONENTS (6615)

Set Aside

No Set aside used (NONE)
Timeline
    Description

    The Department of Defense, specifically the U.S. Army Contracting Command at Aberdeen Proving Ground, is seeking proposals for the repair services of Rate Gyroscopes CN-1552/A and CN-1564/A. The procurement aims to ensure 100% operational readiness of these gyroscopes, which are critical components in navigation and guidance systems, through a Firm-Fixed Price, Indefinite Delivery Indefinite Quantity (IDIQ) contract over a five-year period. Interested vendors must submit their quotes electronically by December 23, 2025, and are encouraged to direct any inquiries to Contract Specialist Alyson Scholz at alyson.n.scholz.civ@army.mil. The evaluation will focus on technical capabilities, past performance, and pricing, with a total estimated contract value not specified.

    Point(s) of Contact
    Files
    Title
    Posted
    This government file outlines the proposal submission and evaluation requirements for an RFP, focusing on the repair of Pitch Rate Gyro assets. Proposals must be submitted electronically to specific Army email addresses, adhere to a 120-day validity period, and refrain from containing classified data. Key submission content includes FAR 52.212-1(b) information, CAGE code, and three volumes—Technical, Past Performance, and Price—each with a 10-page limit. Evaluation factors are weighted: Technical (50%), Past Performance (40%), and Price (10%). Offerors must demonstrate an 'Acceptable' rating for Technical and Past Performance to be considered for award, with the government prioritizing best value over lowest price.
    The document outlines the Contract Data Requirements List (CDRL) using DD Form 1423-1 for a "Rate Gyroscope" system, detailing four specific data items: Performance and Cost Report (C001), Government Property (GP) Inventory Report (D001), Repairable Item Inspection Report (E001), Engineering Change Proposal (ECP) (F001), Notice of Revision (NOR) (G001), and Specification Change Notice (SCN) (H001). Each data item specifies its title, authority, contract reference, requiring office, frequency of submission, and distribution requirements. Submissions are generally electronic, via email through the Government contracting officer, in specified formats like .xls, .xlsx, Adobe Acrobat, or Microsoft Word/Excel. The document also includes detailed instructions for both government personnel and contractors on completing the form, defining various price groups for data items, and outlining payment procedures via electronic DD Form 250 through the Wide Area Workflow website if the data deliverable is priced. All technical data is subject to export restrictions under the Arms Export Control Act and Export Administration Act, requiring specific distribution statements and destruction notices.
    This Quality Assurance Surveillance Plan (QASP) outlines the procedures for monitoring the performance of the Rate Gyroscope CN-1552/A and CN-1564/A Repairs Contract for the CECOM Integrated Logistic Support Center (ILSC) Enterprise Soldier Aviation (ESA) Directorate. The plan details methods for identifying, recording, and reporting deficiencies in technical, schedule, management, and cost requirements. Performance will be reviewed quarterly by the Contracting Officer Representative (COR) and the Defense Contract Management Agency (DCMA) Quality Assurance Representative (QAR) through 100% inspection, primarily using the Repairable Item Inspection Report. The contract is a 5-Year Firm Fixed Price, Indefinite Delivery Indefinite Quantity effort. Performance ratings include Exceptional, Satisfactory, and Unsatisfactory, with unacceptable performance leading to a Contract Discrepancy Report (CDR) and potential corrective action plans. The COR is also responsible for validating contractor input into the Contract Manpower Reporting Application (CMRA).
    The document is not a government file but rather a placeholder message indicating that the user's PDF viewer may not be able to display the content. It advises upgrading to the latest version of Adobe Reader and provides links for download and further assistance. This message is not relevant to government RFPs, federal grants, or state/local RFPs, as it primarily addresses a technical issue related to document viewing.
    Lifecycle
    Title
    Type
    Combined Synopsis/Solicitation
    Similar Opportunities
    10--DUAL AXIS FOG GYRO
    Buyer not available
    The Department of Defense, through the Defense Logistics Agency (DLA) Land and Maritime, is seeking quotes for the procurement of 10 units of the Dual Axis Fog Gyro, identified by NSN 1005015661917. This solicitation may lead to an Indefinite Delivery Contract (IDC) with a one-year term or until the total orders reach $350,000, with an estimated four orders per year and a guaranteed minimum quantity of one. The Dual Axis Fog Gyro is critical for various military applications, and items will be shipped to multiple CONUS and OCONUS DLA Depots. Interested vendors must submit their quotes electronically, and any inquiries should be directed to the buyer via email at DibbsBSM@dla.mil, as hard copies of the solicitation are not available.
    INERTIAL NAVIGATION
    Buyer not available
    The Department of Defense, specifically the Department of the Navy through NAVSUP Weapon Systems Support, is soliciting quotes for the repair of inertial navigation systems. The procurement aims to ensure that these critical navigational instruments are restored to a Ready for Issue (RFI) condition, adhering to stringent quality control and inspection standards as outlined in the Statement of Work. These systems play a vital role in military operations, providing essential navigation capabilities for various defense applications. Interested contractors must submit their quotes via email to Lara L. Szott at LARA.L.SZOTT.CIV@US.NAVY.MIL by December 29, 2025, with a required repair turnaround time of 25 days after asset receipt.
    66--GYRO ASSEMBLY,NAVIG
    Buyer not available
    The Department of Defense, through the Defense Logistics Agency (DLA Aviation), is seeking quotes for the procurement of 16 units of the Gyro Assembly, Navigation (NSN 6605-25-161-6439). This solicitation is a Total Small Business Set-Aside, aimed at acquiring essential navigation equipment that plays a critical role in various defense applications. Interested vendors must submit their quotes electronically, as hard copies of the solicitation will not be available, and all submissions must be received within 76 days after the award date. For inquiries, potential bidders can contact the DLA via email at DibbsBSM@dla.mil.
    66--INDICATOR,GYRO
    Buyer not available
    The Department of Defense, through the Defense Logistics Agency (DLA Aviation), is seeking quotes for the procurement of three gyro indicators (NSN 6605000867527). This procurement is part of a total small business set-aside initiative and aims to fulfill specific military requirements for navigation and guidance systems. The selected supplier will be responsible for delivering the indicators to DLA Distribution San Joaquin within 155 days after order placement. Interested vendors must submit their quotes electronically, and any inquiries should be directed to the buyer via email at DibbsBSM@dla.mil, as hard copies of the solicitation are not available.
    66 - FMS REPAIR: INERTIAL NAVIGATION
    Buyer not available
    The Department of Defense, through the NAVSUP Weapon Systems Support office, is soliciting proposals for the sole-source repair of an Inertial Navigation unit, identified by NSN 7RH 6605 014830602 CB and Part Number 233A935-1, designated as a Critical Application Item for Foreign Military Sales Case GR-P-BBK. The contractor will be responsible for evaluating, laboring, and providing materials and parts necessary to restore the unit to operational condition, adhering to strict packaging, marking, and quality assurance standards, including ISO 9001 compliance. This procurement is critical for maintaining navigational capabilities and is subject to Free Trade Agreements and the World Trade Organization Government Procurement Agreement. Interested parties must ensure they meet government source approval requirements and submit inquiries to Dana Scott at dana.l.scott14.civ@us.navy.mil, with a performance period set from January 5, 2026, to April 6, 2026.
    TRANSMITTER,SHAFT
    Buyer not available
    The Department of Defense, specifically the Department of the Navy through NAVSUP Weapon Systems Support Mechanicsburg, is soliciting proposals for the repair of a Transmitter, Shaft, under a federal contract opportunity. The procurement aims to secure a firm-fixed price for the repair services, with a required Repair Turnaround Time (RTAT) of 125 days after receipt of the asset, emphasizing the importance of timely and efficient service for operational readiness. This item is critical for navigational instruments, and the contractor must adhere to specific quality assurance and inspection requirements as outlined in the solicitation. Interested vendors should submit their quotes electronically to Amber L. Wale at AMBER.L.WALE.CIV@US.NAVY.MIL by the extended proposal due date of December 12, 2025, ensuring compliance with all outlined specifications and requirements.
    66--INERTIAL NAVIGATION, 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 inertial navigation systems. The procurement aims to ensure that these critical navigational instruments are restored to a Ready for Issue (RFI) condition, adhering to stringent quality and inspection standards outlined in the Statement of Work. These systems play a vital role in military operations, providing essential navigation capabilities for various defense applications. Interested contractors must be prepared to meet specific turnaround times and throughput constraints, with a required repair turnaround time of 120 days after receipt of the asset. For further inquiries, potential bidders can contact Peter A. Kobryn at 215-697-4313 or via email at PETER.A.KOBRYN.CIV@US.NAVY.MIL.
    Removal of the old Gyrocompass System and install a new Gyrocompass System on the Dredge Goetz
    Buyer not available
    The Department of Defense, specifically the Department of the Army, is soliciting bids for the removal of the old Gyrocompass System and the installation of a new Gyrocompass System on the Dredge Goetz. This procurement aims to enhance navigational capabilities by replacing outdated equipment with modern technology, which is crucial for the operational efficiency of the dredging vessel. The contract is set aside for small businesses, and interested parties should reach out to Benjamin Knutson at benjamin.t.knutson@usace.army.mil or call 651-290-5418 for further details. The exact location for the performance of the work will be determined after the award.
    59--ENCODER,SHAFT ANGLE, IN REPAIR/MODIFICATION OF
    Buyer not available
    The Department of Defense, specifically the Department of the Navy, is soliciting proposals for the repair and modification of the Encoder, Shaft Angle, under a federal contract. This procurement aims to ensure the operational readiness of critical equipment used in naval operations, emphasizing the importance of maintaining high-quality standards in repair work. The contract includes specific requirements for inspection, acceptance, and warranty, with a desired delivery timeframe of 260 days from the contract award. Interested vendors must submit their proposals by December 30, 2025, and can direct inquiries to Jocelyne Dzonangfouego at 717-605-2982 or via email at jocelyne.dzonangfouego.civ@us.navy.mil.
    CLYLINDER ASSEMBLY,
    Buyer not available
    The Department of Defense, specifically the Department of the Navy through NAVSUP Weapon Systems Support Mechanicsburg, is soliciting proposals for the repair of CLYLINDER ASSEMBLY components. The procurement aims to secure a firm-fixed-price contract for the repair services, with a required Repair Turnaround Time (RTAT) of 141 days after receipt of the asset. This contract is crucial for maintaining operational readiness and ensuring the functionality of essential military equipment. Interested contractors must submit their quotes electronically to Stephanie Tran at yenstephanie.tran@navy.mil, adhering to the specified requirements and deadlines, with a focus on compliance with IUID requirements and quality assurance standards.