N0038326Q0038, NIIN 011618379, VALVE, MODULATING, EC
ID: N0038325PR0R906Type: 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

AIRCRAFT AIR CONDITIONING, HEATING, AND PRESSURIZING EQUIPMENT (1660)

Set Aside

No Set aside used (NONE)
Timeline
    Description

    The Department of Defense, through the NAVSUP Weapon Systems Support office, is soliciting a sole-source contract for the repair of a 'VALVE, MODULATING, EC' and a 'DAMPENER, VIBRATION' specifically for the MH-60R platform, with Sikorsky identified as the only responsible source. The procurement involves comprehensive evaluation, labor, materials, and parts necessary to restore government-owned articles to operational condition, adhering to ISO 9001 quality standards and specific packaging and marking requirements outlined in MIL-STD-2073-1 and MIL-STD-129. This opportunity is critical for maintaining the operational readiness of military aircraft systems. Interested parties can contact Jacob R. Wells at (215) 697-1227 or via email at JACOB.R.WELLS14.CIV@US.NAVY.MIL for further details, with the anticipated award date set for December 2025.

    Point(s) of Contact
    JACOB R. WELLS, N732.67, PHONE (215)697-1227, EMAIL JACOB.R.WELLS14.CIV@US.NAVY.MIL
    JACOB.R.WELLS14.CIV@US.NAVY.MIL
    Files
    Title
    Posted
    This Request for Quotation (RFQ) from NAVSUP Weapon Systems Support (WSS) Philadelphia is a sole-source solicitation for the repair of a 'VALVE, MODULATING, EC' (PN: 70309-23900-103, NSN: 7R 1660011618379) and a 'DAMPENER, VIBRATION' (PN: 70106-28000-048, NSN: 7R 1615013470735) for the MH-60R platform. Sikorsky is the only responsible source. The repair involves evaluation, labor, materials, and parts to restore government-owned articles to operating condition. This is not a Small Business Set-Aside. Offerors must comply with ISO 9001 quality standards and ISO 10012 for measuring equipment. Packaging and marking must adhere to MIL-STD-2073-1 and MIL-STD-129, with specific instructions for hazardous materials and DLR labels. FMS delivery and shipping instructions are detailed, including contact information for ATAC for transportation of repairable assets. Submissions for Source Approval Requests (SAR) from non-approved firms will not delay this procurement. The anticipated award date is December 2025.
    The document outlines preservation, packaging, packing, and marking requirements for government contracts, specifically referencing MIL-STD-2073-1E and MIL-STD-129. It details requirements for reusable National Stock Number (NSN) containers based on the material's designation. Maritime material (COG Codes “7E,” “7G,” or “7H”) requires contractor-furnished reusable NSN containers. Aviation material (COG Codes “7R,” “6K,” or “0R”) utilizes government-furnished reusable NSN containers, excluding fiberboard and most wood, which must be requested via email 90 days prior for new procurements or 30 days for repair contracts. Fast pack containers are not government-furnished. Foreign Military Sales, Joint Program Office, or other Foreign Forces Acquisition require contractor-furnished reusable NSN containers. The document also includes specific preservation, packaging, and marking details for various item numbers, indicating quantities, methods, materials, and levels of protection, with a note for “ZZ = PRESERVE AS REQUIRED.”
    Lifecycle
    Title
    Type
    Similar Opportunities
    FMS Repair QTY: 4, H-60
    Dept Of Defense
    The Department of Defense, through the NAVSUP Weapon Systems Support office, is seeking to procure repair services for four H-60 spindle assemblies on a sole source basis from Sikorsky. This procurement, classified under the NAICS code 336413, involves the repair of a specific National Stock Number (NSN): 7R1615012382444, and is critical for maintaining operational readiness of the H-60 aircraft. Interested parties are invited to submit capability statements or proposals within five days of the publication of this presolicitation notice, with the solicitation expected to be issued on December 23, 2025, and responses due by January 22, 2026. For further inquiries, interested vendors may contact Taylor O’Connor at taylor.m.oconnor2.civ@us.navy.mil or by phone at 215-698-2198.
    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.
    29--VALVE,SECONDARY DI,, IN REPAIR/MODIFICATION OF
    Dept Of Defense
    The Department of Defense, through the NAVSUP Weapon Systems Support office, is seeking to procure 29 units of the Secondary DI Valve for the MV-22 Aircraft, specifically identified by NSN 7R-2910-015882376-V2. This procurement is critical as the valve is essential for the aircraft's engine fuel system, and Honeywell is the only known source capable of providing the necessary repair support due to the absence of available drawings or data for alternative suppliers. Interested parties must submit their capability statements to the primary contact, Lara L. Szott, at lara.l.szott.civ@us.navy.mil, within 15 days of this notice, with the solicitation expected to be issued on January 8, 2026, and proposals due by February 9, 2026. The anticipated award date is May 28, 2026, and this procurement is not set aside for small businesses.
    Overhaul of Spindles, Modulation Valves, Bifilar Assemblies, Hubs and Retention Plate Assemblies.
    Homeland Security, Department Of
    The Department of Homeland Security, specifically the U.S. Coast Guard's Aviation Logistics Center, is seeking proposals for the overhaul of spindles, modulation valves, bifilar assemblies, hubs, and retention plate assemblies for its MH-60T aircraft. The procurement involves a sole-source contract with Sikorsky Aircraft Corporation, requiring all components to have traceability to the OEM and compliance with FAA guidelines to ensure safety and airworthiness. The contract will be structured as an Indefinite Delivery Requirements type with a one-year base period and two optional one-year extensions, totaling a maximum duration of three years. Interested vendors must submit their quotations by February 27, 2026, with the anticipated award date around June 17, 2026; inquiries can be directed to Trenton Twiford at trenton.c.twiford@uscg.mil.
    15--DOOR,AIRCRAFT, IN REPAIR/MODIFICATION OF
    Dept Of Defense
    The Department of Defense, through the NAVSUP Weapon Systems Support office, is seeking to procure repair services for aircraft doors specifically for the V-22 aircraft. The procurement involves a sole source solicitation with The Boeing Company, the Original Equipment Manufacturer, for the repair of 38 units of the aircraft door, identified by NSN 7R-1560-016040811-V2, with no available drawings or data for alternative sourcing. This contract is crucial for maintaining the operational readiness of the V-22 aircraft, and interested parties must submit their capability statements within 15 days of this notice, with the solicitation expected to be issued on December 26, 2025, and proposals due by January 26, 2025. For further inquiries, interested organizations can contact Jessica T. Grzywna at jessica.t.grzywna.civ@us.navy.mil.
    USNS COMFORT Osprey Sea Valves
    Dept Of Defense
    The Department of Defense, through the Military Sealift Command (MSC), is seeking to procure Osprey Sea Valves and associated repair kits, with Tork Systems identified as the sole source vendor for this requirement. The procurement involves a firm-fixed price purchase order for various Osprey Valves, which are critical for maintaining the operational integrity of T-AH Class vessels, ensuring compatibility with existing equipment. Quotes for this opportunity are due by December 30, 2025, at 10:00 AM EST, and must be submitted via email to Colin Edick at colin.j.edick.civ@us.navy.mil, with delivery expected by September 30, 2026, to Norfolk, VA.
    4320 - FMS repairs for QTY 4 of NSN: 4810 011022473 PN: 3213850-3-1 and QTY 4 of NSN: 4320 012077228 PN 53023-06
    Dept Of Defense
    The Department of Defense, specifically the Department of the Navy through NAVSUP Weapon Systems Support, is seeking qualified contractors for the repair of four hydraulic units and four solenoid valves, designated by NSNs 4320 012077228 and 4810 011022473, respectively, for Foreign Military Sales to Taiwan. The procurement is a sole-source requirement directed to Sherwood Avionics and Accessories, although all responsible sources are encouraged to submit capability statements or proposals for consideration. These components are critical for maintaining operational readiness and quality, as they are essential parts of aircraft systems. Interested parties must submit their qualifications, including company information and repair capabilities, to Josh Seltzer at joshua.j.seltzer.civ@us.navy.mil within 45 days of this notice, as the government intends to negotiate under FAR 6.302-1.
    Structural Repair Manual (SRM) Phase II NRE
    Dept Of Defense
    The Department of Defense, specifically the Naval Air Systems Command (NAVAIR), intends to negotiate a Sole-Source Delivery Order for the procurement of structural repair methodology and damage limits for the CH-53K® Aircraft, with Sikorsky, A Lockheed Martin Company, as the sole provider. This procurement is critical as Sikorsky is the designer and sole producer of the CH-53K® aircraft, possessing the unique technical data and engineering support experience necessary to fulfill the U.S. Navy's requirements. The Government has determined that no other source can meet these needs due to the lack of adequate license rights to the required technical data package. Interested parties may express their interest and capability in writing to the designated contacts, Erin Conden and Kevin Ritter, via email, with no phone inquiries accepted.
    48--VALVE ASSEMBLY, IN REPAIR/MODIFICATION OF
    Dept Of Defense
    The Department of Defense, specifically the Department of the Navy through NAVSUP Weapon Systems Support Mechanicsburg, is soliciting offers for the repair and modification of valve assemblies. This procurement involves the refurbishment of critical shipboard systems, where the use of incorrect or defective materials could lead to severe consequences, including personnel injury or loss of life. The selected contractor will be responsible for adhering to stringent quality assurance and inspection requirements, with a focus on maintaining traceability and compliance with classified documents. Interested parties must submit their offers by 4:30 PM EST on September 5, 2025, and can direct inquiries to Madison M. Gray at 717-605-4056 or via email at MADISON.M.GRAY4.CIV@US.NAVY.MIL.
    15--STEP ASASY
    Dept Of Defense
    The Department of Defense, through the NAVSUP Weapon Systems Support office, is seeking to procure four units of the "STEP ASASY" airframe structural component from Sikorsky on a sole source basis. This procurement is critical as it involves the acquisition of a specific part identified by NSN 1R-1560-014667305-VH and part number 70207-26001-046, which is essential for military operations, and no alternative sources are approved to manufacture this item. Interested parties are invited to submit capability statements or proposals within 45 days of this notice, although the government anticipates a single acceptable offer from Sikorsky, and the procurement will not be delayed for source approval requests. For further inquiries, interested organizations can contact Kate N. Schalck at (215) 697-1020 or via email at kate.n.schalck.civ@us.navy.mil.