Brand Name OEM Hamilton Jet Repair Parts
ID: N0040625QS135Type: Solicitation
Overview

Buyer

DEPT OF DEFENSEDEPT OF THE NAVYNAVSUP FLT LOG CTR PUGET SOUNDBREMERTON, WA, 98314-5100, USA

NAICS

Computer Terminal and Other Computer Peripheral Equipment Manufacturing (334118)

PSC

MAINT/REPAIR/REBUILD OF EQUIPMENT- SHIP AND MARINE EQUIPMENT (J020)

Set Aside

Total Small Business Set-Aside (FAR 19.5) (SBA)
Timeline
    Description

    The Department of Defense, through the NAVSUP Fleet Logistics Center Puget Sound, is soliciting bids for the procurement of brand name OEM Hamilton Jet repair parts, specifically aimed at supporting U.S. Navy operations in Bremerton, Washington. This opportunity is set aside for small businesses and emphasizes adherence to OEM standards, with a firm, fixed-price contract structure that requires contractors to manage costs without adjustments for inflation or COVID-19 impacts. The procurement is critical for maintaining the operational readiness of naval equipment, with a delivery schedule that anticipates completion by June 6, 2025. Interested parties must submit their quotes by May 19, 2025, and direct any inquiries to Gayle Mayani at gayle.n.mayani.mil@us.navy.mil or Kelly Burch at kelly.m.burch2.civ@us.navy.mil.

    Point(s) of Contact
    Files
    Title
    Posted
    This government document is an amendment to a solicitation (RFP) concerning a contract with NAVSUP Fleet Logistics Center Puget Sound. The amendment extends the due date for submitting offers from May 9, 2025, to May 19, 2025. It outlines the methods for acknowledging receipt of the amendment, detailing that contractors must confirm receipt before the specified date to avoid rejection of offers. Additionally, it provides options for submissions—either through included amendment acknowledgment on offers or via a separate communication referencing the solicitation and amendment numbers. The document also addresses potential modifications to an existing contract, emphasizing that terms remain unchanged unless explicitly stated in the amendment. It lists the contact for further inquiries and details the responsibilities of both the contractor and contracting officer regarding this amendment. The primary purpose of this document is to facilitate the solicitation process by formally notifying changes and ensuring compliance with submission protocols among bidders.
    The Women-Owned Small Business (WOSB) solicitation outlines a request for procurement of Hamilton Jet parts for the U.S. Navy in Bremerton, WA, under contract number N0040625QS1350001. The document details a firm, fixed-price contract for specific parts with an emphasis on original equipment manufacturer (OEM) standards. The submission deadline for quotes is May 19, 2025, with all questions directed to the contract officer, Gayle Mayani. The solicitation emphasizes the importance of adhering to specified terms and conditions, noting that the contractor must bear full responsibility for costs without adjustments for inflation or COVID-19 impacts. Additional key details include a requirement for contractors to provide unique identification for delivered items exceeding $5,000 and a standardized delivery schedule, with an expected delivery date of June 6, 2025. Moreover, this request mandates compliance with several federal regulations, including clauses related to vehicle identification, performance work standards, and regulations regarding payment processing by government purchase cards. The document underscores the government’s intent to award a single contract based on the best value, accounting for price, delivery timelines, and past performance rather than solely on the lowest offer.
    Lifecycle
    Title
    Type
    Solicitation
    Presolicitation
    Similar Opportunities
    N0038326PR0R173 - Pre-Solicitation
    Buyer not available
    The Department of Defense, through the NAVSUP Weapon Systems Support office, is preparing to issue a sole-source Request for Quotation (RFQ) for the repair of six BLADE ASSEMBLY units from Hamilton Sundstrand Corporation. This procurement, justified under 10 U.S.C. 2304(c)(1) and FAR 6.302-1, is critical for Foreign Military Sales (FMS) and emphasizes that only one responsible source can fulfill the agency's requirements. While other manufacturers may submit capability statements, only approved sources will be considered, and the procurement process will not accommodate delays for Source Approval Requests. Interested parties should direct their capabilities to Gina Sassane at gina.p.sassane.civ@us.navy.mil, with the solicitation expected to be released around December 17, 2025, and proposals due by January 16, 2026.
    Synopsis Navy Repair LTC A024596
    Buyer not available
    The Department of Defense, through the NAVSUP Weapon Systems Support office, is preparing to issue a sole source Request for Quotation (RFQ) for the procurement or repair of 990 units of GENERATOR, DIRECT CU (NSN: 7R6115017015827, P/N: 766101B) from Hamilton Sundstrand Corporation. This procurement is critical as it supports the Navy's operational capabilities, with the generators being essential for various applications within the fleet. The solicitation is expected to be released on December 18, 2025, with a closing date of January 17, 2026, and interested parties are encouraged to submit their capabilities to Gina Sassane at gina.p.sassane.civ@us.navy.mil for consideration, although the procurement will not be delayed for Source Approval Requests from unapproved firms.
    61--MOTOR ASSY, BLOWER, IN REPAIR/MODIFICATION OF
    Buyer not available
    The Department of Defense, specifically the Department of the Navy through NAVSUP Weapon Systems Support Mechanicsburg, is seeking to procure a motor assembly blower for repair and modification purposes. The procurement involves a sole source solicitation with Hamilton Sundstrand Corporation, the Original Equipment Manufacturer (OEM), for the repair of specific parts related to aircraft motor assemblies, with a total quantity of six units required. This acquisition is critical for maintaining operational capabilities, as the government does not possess the necessary data to source these parts from alternative suppliers. Interested parties must submit their capability statements to Jessica Grzywna at jessica.t.grzywna.civ@us.navy.mil within 15 days of this notice, with the solicitation expected to be issued on November 18, 2025, and proposals due by December 17, 2025.
    48--PARTS KIT,BALL VALV
    Buyer not available
    The Department of Defense, specifically the Department of the Navy, is soliciting offers for a contract to supply a Parts Kit for a Ball Valve, which is critical for shipboard systems. The procurement emphasizes the need for high-quality materials and adherence to stringent specifications due to the potential consequences of using incorrect or defective components, which could lead to serious safety risks. This contract is classified as a total small business set-aside, and interested vendors must submit their offers by 4:30 PM EST on March 27, 2026. For further inquiries, potential bidders can contact Noelle M. Smith via email at NOELLE.M.SMITH10.CIV@US.NAVY.MIL.
    VALVE,REHEATER DIV,
    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 the Reheater Division Valve, a critical component in engine fuel systems. The procurement aims to ensure that these valves are restored to a Ready for Issue (RFI) condition, meeting stringent quality and inspection standards as outlined in the Statement of Work. This opportunity is vital for maintaining operational readiness and reliability of military vehicles, emphasizing the importance of high-quality repairs and adherence to specified timelines. Interested contractors must submit their quotes via email to Lara L. Szott at LARA.L.SZOTT.CIV@US.NAVY.MIL by December 15, 2025, with a quantity increase from 2 to 5 units noted in the solicitation.
    Bravo Dive Boat 65DS1101
    Buyer not available
    The Department of Defense, through the Puget Sound Naval Shipyard Intermediate Maintenance Facility, is seeking qualified small businesses to provide maintenance, repair, and preservation services for a 65-foot Bravo Dive Boat (65DS1101). The contract will encompass a range of tasks including hull inspections, corrosion repairs, system maintenance, and preservation work, all to be conducted in accordance with ABYC standards and commercial marine practices. This procurement is critical for ensuring the operational readiness and safety of the vessel, which is essential for various naval operations. Interested contractors must submit their quotes by December 16, 2025, with the period of performance scheduled from March 25, 2026, to May 29, 2026. For further inquiries, potential bidders can contact Katherine Lauer at katherine.e.lauer.civ@us.navy.mil or Chris Davidson at christopher.t.davidson7.civ@us.navy.mil.
    Maintenance, Repair, and Preservation of YT-810
    Buyer not available
    The Department of Defense, through the Puget Sound Naval Shipyard Intermediate Maintenance Facility, is seeking qualified small businesses to provide maintenance, repair, and preservation services for the YT-810 Deception harbor tug. The contract will involve a range of tasks including vessel cleaning, hull preservation, and various repairs, with the work scheduled to take place from March 19 to June 11, 2026, in the Puget Sound, WA region. This procurement is critical for ensuring the operational readiness and longevity of the vessel, which plays a vital role in naval operations. Interested contractors must submit their quotes by December 12, 2025, and are encouraged to participate in a secondary ship check on December 2, 2025; for further inquiries, they may contact Alice Robertson or Chris Davidson via the provided email addresses.
    J999 Machine Lower Bearing Staves of Rudder Service
    Buyer not available
    The Department of Defense, through the Naval Supply Fleet Logistics Center Puget Sound, is soliciting proposals for the machining of lower bearing staves of rudder service for a U.S. Navy ship stationed in Yokosuka, Japan. This procurement is set aside for small businesses and aims to secure specialized marine repair services, adhering to strict compliance with both U.S. and Japanese regulations, safety, and environmental standards. The contract will be a firm-fixed-price type, with a performance period from February 1 to March 31, 2027, and proposals are due by December 19, 2025. Interested parties should direct inquiries to Wilfredo Gervacio via email at wilfredo.j.gervacio.civ@us.navy.mil and are encouraged to monitor the SAM.gov website for updates and amendments to the solicitation.
    Synopsis for Solicitation N0038326QD054
    Buyer not available
    The Department of Defense, through the NAVSUP Weapon Systems Support, is seeking proposals for the repair of two shut-off valves (Part Number: 109382-23-1, NIIN 012207435) in support of the Kansas, as part of a Foreign Military Sales (FMS) requirement. The procurement is critical as the items are flight critical, and Honeywell International Inc. is currently the only known source with full repair capabilities; however, all responsible sources are encouraged to submit capability statements or proposals for consideration. Interested vendors must obtain government source approval prior to contract award, and must provide detailed technical data as outlined in the U.S. Navy Aviation Supply Office Source Approval Information Brochure. For inquiries, vendors can contact Shannon K. Fitzgerald at (215) 697-3638 or via email at Shannon.K.Fitzgerald3.CIV@US.NAVY.MIL.
    N0038326Q0038, NIIN 011618379, VALVE, MODULATING, EC
    Buyer not available
    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.