Repair of Data Concentrator
ID: N00383-24-Q-541NType: 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

MISCELLANEOUS AIRCRAFT ACCESSORIES AND COMPONENTS (1680)
Timeline
    Description

    Presolicitation DEPT OF DEFENSE DEPT OF THE NAVY is seeking repair services for a Data Concentrator used in aircraft S-70. The repair will be sourced from ROCKWELL COLLINS - MISSIONS. This is a sole source procurement as ROCKWELL COLLINS is the Original Equipment Manufacturer (OEM) and the only known source for providing repair support for this item. Interested parties may submit a capability statement, proposal, or quotation for consideration. The contract duration will be 1 year and UID requirements and Buy American Clauses will apply. The Government intends to use FAR Part 15 and FAR Part 12 procedures for this acquisition. This notice is not a request for competitive proposals, but all proposals received within 45 days will be considered. This procurement is not a Total Small Business Set-Aside. Interested organizations can submit their capabilities and qualifications to Dina Wojciechowski at dina.m.wojciechowski.civ@us.navy.mil.

    Point(s) of Contact
    Files
    Title
    Posted
    Lifecycle
    Title
    Type
    Solicitation
    Similar Opportunities
    REPAIR OF AMPLIFIER - POWER SUPPLY
    Buyer not available
    The Department of Defense, through the NAVSUP Weapon Systems Support office, is seeking to procure sole-source repair services for a specific amplifier power supply utilized in E2C electronic aircraft. The procurement is directed towards Rockwell Collins, the Original Equipment Manufacturer (OEM), as they are the only qualified source capable of providing the necessary repair support, with no alternative suppliers available. This specialized equipment is critical for the operational readiness of the aircraft, and the government plans to conduct the procurement under the authorities of 10 U.S.C. 2304(c)(1) and FAR 6.302, with a contract duration of one year. Interested parties have 15 days to express their capability, and qualifications can be submitted to Shannon Menickella at shannon.r.menickella.civ@us.navy.mil, with the anticipated award date set for March 2025.
    REPAIR OF RECIVER, TRANSMIT
    Buyer not available
    The Department of Defense, through the NAVSUP Weapon Systems Support, is soliciting a contract for the repair of a receiver-transmit device, specifically identified by its National Item Identification Number (NIIN) 0016136580 and part number 822-3137-002. The procurement involves a Foreign Military Sales (FMS) repair, which will be awarded on a sole source basis to Rockwell Collins, the designated contractor responsible for ensuring compliance with Department of Defense security protocols and managing repairs in accordance with specified terms and conditions. This repair is critical for maintaining operational capabilities in national defense operations, and interested parties can direct inquiries to Shannon Menickella at shannon.r.menickella.civ@us.navy.mil for further details.
    CONTROL-INDICATOR
    Buyer not available
    The Department of Defense, specifically the Department of the Navy through NAVSUP Weapon Systems Support, is soliciting proposals for the repair of CONTROL-INDICATOR units, classified under NAICS code 334290. This procurement is a sole source requirement, indicating that the government lacks sufficient data to contract with other sources, and interested parties must provide necessary documentation as outlined in the NAVSUP WSS Source Approval Brochure. The items are critical for operational readiness and must be repaired in accordance with strict guidelines to ensure compliance with military standards. Proposals must be submitted within 120 days of the solicitation, and inquiries can be directed to Kristin Clemens at kristin.clemens2.civ@us.navy.mil or by phone at 215-697-3814.
    66--COMPUTER,AIR DATA, IN REPAIR/MODIFICATION OF
    Buyer not available
    The Department of Defense, specifically the Department of the Navy through NAVSUP Weapon Systems Support, is seeking proposals for the repair and modification of a flight-critical air data computer, identified by NSN 7R-6605-998846459-FX, with a quantity of five units required. The procurement is limited to approved sources due to the lack of sufficient technical data for open competition, necessitating that interested parties submit detailed information regarding their capability to produce or repair the item, as outlined in the NAVSUP Source Approval Information Brochures. Proposals must be submitted within 45 days of this notice, and all submissions must include the necessary documentation to demonstrate compliance with qualification requirements. For further inquiries, interested parties may contact Jessica L. Harpel at (215) 697-2995 or via email at JESSICA.HARPEL@NAVY.MIL.
    16--SBC 2 DUAL CORE XEO, IN REPAIR/MODIFICATION OF
    Buyer not available
    The Department of Defense, through the Department of the Navy's NAVSUP Weapon Systems Support, is seeking to procure 38 units of the 16--SBC 2 Dual Core XEO, which requires repair or modification. This procurement is governed by specific engineering source approval requirements to ensure the quality of the part, necessitating that the acquisition or repair be conducted by approved sources with unique design capabilities and manufacturing knowledge. The contract action is intended for a sole source award under FAR 6.302-1, with a 45-day window for interested parties to express their interest and capability to meet the requirements. For further inquiries, interested vendors can contact John A. Maier at (215) 697-2782 or via email at JOHN.A.MAIER@NAVY.MIL.
    FMS repair of STRUT, AIRCRAFT
    Buyer not available
    The Department of Defense, through the NAVSUP Weapon Systems Support office, is seeking to procure repair services for the "Strut, Aircraft" specifically for the MH-60R aircraft. This procurement is limited to the Original Equipment Manufacturers (OEMs), Goodrich Corporation and Ontic Engineering & Manufacturing, as they are the only known sources capable of providing the necessary repair parts due to the government's lack of data for alternative suppliers. The contract will span one year and will adhere to UID and Buy American requirements, utilizing FAR Part 15 procedures for acquisition. Interested parties must submit their capability statements or proposals within 15 days of the notice, and inquiries can be directed to Dina Wojciechowski at 215-697-1219 or via email at dina.m.wojciechowski.civ@us.navy.mil.
    J--This is the NAVSUP WSS annual synopsis for FY 2017/Year 4 repairs to be performed under Basic Ordering Agreement N00383-14-G-004H used on the F/A-18 aircraft.
    Buyer not available
    Presolicitation DEPT OF DEFENSE DEPT OF THE NAVY is seeking maintenance, repair, and rebuild equipment services for the F/A-18 aircraft. The repairs will be performed under Basic Ordering Agreement N00383-14-G-004H. Rockwell Collins in Fort Worth, TX is the only known source with full repair capability. The items requiring repair/modification are listed in Attachment A. While Teledyne Reynolds is the sole source, all responsible sources may submit a capability statement, proposal, or quotation. Government source approval is required prior to contract award due to the flight critical nature of the items and inadequate technical data. The brochure for source approval information can be obtained by calling NAVSUP WSS - P at (215) 697-4243. Failure to provide all required data will result in disqualification.
    59--ROTARY COUPLER ASSE
    Buyer not available
    The Department of Defense, specifically the Department of the Navy through NAVSUP Weapon Systems Support, is seeking to procure three units of the Rotary Coupler Assembly, identified by NSN 7R-5985-016600367-E7. This procurement is critical as the item is flight critical and requires government source approval prior to contract award, with no available technical data or rights for alternative sourcing. Interested suppliers must be previously approved by the government or submit a comprehensive source approval request along with their proposals, as offers lacking the necessary documentation will not be considered. For further inquiries, interested parties can contact Danielle Diciacco at (215) 697-5970 or via email at danielle.diciacco.civ@us.navy.mil, with proposals due within 45 days of the notice publication.
    SOLE SOURCE – High Energy Converter Repairs
    Buyer not available
    The Department of Defense, through the Naval Surface Warfare Center Crane Division, is seeking proposals for the sole source procurement of High Energy Converter (HEC) repairs under contract number N0016425Q0002. The solicitation outlines requirements for the evaluation, repair, and data management of HECs, emphasizing compliance with federal contracting regulations and the importance of maintaining operational readiness for critical defense systems. This indefinite quantity contract will span five years, allowing for multiple delivery orders with defined minimum and maximum quantities, and interested parties must submit their offers by the specified due date. For further information, potential bidders can contact Danielle Richardson at danielle.n.richardson12.civ@us.navy.mil or Andrew Ficklin at andrew.b.ficklin.civ@us.navy.mil.
    58--RECEIVER,COUNTERMEA, IN REPAIR/MODIFICATION OF
    Buyer not available
    The Department of Defense, specifically the Department of the Navy through NAVSUP Weapon Systems Support, is seeking contractors for the repair and modification of electronic countermeasure receivers. This procurement focuses on maintaining and enhancing the functionality of critical electronic countermeasures, which are vital for military operations and defense strategies. Interested parties can reach out to Tara B. Kupperstein at (215) 697-3608 or via email at TARA.B.KUPPERSTEIN.CIV@US.NAVY.MIL for further details. The notice is currently in the presolicitation phase, and additional information regarding deadlines and funding will be provided as the procurement process progresses.