1680 FMS REPAIR OF RECOVERY SEQUENCER
ID: N0038324Q604SType: Combined Synopsis/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)

Set Aside

8(a) Sole Source (FAR 19.8) (8AN)
Timeline
    Description

    The Department of Defense, specifically the NAVSUP Weapon Systems Support, is seeking qualified contractors to provide repair services for two units of the Recovery Sequencer, a critical component for the F18 aircraft, intended for the country of Australia. The procurement aims to restore these government-owned articles to operational condition, requiring labor, materials, and facilities for the repair process. This opportunity is particularly significant as it supports the operational readiness of military assets under the Foreign Military Sales program, ensuring compliance with military standards and quality control throughout the repair process. Interested parties should contact Connor Lewis at connor.c.lewis.civ@us.navy.mil, with proposals due within five days of the notice publication, as the government intends to solicit only one source, Teledyne RISI, under the authority of FAR 6.302-1.

    Point(s) of Contact
    Files
    Title
    Posted
    This document outlines a government delivery order for supplies and services within the framework of federal request for proposals (RFPs). It details the order number, contractor specifications, and the responsibilities of both parties in the context of maintenance and repair of military assets under the Foreign Military Sales program, specifically for Australia. The contractor, Teledyne RISI, is tasked with providing repair services for specific government property, ensuring items meet Ready for Issue (RFI) condition after necessary repairs. Key elements include pricing structure, contract terms related to repair efforts, accounting data, and preservation and packaging requirements to comply with military standards. The acceptance of the contractor’s proposal leads to a bilateral agreement with the government. Moreover, it includes specific guidelines about contract execution timelines, item condition evaluations (including Beyond Economical Repair determinations), and strict adherence to configuration control for modifications. The document reflects standards necessary for operational readiness within the U.S. military supply chain, emphasizing compliance, quality control, and thorough documentation for all work conducted under the contract to ensure safety and accountability in military operations.
    Lifecycle
    Title
    Type
    Combined Synopsis/Solicitation
    Similar Opportunities
    16--CHECK,5TH STAGE, IN REPAIR/MODIFICATION OF
    Active
    Dept Of Defense
    The U.S. Department of Defense, specifically the Department of the Navy, is seeking to contract for the repair and modification of aircraft accessories, requiring flight-critical parts that need government source approval. The procurement aims to secure a specific quantity of NSN 7R-1680-015878503-F7 items, which are commercial, off-the-shelf products needing technical data for full competition. This contract is focused on ensuring timely delivery, with approval processes in place for new sources. Interested parties should refer to the provided links for spares and repair brochures and submit relevant information. The Navy intends to negotiate with a single source but will consider all responsible proposals received within 45 days. Flight-critical aircraft components are the focus of this contract, emphasizing the military's need for reliable and timely sourcing. The parts are crucial for ensuring the functionality and safety of naval aircraft, reflecting the Navy's commitment to maintaining a robust fleet. Interested suppliers should review the provided brochures and reach out to Jena Visconto at the provided email or phone number for more information. The contract has a maximum value of $500,000, and submissions are due within 45 days.
    16--NRP,PMA MCU W309, IN REPAIR/MODIFICATION OF
    Active
    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 NRP, PMA MCU W309 aircraft components. The procurement aims to ensure that these items are returned to a Ready for Issue (RFI) condition, with a required Repair Turnaround Time (RTAT) of 120 days, which includes all necessary repairs, testing, and inspections as outlined in the Statement of Work. This opportunity is critical for maintaining the operational readiness of naval aircraft, emphasizing the importance of quality assurance and compliance with military standards throughout the repair process. Interested contractors can reach out to Meghan Schmitz at 215-697-1232 or via email at MEGHAN.SCHMITZ@NAVY.MIL for further details and to submit proposals.
    16--PGMC LRM,AIRCRAFT,M, IN REPAIR/MODIFICATION OF
    Active
    Dept Of Defense
    The Department of Defense, specifically the Department of the Navy through NAVSUP Weapon Systems Support, is seeking proposals for the repair and modification of aircraft components, identified by NSN 7R-1680-015817851-E7, with a quantity of five units required. This procurement is critical for maintaining the operational readiness of miscellaneous aircraft accessories and components, emphasizing the importance of timely and efficient repairs. Interested parties are encouraged to submit their proposals within 45 days of this presolicitation notice, with the understanding that the government intends to negotiate with only one source under FAR 6.302-1. For further inquiries, potential contractors can contact Liem M. Phan at (215) 697-5722 or via email at LIEM.M.PHAN@NAVY.MIL.
    59--ELECTRONIC COMPONEN, IN REPAIR/MODIFICATION OF
    Active
    Dept Of Defense
    The Department of Defense, specifically the Department of the Navy through NAVSUP Weapon Systems Support, is seeking proposals for the repair and modification of electronic components, identified by NSN 7R-5998-016409616-FX, with a quantity of 15 units required. This procurement is a sole source requirement, indicating that the government lacks sufficient data to contract with any source other than the current supplier, and it is subject to Free Trade Agreements and the World Trade Organization Government Procurement Agreement. Interested vendors must obtain Government Source Approval prior to award and submit the necessary documentation as outlined in the NAVSUP WSS Source Approval Brochure, which is available online. For inquiries, potential bidders can contact Cody P. Cameron at cody.p.cameron@navy.mil or by phone at (215) 697-1202.
    15 - FMS REPAIR - STABILATOR ASSY
    Active
    Dept Of Defense
    The Department of Defense, specifically the Department of the Navy through NAVSUP Weapon Systems Support, is seeking a contractor for the sole source repair of Stabilator Assemblies, identified by NSN 7R 1560-012027151 and part number 70200-27001-045, with a total quantity of four units. This procurement is critical as the government lacks sufficient data to engage alternative sources, emphasizing the importance of maintaining operational readiness for aircraft components. Interested vendors must obtain Government Source Approval prior to award and submit the necessary documentation as outlined in the NAVSUP WSS Source Approval Brochure, which is available online. For inquiries, potential bidders can contact Dana L. Scott at dana.scott@navy.mil, with proposals required to meet all specified criteria to be considered for this opportunity.
    15--PROBE,REFUELING,AIR, IN REPAIR/MODIFICATION OF
    Active
    Dept Of Defense
    The Department of Defense, specifically the Department of the Navy through NAVSUP Weapon Systems Support, is seeking to procure repair services for a refueling probe for the F/A-18E/F/G aircraft. The procurement involves a sole source solicitation with The Boeing Company, the Original Equipment Manufacturer, for the repair of the specific part identified by NSN 7R-1560-015253475-QF, with a quantity of one unit required. This component is critical for the operational readiness of the aircraft, and the government does not possess the necessary data to source it from alternative suppliers. Interested parties must submit their capability statements to the primary contact, Jessica T. Grzywna, via email by October 28, 2024, with the anticipated award date set for November 12, 2024.
    16--NRP,CONTROL PANEL C, IN REPAIR/MODIFICATION OF
    Active
    Dept Of Defense
    The Department of Defense, specifically the Department of the Navy through NAVSUP Weapon Systems Support, is seeking proposals for the repair and modification of Control Panel C, identified by NSN 7R-1680-016102356-E7, with a quantity of 8 units required. This procurement is critical for maintaining operational readiness and ensuring the functionality of miscellaneous aircraft accessories and components. The government intends to solicit and negotiate with only one source under FAR 6.302-1, and interested parties are encouraged to submit their capabilities within 45 days of this notice. For further inquiries, interested vendors can contact Liem M. Phan at (215) 697-5722 or via email at LIEM.M.PHAN@NAVY.MIL.
    1680 - FMS Repair of BLD AIR SHUTOFF VLVZ (1 unit)
    Active
    Dept Of Defense
    The Department of Defense, through the NAVSUP Weapon Systems Support office, is seeking contractors to repair one unit of BLD AIR SHUTOFF VLVZ for the country of Japan. The procurement involves providing labor, materials, and facilities necessary to restore the specified aircraft component, which is critical for the operational readiness of the E-2 aircraft. The government intends to solicit only one source, Northrop Grumman Systems Corporation, due to the lack of available data for repairs or manufacturing, but will consider proposals from all responsible sources submitted within five days of the notice. Interested parties should contact Ethan Stein at 215-697-2983 or via email at ethan.stein@navy.mil for further details and must comply with the Source Approval requirements outlined in the NAVSUP-WSS Source Approval Information Brochure for Repair.
    58--RECEIVER-TRANSMITTE, IN REPAIR/MODIFICATION OF
    Active
    Dept Of Defense
    The Department of Defense, through the Naval Supply Systems Command (NAVSUP) Weapon Systems Support, is seeking proposals for the repair and modification of a specific receiver-transmitter unit, identified by NSN 7R-5895-016334164, with a quantity of 15 units required. This procurement is classified as a sole source requirement, indicating that the government lacks sufficient data to contract with any source other than the current supplier, necessitating Government Source Approval prior to award. The items involved are critical for military communications and are subject to Free Trade Agreements and the World Trade Organization Government Procurement Agreement. Interested vendors must submit the required documentation as outlined in the NAVSUP WSS Source Approval Brochure, which is available online, and should direct any inquiries to Cody P. Cameron at cody.p.cameron@navy.mil. Proposals must be submitted in accordance with the guidelines provided, as offers lacking the necessary data will not be considered.
    7025 - MAIN ASSY,DATA TRF
    Active
    Dept Of Defense
    The Department of Defense, specifically the Department of the Navy through NAVSUP Weapon Systems Support, is seeking proposals for the repair of three units of the MAIN ASSY, DATA TRF, under NSN 7R7025016437221, for Foreign Military Sales to Denmark. The repair work is designated as sole source to Mercury Mission Systems, LLC, the Original Equipment Manufacturer (OEM), which possesses the necessary repair data and capabilities. Interested parties, including those not currently approved as sources, are encouraged to submit capability statements or proposals, with a deadline for submissions set at 45 days from the publication of this notice. For further inquiries, potential contractors can contact Thomas McLaughlin at 215-697-2486 or via email at thomas.s.mclaughlin7.civ@us.navy.mil.