ASE Maintenance, Repair, Overhaul & Logistics (MROL) Support Services
ID: N68520-25-RFPREQ-QK00000-0063Type: Sources Sought
Overview

Buyer

DEPT OF DEFENSEDEPT OF THE NAVYFLEET READINESS CENTERPATUXENT RIVER, MD, 20670, USA

NAICS

Other Support Activities for Air Transportation (488190)

PSC

MAINT/REPAIR/REBUILD OF EQUIPMENT- AIRCRAFT LAUNCHING, LANDING, AND GROUND HANDLING EQUIPMENT (J017)

Set Aside

8(a) Set-Aside (FAR 19.8) (8A)
Timeline
    Description

    The Department of Defense, specifically the Fleet Readiness Center under the Department of the Navy, is seeking qualified 8(a) small businesses to provide Maintenance, Repair, Overhaul, and Logistics (MROL) Support Services for Aviation Support Equipment (ASE) at its facilities in Solomons, Maryland. The procurement aims to enhance operational readiness by ensuring timely and effective maintenance, including both scheduled and unscheduled services, modernization, and repair of equipment, while adhering to stringent safety and quality standards. This initiative is critical for sustaining the Navy's Fleet Response Plan and ensuring that necessary materials and services are available for warfighter support equipment systems. Interested firms must submit their capability statements by 12:00 PM Eastern Time on March 27, 2025, to the primary contacts Ndidiamaka Umeh and Kurt Dronenburg via the provided email addresses.

    Files
    Title
    Posted
    The Naval Aviation Enterprise (NAE) Support Services RFP, numbered N68520-21-R-0005, is a submission form intended for offerors engaging with the Department of Defense. It includes a structured format for submitting questions related to the RFP, referencing specific paragraphs and documents such as the Performance Work Statement (PWS) and other related attachments. The form allows for the identification of proprietary information, ensuring that sensitive data is properly managed during the bidding process. This initiative underscores the importance of transparency and clarity in federal contracting, facilitating communication between the government and potential contractors. The document highlights the NAE’s strategic objective to enhance support services within naval aviation, aligning procurement processes with the overall mission of improving naval operational readiness and efficiency.
    The document presents a Performance Work Statement (PWS) for the Commander Naval Air Systems Command (NAVAIR) Fleet Readiness Center Aviation Support Equipment (FRCASE) to procure maintenance, repair, overhaul, and logistic support (MROL) services for aviation support equipment (ASE). The primary purpose is to enhance the efficiency and reduce costs associated with ASE services, ensuring the Navy's Fleet Response Plan requirements are met. Key points include the scope of work that covers both scheduled and unscheduled maintenance, including support for modernization and repair of equipment. Requirements for contractor personnel are specified, including compliance with security, safety, operational, and documentation procedures. The contractor is tasked with maintaining compatibility with government IT systems, managing effective transitions in personnel, and providing detailed reports on operational progress. Additionally, the document outlines numerous applicable legal, safety, and organizational standards and guidelines that must be adhered to throughout project execution. These include security clearance requirements, environmental safety protocols, and quality assurance measures necessary to deliver a seamless maintenance service to the Navy's fleet. Overall, the document emphasizes the importance of operational readiness, compliance with U.S. procurement regulations, and safeguarding sensitive information throughout the execution of contracted services.
    Lifecycle
    Title
    Type
    Similar Opportunities
    CNSL MHE
    Dept Of Defense
    The Department of Defense, specifically the Department of the Navy through NAVSUP Fleet Logistics Center Norfolk, is seeking information from qualified contractors for maintenance and overhaul services related to Shipboard Material Handling Equipment (MHE) and Shipboard Mobile Support Equipment (SMSE). The procurement aims to secure comprehensive administrative support and maintenance services, including preventative and unscheduled maintenance, weight testing, and technical troubleshooting, for various naval vessels both within the continental United States (CONUS) and outside (OCONUS). This contract is crucial for ensuring the operational readiness and safety of naval equipment, with a projected performance period of five years, starting from August 30, 2026, and extending potentially for an additional six months. Interested parties must submit their Statements of Capabilities by 10:00 AM Norfolk, VA local time on December 22, 2025, to the designated contacts, Daniel Petro and Christopher Whiteside, via the provided email addresses.
    MH-60R/MH-60S Aircraft Maintenance and Repair
    Dept Of Defense
    The Department of Defense, through the Fleet Logistics Center Yokosuka (FLCY) and Fleet Readiness Center Western Pacific (FRC WESTPAC), is seeking contractors with experience in MH-60R/MH-60S aircraft maintenance, repair, and overhaul (MRO) services for the U.S. Navy's forward-deployed aircraft in the Indo-Pacific Command Area of Responsibility (AOR). The procurement aims to identify capable contractors who can provide both scheduled maintenance (including PMI-1N and PMI-2N events) and unscheduled maintenance (such as In-Service Repairs and Depot-Level Technical Directives), along with necessary engineering and logistics support. Interested contractors must have facilities capable of supporting 10-13 aircraft simultaneously within 400 nautical miles of NAF Atsugi, and must comply with local engineering specifications and NAVAIR MH-60R/S IMP specifications. For further inquiries, interested parties can contact Jonathan Groeschel at jonathan.j.groeschel.civ@us.navy.mil or Irene Saito at irene.saito@fe.navy.mil.
    USNS ROBERT E. PEARY (T-AKE 5) FY26 ROH
    Dept Of Defense
    The Department of Defense, specifically the Department of the Navy, is soliciting proposals for the maintenance and repair of the USNS ROBERT E. PEARY (T-AKE 5) as part of its Fiscal Year 2026 Regular Overhaul (ROH) program. This contract is set aside for small businesses under the SBA guidelines and falls under the NAICS code 336611, which pertains to Ship Building and Repairing. The services required are crucial for ensuring the operational readiness and longevity of the vessel, which plays a vital role in supporting naval operations. Interested parties should reach out to Rodney King at rodney.m.king9.civ@us.navy.mil or call 564-226-7579 for further details, and they are encouraged to review the attached documents for additional information regarding the solicitation.
    Maintenance and Repair Specialized Equipment
    Dept Of Defense
    The Department of Defense, specifically the Naval Air Warfare Center Aircraft Division (NAWCAD), is seeking small businesses to participate in a Blanket Purchase Agreement (BPA) for maintenance and repair of specialized equipment related to aircraft operations. This procurement aims to streamline the acquisition of commercial items necessary for supporting various Naval operations, including Aircraft Launch and Recovery Equipment and Common Support Equipment. The selected vendors will be required to submit capabilities statements and comply with federal regulations, with the BPA allowing for flexible, as-needed orders without a formal Request for Proposal. Interested vendors must submit their documentation by March 11, 2026, to Karin Quagliato at karin.a.quagliato.civ@us.navy.mil, including their Cage Code and Unique Entity Identifier (UEID) for verification.
    Equipment Maintenance, Repair, Corrosion Prevention and Control in the Contiguous United States
    Dept Of Defense
    The Department of Defense, through the Naval Facilities Engineering Systems Command (NAVFAC) Engineering and Expeditionary Warfare Center (EXWC), is seeking information from qualified contractors for Equipment Support Services (EES) within the contiguous United States (CONUS). The objective is to assess capabilities for maintenance, repair, and corrosion prevention and control of Naval Expeditionary Equipment Assets, which may include inspections, refurbishment, and modernization services. This opportunity is crucial for ensuring the operational readiness of various military equipment, including vehicles and construction machinery. Interested parties must submit their responses by 5:00 PM Eastern Time on January 15, 2026, to Ryley Fages at ryley.j.fages.civ@us.navy.mil and Crystal Brooks at crystal.s.brooks2.civ@us.navy.mil, with a focus on providing corporate background information as outlined in the attached questionnaire.
    Aircraft Carrier Readiness Support
    Dept Of Defense
    The Department of Defense, through the Naval Supply Systems Command (NAVSUP) Fleet Logistics Center Norfolk, is seeking contractors for the Aircraft Carrier Readiness Support contract, aimed at enhancing the operational readiness of U.S. Navy aircraft carriers. This procurement involves providing professional engineering assistance, including technical expertise, logistics coordination, and quality assurance, to support the maintenance and modernization of the USS Nimitz (CVN 68) and USS Gerald R. Ford (CVN 78) class carriers. The contract is crucial for ensuring that these vessels are mission-capable and ready for deployment, aligning with the Navy's operational requirements. Interested parties should note that the solicitation is expected to be available around February 1, 2026, with a total contract period anticipated from August 1, 2026, to July 30, 2031. For inquiries, contact Jill Joscelyn at jill.h.joscelyn-smith.civ@us.navy.mil or call 757-443-1219.
    J059 - Shore Equipment Installation and Maintenance Management Program (SEIMMP)
    Dept Of Defense
    The Department of Defense, through the Naval Supply Systems Command (NAVSUP) Fleet Logistics Center Norfolk, is seeking proposals for the Shore Equipment Installation and Maintenance Management Program (SEIMMP) under solicitation number N0018926R0001. This procurement aims to secure contractor support services for the engineering, installation, and maintenance of electronic systems and equipment, primarily in support of Fleet Cyber Command/Commander U.S. 10th Fleet (FCC/C10F) and related IT mission requirements. The contract will cover a five-year period with an option for a six-month extension, focusing on various Navy and non-Navy installations across the continental United States and overseas, with key performance locations including Fort Meade, MD, Chesapeake, VA, and Oahu, HI. Interested vendors must submit their proposals by January 6, 2026, and can direct inquiries to Ethan Othersen or Jacob Gephart via their provided email addresses.
    USNS MEGAR EVERS 2026 MTA
    Dept Of Defense
    The Department of Defense, specifically the Department of the Navy, is soliciting proposals for the USNS MEGAR EVERS 2026 Maintenance and Technical Assistance (MTA) contract. This opportunity involves various amendments to the original solicitation, including the addition and revision of work instructions, correction of contract line item numbers, and updates to the period of performance, which has been adjusted to span from August 19, 2026, to October 7, 2026. The contract is critical for ensuring the operational readiness and maintenance of naval vessels, particularly in the shipbuilding and repairing sector. Interested parties should note that the request for comments (RFC) is due by 10:00 AM EST on February 16, 2026, with the request for proposals (RFP) closing at 1:00 PM EST on March 5, 2026. For further inquiries, potential bidders can contact Darius Swift at darius.swift.civ@us.navy.mil or by phone at 564-226-4528.
    Total Care Support for PSEF
    Dept Of Defense
    The Department of Defense, through the Naval Air Warfare Center Aircraft Division, is seeking a contractor to provide one year of OEM hardware and software maintenance for the Propulsion Systems Evaluation Facility (PSEF)'s HGL Dynamics DDAS system. The procurement includes essential services such as software updates, repair or replacement of defective hardware, temporary systems provision during testing impacts, phone support, and up to two site visits, all to be delivered at the Patuxent River Naval Air Station. This contract, valued on a firm fixed-price basis, is critical for maintaining operational readiness and efficiency of the PSEF's testing capabilities, with a performance period from January 1, 2026, to December 31, 2026. Interested parties must submit their brand name quotes by 12:00 pm on December 20, 2025, to Benjamin Flores at benjamin.r.flores3.civ@us.navy.mil, ensuring compliance with all specified requirements.
    Unmanned Maritime Systems (UMS) Support
    Dept Of Defense
    The Department of Defense, specifically the Naval Surface Warfare Center, is soliciting proposals for Unmanned Maritime Systems (UMS) support under the Seaport NxG Multiple Award Contract (MAC), designated as number N6133126R3102. This opportunity is exclusively available to holders of the Seaport MAC and is set aside for Service-Disabled Veteran-Owned Small Businesses (SDVOSBC). The UMS support is critical for enhancing naval operations and capabilities, reflecting the increasing reliance on unmanned systems in maritime environments. Interested parties must submit their responses via the PIEE Solicitation Module by January 5, 2025, at 4 PM CST. For further inquiries, contact Melissa Ryan at melissa.m.ryan12.civ@us.navy.mil or Matthew Hammond at matthew.a.hammond4.civ@us.navy.mil.