NIIN: 01-201-5468/ NOMEN: PANEL,FLIGHT CONTRO
ID: N00383-26-Q-F068Type: Presolicitation
Overview

Buyer

DEPT OF DEFENSEDEPT OF THE NAVYNAVSUP WEAPON SYSTEMS SUPPORTPHILADELPHIA, PA, 19111-5098, USA

NAICS

Search, Detection, Navigation, Guidance, Aeronautical, and Nautical System and Instrument Manufacturing (334511)

PSC

AUTOMATIC PILOT MECHANISMS AND AIRBORNE GYRO COMPONENTS (6615)
Timeline
    Description

    The Department of Defense, specifically the NAVSUP Weapon Systems Support office, is seeking to procure repair services for a flight control panel (P/N: 70902-21000-044, NSN: 7R6615012015468) from Sikorsky on a sole source basis. The procurement involves the repair of two units, and due to the lack of available drawings or data, the government intends to negotiate exclusively with Sikorsky, as they are the only responsible source capable of fulfilling the requirement. This repair is critical for maintaining operational capabilities, and interested parties must submit their capability statements or proposals within 35 days of this notice to be considered, with all communications directed to Kate N. Schalck at kate.n.schalck.civ@us.navy.mil.

    Point(s) of Contact
    Files
    No associated files provided.
    Lifecycle
    Title
    Type
    Presolicitation
    Similar Opportunities
    NIIN: 01-380-2209/ NOMEN: PANEL, CONTROL, ELECT
    Dept Of Defense
    The Department of Defense, through the NAVSUP Weapon Systems Support office, intends to solicit a sole source contract for the repair of a control panel (P/N: 70902-21000-049, NSN: 7R 1680 013802209) from Sikorsky. The procurement is necessary due to the lack of available drawings or data, as the government does not own the rights to the data required for purchasing this part from alternative sources. This control panel is critical for aircraft operations, and the government anticipates issuing the award under the existing Basic Ordering Agreement (BOA) N00383-22-G-Y601. Interested parties must submit their capability statements to Kate N. Schalck at kate.n.schalck.civ@us.navy.mil within 35 days of this notice, as this opportunity is not set aside for small businesses and will not involve competitive proposals.
    Repair of NIIN 016508979 / NOMEN: SERVOCYLINDER ASSEMBLY, HYDRAULIC
    Dept Of Defense
    The Department of Defense, through the NAVSUP Weapon Systems Support office, is seeking to procure a Servocylinder Assembly, Hydraulic, specifically NSN 7R6615014746122, from Sikorsky Aircraft Corp on a sole-source basis. The procurement involves the purchase of one unit, with the expectation that Sikorsky, as the Original Equipment Manufacturer, is the only source capable of fulfilling this requirement due to the lack of available drawings or data for alternative suppliers. Interested parties are invited to submit capability statements or proposals within 45 days of this notice, although the procurement will not be delayed for new source approvals. For further inquiries, interested organizations may contact Anna M. Kiessling at anna.m.kiessling.civ@us.navy.mil.
    FMS Repair, NIIN 014518294, QTY 2
    Dept Of Defense
    The Department of Defense, through the NAVSUP Weapon Systems Support office, is seeking to procure repair services for two units of the Control Servo Auto, identified by National Stock Number (NSN) 014518294 and Part Number (P/N) 070902-22001-046, on a sole source basis from Sikorsky Aircraft Corp. This procurement is critical for maintaining operational readiness and support for military aircraft, as the Control Servo Auto is an essential component in automatic pilot mechanisms. Interested parties are encouraged to submit capability statements or proposals within five days of the publication of this presolicitation notice, with the solicitation expected to be issued on January 22, 2026, and closing on February 21, 2026. For further inquiries, potential bidders may contact Taylor M. O'Connor at (215) 698-2198 or via email at taylor.m.oconnor2.civ@us.navy.mil.
    NIIN: 01-074-5153/ NOMEN: INBOARD RETENTION PLATE
    Dept Of Defense
    The Department of Defense, specifically the NAVSUP Weapon Systems Support, is seeking to procure the repair of an Inboard Retention Plate, part number 70358-06612-042, on a sole source basis from Sikorsky. The procurement involves a quantity of one unit, and the government has indicated that no drawings or data are available for this part, as they do not own the necessary rights to purchase it from other sources. This component is critical for helicopter rotor blades and drive mechanisms, underscoring its importance in maintaining operational readiness. Interested parties must submit their capability statements or proposals within 35 days of this notice to Kate N. Schalck at kate.n.schalck.civ@us.navy.mil, as the solicitation will be conducted electronically and will not be open for competitive proposals.
    NIIN: 01-366-7955/NOMEN: Data Converter
    Dept Of Defense
    The Department of Defense, specifically the NAVSUP Weapon Systems Support office, is seeking to procure repair services for a Data Converter (P/N: 70600-81859-101, NSN: 7R 6605 013667955) on a sole source basis from Sikorsky. The procurement involves the repair of two units, and due to the proprietary nature of the data, no alternative sources can fulfill the requirement, necessitating a Source Approval Request for any new manufacturers. This repair is critical for maintaining operational capabilities within the Navy's navigational systems, and the contract is expected to be awarded under the existing Basic Ordering Agreement (BOA) N00383-22-G-Y601. Interested parties must submit their capability statements to Kate N. Schalck at kate.n.schalck.civ@us.navy.mil within 35 days of this notice, as this opportunity is not set aside for small businesses and will utilize electronic solicitation procedures.
    FMS Repair, NIIN 016516038, Qty 1
    Dept Of Defense
    The Department of Defense, through the NAVSUP Weapon Systems Support office, is seeking a sole source contractor for the repair of a Yaw Cltv Boost, identified by National Stock Number (NSN) 016516038, with a total quantity of one. This procurement is specifically for Foreign Military Sales (FMS) repair and will be solicited from Sikorsky Aircraft Corp, the only approved source for this item, as per the requirements outlined under 10 U.S.C. 2304(c)(1) and FAR 6.302-1. 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 January 22, 2026, and responses due by February 21, 2026. For further inquiries, potential bidders can contact Taylor M. O'Connor at (215) 698-2198 or via email at taylor.m.oconnor2.civ@us.navy.mil.
    16--MANIFOLD ASSEMBLY,H
    Dept Of Defense
    The Department of Defense, through the NAVSUP Weapon Systems Support office, is seeking to procure six units of the Manifold Assembly, H, under a sole source contract with Sikorsky Aircraft Corp. This procurement is specifically for a spare requirement identified by National Stock Number (NSN) 1R-1650-013454876-KH and Part Number 70652-02250-056, which is critical for aircraft hydraulic systems. The solicitation is expected to be issued on January 13, 2026, with a response deadline of February 12, 2026, and interested parties are encouraged to submit capability statements to the primary contact, Taylor M. O'Connor, via email at taylor.m.oconnor2.civ@us.navy.mil. This opportunity is not set aside for small businesses, and the government intends to negotiate with only one responsible source due to the specialized nature of the requirement.
    16 - FMS REPAIR - BLADE, ROTARY WING
    Dept Of Defense
    The Department of Defense, through the NAVSUP Weapon Systems Support, is seeking to procure six rotary wing blades on a sole source basis. The specific item required is identified by NSN 7R 1615-011589679 and part number 70150-29100-041, which is classified as a Critical Safety Item, necessitating Government Source Approval prior to award. This procurement is crucial for maintaining operational readiness and safety in military aviation, as the government lacks sufficient data to contract with sources other than the current supplier. Interested vendors must contact Dana Scott at dana.l.scott14.civ@us.navy.mil for further details and must comply with the requirements outlined in the NAVSUP WSS Source Approval Brochure to be considered for the contract.
    N0038326Q0038, NIIN 011618379, VALVE, MODULATING, EC
    Dept Of Defense
    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.
    NIIN: 01-158-9678/ NOMEN: BLADE,ROTARY RUDDER
    Dept Of Defense
    The Department of Defense, through NAVSUP Weapon Systems Support (WSS), is soliciting quotes for the repair of two BLADE, ROTARY RUDDER units, designated as Critical Safety Items. This procurement is a sole-source requirement, with repairs to be conducted on a Firm Fixed Price basis under an existing Basic Ordering Agreement, due to the lack of sufficient data to engage other sources. The successful contractor must adhere to stringent quality assurance standards, including ISO 9001 compliance, and follow specific packaging and marking regulations for both domestic and Foreign Military Sales shipments. Interested contractors should submit their quotes, including estimated repair costs, to Kate N. Schalck at KATE.N.SCHALCK.CIV@US.NAVY.MIL, with a delivery period of 365 calendar days from the induction date for each unit.