Testing and Reports of Composite Panel specumens
ID: N0042125R0042Type: Presolicitation
Overview

Buyer

DEPT OF DEFENSEDEPT OF THE NAVYNAVAL AIR WARFARE CENTER AIR DIVPATUXENT RIVER, MD, 20670-1545, USA

NAICS

Testing Laboratories and Services (541380)

PSC

EQUIPMENT AND MATERIALS TESTING- AIRCRAFT COMPONENTS AND ACCESSORIES (H216)

Set Aside

No Set aside used (NONE)
Timeline
    Description

    The Department of Defense, specifically the Naval Air Warfare Center Aircraft Division (NAWCAD), is seeking to negotiate a sole source contract with the National Institute for Aviation Research (NIAR) for testing and reporting of composite panel specimens. The primary objective of this procurement is to conduct coupon testing for the qualification of the AMS 3970 composite material system under conditions relevant to Naval Aviation, which includes conditioning, testing, and analyzing the materials, as well as compiling comprehensive reports with statistical analysis and test plans. This testing is crucial for establishing composite repair standards for NAVAIR, ensuring the reliability and safety of aviation components. Interested parties may submit their capabilities and interest by December 26, 2025, to Lyle Kralle at lyle.a.kralle.civ@us.navy.mil, noting that the procurement will be processed on a sole source basis, and the Government will not compensate for any information provided.

    Point(s) of Contact
    Files
    Title
    Posted
    The document outlines the Statement of Work (SOW) for the qualification testing of cured composite panels by a contractor, in collaboration with NAVAIR, with a performance timeline set for up to two years post-contract award. The contractor’s responsibilities involve receiving various composite panel types and executing a comprehensive testing program, including nondestructive inspections and specimen preparation according to ASTM standards. Each specimen must be meticulously labeled to facilitate tracking throughout the testing processes. Tests will assess physical properties and lamina properties across multiple temperature conditions (cold, ambient, and elevated). The contractors will generate detailed reports, which include raw and processed test data as well as material property reports. The document also articulates a structured test matrix that outlines specific tests to be conducted on four types of laminate properties—quasi isotropic, hard, and soft—specifying the number of samples and testing standards to follow. Overall, the SOW emphasizes rigorous testing and data reporting to ensure compliance with material qualifications essential for defense applications, reflecting a commitment to high standards in material performance and safety in aerospace engineering endeavors.
    Lifecycle
    Similar Opportunities
    N0038325PR0R874 Pre-Solicitation
    Dept Of Defense
    The Department of Defense, through the Department of the Navy's NAVSUP Weapon Systems Support, is preparing to issue a presolicitation for a sole-source procurement related to the repair of a PANEL, COMM CNTRL (NSN: 1R9999LLCGIZ747, P/N: 5502304-001), with a total quantity of six units. This procurement is classified as Foreign Military Sales (FMS) repair and is not set aside for small businesses, with the government intending to negotiate with only one responsible source under Source Authority 10 U.S.C. 2304(c)(1) and FAR 6.302-1. The solicitation is expected to be released around December 17, 2025, with a closing date for responses on January 16, 2026; interested parties should submit their capabilities and qualifications via email to the NAVSUP WSS N7 Contract Specialist, Gina Sassane, at gina.p.sassane.civ@us.navy.mil.
    NOTICE OF INTENT TO AWARD A SOLE SOURCE CONTRACT
    Dept Of Defense
    The Department of Defense, specifically the Department of the Navy, intends to award a sole source contract to Top Notch EDM Services, LLC, located in Conroe, Texas, for nondestructive testing (NDT) visual props that will expand the SSBA NDT Training Program across its multiple detachments. This procurement is critical as it aims to provide matching kits for existing training programs, ensuring consistency and effectiveness in training operations. The contract will be executed under Simplified Acquisition Procedures, utilizing Other Than Full and Open Competition due to the unique requirements and circumstances that justify a sole source award. Interested parties may express their interest and submit relevant product information via email to Hannah Lavoie at hannah.e.lavoie.civ@us.navy.mil, as no formal solicitation will be issued.
    NIINs to N00383-21-G-YJ01
    Dept Of Defense
    The Department of Defense, through the NAVSUP Weapon Systems Support office, is seeking to procure repair services for specific aircraft components from the Bell Boeing Joint Project Office on a sole source basis. The procurement involves the repair of items listed in Attachment A, including PRGB ASSY LH, PRGB ASSY RH, and ELECTRONIC COMPONENTS, with a focus on ensuring the availability of critical aircraft parts for operational readiness. The estimated quantities for these components are one unit each for year 5, with a repair turnaround time of 110 days, and the total funding for the repairs is projected at $2,523,394.00. Interested parties must submit their capability statements to Jake Kucowski at jake.kucowski.civ@us.navy.mil within 15 days of the notice publication, as this opportunity is not a request for competitive proposals and requires source approval.
    Nonmetallic Fabricated Materials
    Dept Of Defense
    The Department of Defense, through the Naval Air Warfare Center Aircraft Division (NAWCAD), is seeking small businesses to participate in a Blanket Purchase Agreement (BPA) for nonmetallic fabricated materials. This procurement aims to streamline the acquisition of supplies and services necessary for Aircraft Launch and Recovery Equipment (ALRE), Common Support Equipment (CSE), and Peculiar Support Equipment (PSE) to support naval operations. The BPA will facilitate efficient procurement processes, allowing for multiple awards to qualified vendors, with individual call orders not exceeding $250,000 and a master dollar limit of $4,999,999 over five years. Interested vendors must submit their capabilities statement and relevant documentation by March 11, 2026, to Karin Quagliato at karin.a.quagliato.civ@us.navy.mil, including the subject line "N6833525Q0321."
    NIIN: 015728130/ FMS REPAIR/ N0038325PR0R912
    Dept Of Defense
    The Department of Defense, through the NAVSUP Weapon Systems Support office, is issuing a presolicitation for a sole-source contract to Undersea Sensor Systems Inc. for the repair of the SDSR, AIRCRAFT EQUIP (NIIN: 015728130, Part Number: 6120-0500-001) specifically for H-60 aircraft. This procurement is critical as Undersea Sensor Systems Inc. is the Original Equipment Manufacturer (OEM) and the only known source for this repair, with no available drawings or data, and the government lacking the necessary data rights. The contract is set for a duration of one year, with proposals due by January 29, 2026, and an anticipated award date in March 2026; interested parties may submit capability statements within 15 days of the solicitation issue date, which is expected around December 30, 2025. For further inquiries, contact Grace Y. McGinley at (215) 697-2198 or via email at GRACE.V.MCGINLEY.CIV@US.NAVY.MIL.
    17--NRP,FLAT PANEL A033, IN REPAIR/MODIFICATION OF
    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 Flat Panel A033, a critical component used in aircraft ground servicing equipment. The procurement requires contractors to adhere to stringent quality and inspection standards, as the items are classified as Flight Critical, necessitating engineering source approval from the Naval Air Systems Command. This contract is vital for maintaining operational readiness and safety in shipboard systems that support aircraft launch and recovery operations. Interested contractors must submit their proposals and source approval requests by the specified deadline, and can direct inquiries to Kimberly Flores at 215-697-6549 or via email at kimberly.flores12.civ@us.navy.mil.
    Testing and Inspection Physical Ppty
    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 testing and inspection of physical properties. This procurement aims to establish BPAs for commercial items related to Aircraft Launch and Recovery Equipment, Common Support Equipment, and Peculiar Support Equipment, facilitating streamlined acquisition processes to support naval operations. The selected vendors will be required to submit a capabilities statement and must be registered in the System for Award Management (SAM), with the opportunity to submit responses open until March 11, 2026. Interested parties should direct inquiries and submissions to Karin Quagliato at karin.a.quagliato.civ@us.navy.mil, including the solicitation number N6833525Q0321 in the subject line.
    Notice Of Intent To Award Sole Source - Aviation Devices and Electronic Components L.L.C.
    General Services Administration
    The General Services Administration (GSA) intends to award a sole source firm-fixed price contract to Aviation Devices and Electronic Components L.L.C. for the procurement of the P-8A Aircraft Antenna Gasket on behalf of the United States Naval Air Systems Command (NAVAIR). This specialized gasket, designed for the P-8A Poseidon military aircraft, is a pre-cured, conductive polyurethane foam matrix with an integrated aluminum mesh frame, essential for ensuring critical electrical bonding and compliance with military standards. Interested parties that believe they can meet the requirements must submit their responses, supported by clear evidence of capability, by December 22, 2025, to the primary contact, Antwoine Griggs, at antwoine.griggs@gsa.gov, or the secondary contact, Phil Cleveland, at phillip.cleveland@gsa.gov. This notice is not a request for quotes or proposals, and the government will not be responsible for any costs incurred by responding to this notice.
    N0038326RS050
    Dept Of Defense
    The Department of Defense, specifically the Department of the Navy through NAVSUP Weapon Systems Support, is seeking proposals for the renewal of a Long Term Contract (LTC) for consumable spares over a five-year term. This contract will cover eight National Item Identification Numbers (NIINs), including various repair kits and parts kits, with estimated quantities ranging from 25 to 5,000 units for each item. These items are critical for aircraft maintenance and repair, emphasizing the importance of sourcing from approved vendors under the authority of FAR 6.302-1, as government source approval is required for award. Interested vendors must submit a proposal along with the necessary documentation as outlined in the NAVSUP Source Approval Request (SAR) Brochure, which can be accessed online. For further inquiries, potential bidders can contact Sophia Noel at 215-697-3698 or via email at sophia.noel@navy.mil.
    NAWCAD Jet Blast Deflector (JBD) Panels, P/Ns 626145-6, -7 and -8
    Dept Of Defense
    The Department of Defense, through the Naval Air Warfare Center Aircraft Division in Lakehurst, New Jersey, intends to award a sole source Firm-Fixed price contract for the manufacture of Jet Blast Deflector (JBD) cooling panels, specifically part numbers 626145-6, -7, and -8, to support upgrades for the CVN 75 Joint Strike Fighter as part of the Nimitz Class Launcher Program. The contractor will be required to produce these panels in accordance with government specifications, as they are classified as Critical Application Items (CAIs), necessitating procurement from a vendor with the requisite qualifications, namely The Entwistle Company LLC. This procurement is justified under the authority of 10 USC 3204 (a) (1) and FAR 6.302-1, indicating that no other vendors are currently qualified to meet the stringent requirements. Interested parties are encouraged to submit proposals to Kelly Gray at kelly.e.gray13.civ@us.navy.mil, although the government retains discretion over whether to open the requirement to competition.