N0038325R0034
ID: N0038325R0034Type: 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

    The Department of Defense, through the Naval Supply Systems Command (NAVSUP) Weapon Systems Support, is soliciting proposals for a five-year requirements contract focused on the repair and modification of Moog H-60 system items. Contractors are required to provide all necessary labor, materials, parts, and testing equipment to restore specific National Stock Numbers (NSNs) to a "Ready For Issue" condition, adhering to strict configuration management and reporting standards. This procurement is crucial for maintaining the operational readiness of critical H-60 components, ensuring compliance with federal acquisition regulations. Interested contractors can reach out to Elise Anzini at elise.anzini@navy.mil or call 215-697-2243 for further details regarding the submission of quotes, which should include firm-fixed price or time and materials pricing.

    Point(s) of Contact
    Files
    Title
    Posted
    This Request for Quotation (RFQ) outlines a five-year requirements contract for the repair and modification of Moog H-60 system items, including specific National Stock Numbers (NSNs) 015677349, 015677350, and 015616395. The contractor is responsible for providing all necessary labor, materials, parts, and testing equipment to return items to a "Ready For Issue" condition. The RFQ details procedures for "Beyond Physical Repair" (BPR), "Beyond Economical Repair" (BER), "Missing on Induction" (MOI) items, and the swapping of Shop Repairable Assemblies (SRAs). It emphasizes strict adherence to configuration management, including approval processes for engineering changes (Class I and Class II) and requests for variances (RFVs). All parts and materials must be new unless otherwise approved, and the contractor must maintain a robust control system for purchased parts and materials. Inspection and acceptance will occur at the contractor's plant, with specific requirements for Commercial Asset Visibility Repairables Portal (CAV RP) reporting. Packaging, marking, and shipping instructions are meticulously defined, including preservation standards, protection from electrostatic/electromagnetic forces, packing levels, and hazardous material handling. The document also specifies requirements for reusable NSN containers and the Navy's shelf-life program. The overall purpose is to secure a contractor for the sustained repair and modification of critical H-60 components, ensuring operational readiness and compliance with federal acquisition regulations.
    Lifecycle
    Title
    Type
    N0038325R0034
    Currently viewing
    Solicitation
    Similar Opportunities
    14--COMPUTER GROUP,GUID, 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 guided missile remote control systems, identified by NSN 7R-1430-014442098-GF. This procurement involves a quantity of 16 units, with delivery terms set to FOB Origin, and requires government source approval prior to contract award due to the flight-critical nature of the item. Only sources previously approved by the government will be considered, and interested parties must submit the necessary documentation as outlined in the NAVSUP WSS Source Approval Information Brochures to be eligible for award. For further inquiries, potential bidders can contact Svitlana Shvets at (215) 697-6278 or via email at SVITLANA.SHVETS.CIV@US.NAVY.MIL.
    N0038326Q0038, NIIN 011618379, VALVE, MODULATING, EC
    Buyer not available
    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.
    16--HYDRAULIC POWER DRI, IN REPAIR/MODIFICATION OF
    Buyer not available
    The Department of Defense, through the Department of the Navy's NAVSUP Weapon Systems Support, is soliciting proposals for the repair and modification of hydraulic power drive units. The procurement aims to ensure timely repair turnaround, with a required turnaround time of 117 days from asset receipt to acceptance, emphasizing the importance of maintaining operational readiness for aircraft systems. This opportunity is critical for sustaining the functionality of miscellaneous aircraft accessories and components, which play a vital role in defense operations. Interested contractors can reach out to Jacob A. Tarini at 215-697-3563 or via email at jacob.a.tarlini.civ@us.navy.mil for further details and to discuss the submission of proposals.
    16--DAMPER ASSEMBLY, IN REPAIR/MODIFICATION OF
    Buyer not available
    The Department of Defense, through the NAVSUP Weapon Systems Support, is soliciting proposals for the repair and modification of a Damper Assembly, specifically NSN 06100-08801-045, under a sole source requirement. The contractor will be responsible for ensuring compliance with detailed repair procedures, including inspection, testing, and reassembly, to return the assembly to a Ready for Issue (RFI) condition. This procurement is critical for maintaining operational readiness of military helicopters, as the Damper Assembly is a key component in their rotor systems. Interested parties must contact Jacob Wells at jacob.r.wells14.civ@us.navy.mil or by phone at 215-697-1227 for further details, and must adhere to the submission requirements outlined in the NAVSUP WSS Source Approval Brochure to be considered for the contract.
    16--PWA,SGM II PMC,AIRC, IN REPAIR/MODIFICATION OF
    Buyer not available
    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 PWA, SGM II PMC, AIRC, with a focus on NSN 7RH 1680 015788598. The contractor will be responsible for returning the items to a Ready for Issue (RFI) condition, adhering to strict turnaround times and quality requirements, including a required repair turnaround time of 70 days after receipt of the asset. This procurement is critical for maintaining operational readiness and ensuring the reliability of aircraft components. Interested contractors should contact Jose F. Montes Montiel at 215-697-2558 or via email at jose.f.montesmontiel.civ@us.navy.mil for further details and to discuss the submission of proposals.
    Overhaul of Spindles, Modulation Valves, Bifilar Assemblies, Hubs and Retention Plate Assemblies.
    Buyer not available
    The Department of Homeland Security, specifically the U.S. Coast Guard's Aviation Logistics Center, is seeking proposals for the overhaul of spindles, modulation valves, bifilar assemblies, hubs, and retention plate assemblies for its MH-60T aircraft. The procurement involves a sole-source contract with Sikorsky Aircraft Corporation, requiring all components to have traceability to the OEM and compliance with FAA guidelines to ensure safety and airworthiness. The contract will be structured as an Indefinite Delivery Requirements type with a one-year base period and two optional one-year extensions, totaling a maximum duration of three years. Interested vendors must submit their quotations by February 27, 2026, with the anticipated award date around June 17, 2026; inquiries can be directed to Trenton Twiford at trenton.c.twiford@uscg.mil.
    FMS REPAIR OF COMPUTER, FLIGHT CONTROL
    Buyer not available
    The Department of Defense, through the NAVSUP Weapon Systems Support office, intends to award a sole source contract for the repair of a flight control computer specifically for H-1 aircraft. The procurement involves the repair of one unit of the flight control computer (NIIN: 015825365, Part Number: 449-005-100-105), with PUI being the Original Equipment Manufacturer and the only known source for this service, as the Government lacks the necessary data for competitive procurement. This contract is crucial for maintaining the operational capabilities of the H-1 aircraft, and the solicitation is expected to follow FAR Part 15, with an anticipated award date in March 2026. Interested parties may submit capability statements within 45 days of the presolicitation notice, and inquiries can be directed to Shannon Menickella at shannon.r.menickella.civ@us.navy.mil.
    16--GEARBOX ASSY,TAIL,A, IN REPAIR/MODIFICATION OF
    Buyer not available
    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 Gearbox Assembly, Tail, A (NSN: 1680017336838, Part Number: 06381-05000-044). This sole-source requirement involves the repair of five units, with the contractor responsible for all necessary labor, materials, and testing to return the items to a Ready for Issue (RFI) condition, adhering to strict quality and inspection standards. The procurement is critical for maintaining operational readiness of naval aircraft, and interested contractors must provide required documentation for government source approval along with their proposals. For inquiries, contact Lauren Phillips at lauren.n.phillips6.civ@us.navy.mil or by phone at 215-697-6566.
    61--MISSION CREW WORKST, 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 mission crew workstations, identified by NSN 7R-6130-015855292-P8, with a quantity of 89 units required. This procurement necessitates engineering source approval due to the flight-critical nature of the item, meaning that only approved sources with the requisite design capability and manufacturing knowledge will be considered for the contract. Interested parties must submit detailed information regarding their qualifications and experience, as well as comply with the Source Approval Information Brochures provided by NAVSUP WSS, to be eligible for consideration. Proposals must be submitted within 45 days of this notice, and any inquiries can be directed to Natalie Toroni at (215) 697-2782 or via email at NATALIE.TORONI.CIV@US.NAVY.MIL.
    16--AFMC, IN REPAIR/MODIFICATION OF
    Buyer not available
    The Department of Defense, specifically the Department of the Navy through NAVSUP Weapon Systems Support, is soliciting proposals for the repair and modification of aircraft parts under the contract titled "16--AFMC, IN REPAIR/MODIFICATION OF." The procurement aims to establish a contractor capable of performing comprehensive repair, testing, and inspection of specified aircraft components, ensuring they meet operational readiness standards. This opportunity is critical for maintaining the functionality and reliability of military aircraft, thereby supporting national defense operations. Interested contractors should contact Peter A. Kobryn at 215-697-4313 or via email at PETER.A.KOBRYN.CIV@US.NAVY.MIL for further details, with a required delivery turnaround time for units set by January 3, 2028.