NIIN 015381291/ NOMENCLATURE ADAPTER,RACK,STORAGE
ID: N0038326R0018Type: 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 WEAPONS (1095)

Set Aside

No Set aside used (NONE)
Timeline
    Description

    The Department of Defense, through the NAVSUP Weapon Systems Support, is soliciting proposals for a five-year Long Term Contract (LTC) to support the repair and modification of H-60 platform components for the U.S. Navy. This contract requires the selected contractor to provide all necessary labor, materials, and facilities to ensure that items are returned to a Ready For Issue (RFI) condition, adhering to stringent specifications and quality standards. The goods and services sought are critical for maintaining the operational readiness of the H-60 platform, which plays a vital role in Navy operations. Proposals must be submitted via email to Lauren N. Phillips at lauren.n.phillips6.civ@us.navy.mil by the specified closing date, as outlined in the solicitation document.

    Point(s) of Contact
    Files
    Title
    Posted
    This government solicitation, N0038326R0018, outlines a Request for Proposal (RFP) for a five-year Long Term Contract (LTC) to repair and modify H-60 platform components for the U.S. Navy. The contract, issued by NAVSUP Weapon Systems Support, requires the contractor to provide all necessary labor, materials, and facilities to return items to a Ready For Issue (RFI) condition, adhering to strict specifications and quality standards. Key provisions cover ordering procedures, contractor obligations, handling of Beyond Physical Repair (BPR) and Beyond Economical Repair (BER) items, configuration management, and participation in the Government-Industry Data Exchange Program (GIDEP). The solicitation also details comprehensive requirements for preservation, packaging, packing, and marking of materials, including specific standards for hazardous materials and reusable containers. All changes to contract requirements must be approved in writing by the Contracting Officer.
    Lifecycle
    Similar Opportunities
    2-Year LTC Renewal (CAGE 99251)
    Buyer not available
    The Department of Defense, specifically the Department of the Navy through NAVSUP Weapon Systems Support, is soliciting proposals for a two-year Indefinite Quantity Contract (Solicitation N00383-25-R-P701) focused on the repair and modification of LX, E-2, and AV-8 aircraft system components. The contractor will be responsible for providing all necessary labor, materials, and facilities for repairs, adhering to specified manuals and statements of work, while also managing various repair scenarios including items deemed Beyond Physical Repair (BPR) and Beyond Economical Repair (BER). This contract is critical for maintaining the operational readiness of military aircraft, ensuring compliance with rigorous government regulations, including FAR and DFARS clauses. Interested parties can contact Kristin Clemens at KRISTIN.CLEMENS2.CIV@US.NAVY.MIL or by telephone at 771-229-0403 for further details.
    LHA6 OSU CPU ASSY
    Buyer not available
    The Department of Defense, specifically the Department of the Navy through NAVSUP Weapon Systems Support Mechanicsburg, is soliciting proposals for the repair of the LHA6 OSU CPU Assembly. The procurement aims to establish a contract for the repair services, with a required Repair Turnaround Time (RTAT) of 100 days, emphasizing the importance of timely and efficient service to support naval operations. This contract will involve strict compliance with quality assurance standards and may include options for increased quantities, reflecting the critical nature of the equipment being repaired. Interested contractors should submit their quotes, including pricing and RTAT, to Valentino P. Arena at VALENTINO.P.ARENA.CIV@US.NAVY.MIL or by phone at 717-605-2498, with the expectation of a bilateral award process upon acceptance of the proposal.
    16--DRIVE UNIT,HYDRAULI, 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 hydraulic drive units. The procurement involves comprehensive repair, testing, and inspection services to ensure that the hydraulic units are restored to a Ready for Issue (RFI) condition, adhering to specified technical standards and quality requirements. These hydraulic components are critical for aircraft operations, emphasizing the importance of maintaining their functionality and reliability. Interested contractors should direct inquiries to Rebecca L. Jordan at 215-697-2922 or via email at REBECCA.L.JORDAN28.CIV@US.NAVY.MIL, with proposals expected to comply with the outlined requirements and quality assurance provisions.
    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.
    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.
    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.
    MH-60R/MH-60S Aircraft Maintenance and Repair
    Buyer not available
    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.
    20--HUB,PROPELLER,SHIP
    Buyer not available
    The Department of Defense, specifically the Department of the Navy through NAVSUP Weapon Systems Support Mechanicsburg, is soliciting proposals for the procurement of HUB, PROPELLER, SHIP components. This contract involves the manufacture and quality assurance of these components, which are critical for ship propulsion systems, ensuring operational readiness and efficiency for naval vessels. The selected contractor will be required to adhere to strict quality standards, including certification by the American Bureau of Shipping, and must provide detailed documentation and inspection reports throughout the contract duration. Interested parties should contact Alison E. Harper at 771-229-0456 or via email at ALISON.E.HARPER.CIV@US.NAVY.MIL for further details, and proposals must be submitted electronically by the specified deadline.
    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.
    BARREL-ROTARY, CONTR | 40A | UH-60 SERIES
    Buyer not available
    The Department of Defense, through the Defense Logistics Agency (DLA Aviation), is seeking proposals for the procurement of Barrel-Rotary components for the UH-60 series helicopters, specifically under the National Stock Number (NSN) 1615-010957108. This opportunity is a total small business set-aside and involves an indefinite quantity contract with a base period of two years, requiring an estimated annual quantity of 280 units, along with government testing and evaluation processes. The selected contractor will be responsible for delivering the first article units within 365 days after receipt of order, with subsequent production units due 30 days after government approval. Interested parties can obtain the solicitation via the DLA Internet Bid Board System (DIBBS) on or about November 12, 2025, and should direct inquiries to Ryan Loeffelholz at ryan.loeffelholz@dla.mil or by phone at 804-279-1452.