NAVSUP Weapon Systems Support (NAVSUP WSS) Philadelphia intends to issue a sole source solicitation to Sikorsky Aircraft Corp for the repair of a "GYROSCOPE,RATE," P/N: 70901-21913-104, NSN: 7R6615013453117, with a quantity of one. This decision is based on the government not owning the necessary data or rights to procure the part from other sources, as authorized by 10 U.S.C. 3204(a)(1) and FAR 6.302. While competitive proposals are not being requested, all capability statements received within 45 days of the synopsis will be considered to determine if a competitive repair is feasible. This procurement is not a Total Small Business Set-Aside and will follow FAR Part 15 procedures, excluding FAR Part 12 for commercial items. Interested organizations can submit qualifications via email to anna.m.kiessling.civ@us.navy.mil.
This Request for Quotation (RFQ) N0038326Q0081 is a sole-source requirement for the repair of a specific GYROSCOPE,RATE (NSN: 7R6615013453117, Part Number: 70901-21913-104), identified as a Critical Safety Item (CSI) for Foreign Military Sales (FMS). NAVSUP WSS Philadelphia intends to award this requirement under an existing Basic Ordering Agreement (BOA) due to a lack of sufficient data to contract with other sources. Offers from unapproved sources must include detailed information from the NAVSUP WSS Source Approval Brochure for consideration. The document outlines requirements for evaluation, labor, materials, and parts to restore the government-owned article to operating condition. It details stringent configuration management, engineering change, and variance procedures, especially for CSI items. Packaging and marking must comply with military standards (MIL-STD-2073-1, MIL-STD-129, ISPM 15) and specific FMS shipping instructions, with a delivery schedule of 365 calendar days after induction. Inspection and acceptance will occur at the contractor's plant, requiring adherence to ISO 9001 quality management systems and ISO 10012 measurement standards. Hazardous materials must be identified and accompanied by Safety Data Sheets. The contract specifies FOB Origin with differentials for transportation and utilizes the Wide Area WorkFlow (WAWF) system for electronic payment requests and receiving reports. It also details procedures for inventory transaction reporting, ATAC transportation for repairable assets, and material returns based on their condition.