16--DRIVE UNIT,HYDRAULI, IN REPAIR/MODIFICATION OF

SOL #: N0038324RB029Solicitation

Overview

Buyer

Dept Of Defense
Dept Of The Navy
NAVSUP WEAPON SYSTEMS SUPPORT
PHILADELPHIA, PA, 19111-5098, United States

Place of Performance

Place of performance not available

NAICS

Other Aircraft Parts and Auxiliary Equipment Manufacturing (336413)

PSC

Aircraft Hydraulic, Vacuum And De Icing System Components (1650)

Set Aside

No set aside specified

Timeline

1
Posted
May 6, 2026
2
Last Updated
May 6, 2026
3
Submission Deadline
Apr 28, 2026, 6:00 PM

Qualification Details

Fit reasons
  • NAICS alignment with historical contract wins in similar service areas.
  • Scope strongly matches core technical capabilities and delivery model.
Risks
  • Past performance thresholds may require one additional teaming partner.
  • Potential clarification needed on staffing minimums before bid/no-bid.
Next steps

Validate eligibility requirements, assign capture owner, and schedule partner outreach to confirm teaming strategy before submission planning.

Quick Summary

This is an amendment to a contract for the repair and modification of Hydraulic Drive Units (Product Service Code 1650). Issued by the Department of the Navy, NAVSUP WEAPON SYSTEMS SUPPORT, this amendment primarily increases the overall requirement to 227 units and details specific quantity adjustments for individual items, while reaffirming existing terms and conditions. The amendment was published on May 6, 2026.

Scope of Change

This amendment adjusts quantities for specific items and the overall requirement:

  • N0038324U0795: The quantity is now 13 units (previously decreased from 48 units).
  • N0038324U4371: The quantity is now 5 units (previously decreased from 65 units).
  • Overall Requirement: The total requirement is 227 units, an increase of 130 units from a previous 97 units. All other terms and conditions of BOA N0038321GYN01 remain unchanged.

Repair Requirements

The scope involves repair, testing, and inspection of articles in accordance with the Statement of Work (SOW). The contractor is responsible for providing all necessary equipment, labor, materials, parts, and tooling. Specific technical requirements include:

  • Wire Usage: Prohibition of MIL-W-81381 wire; SAE-AS22759 series wire must be used.
  • Markings: Shall be in accordance with MIL-STD-130.
  • Definitions: Detailed definitions for "Overhaul" and "Repair" are provided.
  • Special Procedures: Protocols for Beyond Economical Repair (BER), Missing on Induction (MOI), and Over and Above Repair (OAR) are outlined, requiring Government approval for disposition.
  • Parts & Materials: Contractor must supply new parts and materials per FAR 52.211-5. Cannibalization requires specific PCO approval.
  • Repair Source: The identified repair source is Woodward/HRT, Inc. at 25200 West Rye Canyon Road, Santa Clarita, CA 91355-1265 (Cage Code 81873).

Quality Assurance

The contractor must establish and maintain a robust quality system, including:

  • Quality Program: Conformance to ISO 9001/SAE AS9100.
  • Calibration System: Meets ANSI/NCSL Z540.3, ISO-10012-1, or equivalent.
  • Configuration Management: In accordance with NAVSUP WSS clause NAVICPIA18.
  • Packaging: MIL-STD 2073 applies.
  • Inspection: Contractor is responsible for all inspection requirements, maintaining quality control documentation, and providing failure analysis/corrective action reports.

Contact Information

For inquiries regarding this amendment, contact AMANDA.M.SWEENEY4.CIV@US.NAVY.MIL or call 215-697-2198.

People

Points of Contact

AMANDA.M.SWEENEY4.CIV@US.NAVY.MILPRIMARY

Files

Files

View
View

Versions

Version 2Viewing
Solicitation
Posted: May 6, 2026
Version 1
Pre-Solicitation
Posted: May 6, 2026
View
16--DRIVE UNIT,HYDRAULI, IN REPAIR/MODIFICATION OF | GovScope