16--GENERATOR APU,AIRCR, IN REPAIR/MODIFICATION OF

SOL #: N0038325RF334Solicitation

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

Miscellaneous Aircraft Accessories And Components (1680)

Set Aside

No set aside specified

Timeline

1
Posted
Mar 17, 2026
2
Last Updated
Mar 17, 2026
3
Submission Deadline
Mar 17, 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

The Department of the Navy, NAVSUP Weapon Systems Support, is seeking proposals for the repair and modification of GENERATOR APU, AIRCRAFT (P/N 70550-85901-104, NSN 1680 014806542). This RFQ for a repair purchase will be awarded against BOA N00383-22-G-Y601. The requirement specifies comprehensive repair, testing, and inspection to return units to a serviceable condition. Proposals are due March 17, 2026.

Scope of Work

The contractor will be responsible for the overhaul, upgrade, repair, testing, inspection, and acceptance of the specified aircraft APU generator. This includes providing all necessary facilities, labor, materials, parts, and test/tooling equipment. Key technical requirements include:

  • Wire Usage: Prohibits MIL-W-81381 wire, requiring SAE-AS22759 series wire instead.
  • Markings: Must comply with MIL-STD-130.
  • Quality Standards: The contractor's quality system must conform to ISO 9001/SAE AS9100, and calibration systems to ANSI/NCSL Z540.3, ISO-10012-1, or equivalent.
  • Configuration Management: A plan in accordance with NAVICPIA18 is required.
  • Material Requirements: All parts and materials must be new per FAR 52.211-5, unless PCO-approved. Cannibalization is generally not authorized without specific PCO approval.
  • Repair Conditions: Detailed procedures are outlined for handling Beyond Economical Repair (BER), Missing on Induction (MOI), and Over and Above Repair (OAR) items, all requiring specific DCMA concurrence and PCO authorization before proceeding.
  • Repair Source: The contractor must specify the name and location of the facility performing the repair work.

Contract & Timeline

  • Type: Request for Quotation (RFQ) for a repair purchase, to be awarded as a delivery order or purchase order against BOA N00383-22-G-Y601.
  • Set-Aside: None (a set-aside recommendation was not applicable for this procurement).
  • Response Due: March 17, 2026, at 6:00 PM EST.
  • Published: March 17, 2026 (This notice is an amendment).

Additional Notes

This amendment includes specific remarks and detailed requirements for the repair process. All other terms and conditions of the original solicitation remain unchanged. Packaging must comply with MIL-STD 2073. Contractors are required to maintain a historical record file for each item processed.

People

Points of Contact

DANIELLE.M.CUTRERA.CIV@US.NAVY.MILPRIMARY

Files

Files

View
View

Versions

Version 2Viewing
Solicitation
Posted: Mar 17, 2026
Version 1
Pre-Solicitation
Posted: Mar 17, 2026
View