16--MASK REGULATOR/ MIS, IN REPAIR/MODIFICATION OF
SOL #: N0038326RTB05Solicitation
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
Original Source
Timeline
1
Posted
Feb 27, 2026
2
Last Updated
Mar 3, 2026
3
Submission Deadline
Apr 2, 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 (NAVSUP WSS), is soliciting quotes for the repair and modification of Mask Regulators/MIS (P/N MF20-560, NSN 1680-01-610-6290) for the P8 aircraft. This requirement aims to establish an Australian repair vendor to support demand in the Pacific region. Contractors must provide FAA-certified parts and offer pricing for both repair and overhaul. Quotes are due by April 2, 2026, at 4:30 PM EST.
Scope of Work
This solicitation covers the repair, overhaul, upgrade, testing, and inspection of Mask Regulators/MIS. Key requirements include:
- Restoring components to an airworthy, Ready For Issue (RFI) condition, adhering to applicable Component Maintenance Manuals (CMM) and AVOX SYSTEMS INC drawing MF20-560.
- Performing overhauls for items meeting or exceeding the 96-month Periodic Maintenance Information Card (PMIC) interval, or with less than 15% remaining life.
- Providing all necessary facility, labor, materials, parts, and test/tooling equipment.
- Ensuring all parts and materials are new, per FAR 52.211-5, unless PCO-approved. Cannibalization is generally not authorized without specific approval.
- Adhering to MIL-STD-130 for markings and MIL-STD 2073 for packaging.
- Operating under a quality system compliant with ISO 9001/SAE AS9100 and a calibration system meeting ANSI/NCSL Z540.3 or ISO-10012-1.
- Managing configuration in accordance with NAVSUP WSS clause NAVICPIA18.
Contract Details
- Opportunity Type: Solicitation
- Set-Aside: Not Applicable (SBA determined no set-aside recommendation)
- Contract Type: Firm-fixed price or Time & Materials (TT&E) pricing requested for quotes.
- Place of Performance: Contractor's facility. The item's technical specifications reference AVOX SYSTEMS INC (225 ERIE STREET, LANCASTER, NY, 14086-9502, Cage Code 53655).
- Key Provisions: Includes procedures for Beyond Economical Repair (BER), Missing on Induction (MOI), and Over and Above Repair (OAR), requiring government concurrence. Strict controls on engineering changes, parts, materials, and manufacturing sources are in place.
Submission & Deadline
- Quotes Due: April 2, 2026, by 4:30 PM EST.
- Submission Method: Email quotes to Dylan.e.payne.civ@us.navy.mil.
- Contact: Dylan E. Payne, dylan.e.payne.civ@us.navy.mil, 215-697-2579.
- Published Date: March 3, 2026.
People
Points of Contact
DYLAN.E.PAYNE.CIV@US.NAVY.MILPRIMARY
Files
Versions
Version 2Viewing
Solicitation
Posted: Mar 3, 2026
Version 1
Pre-Solicitation
Posted: Feb 27, 2026