16--MODULE,HYD FLT CNT,, IN REPAIR/MODIFICATION OF
Overview
Buyer
Place of Performance
NAICS
PSC
Set Aside
Original Source
Timeline
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, has issued an amendment to a solicitation for the repair and modification of MODULE, HYD FLT CNT (P/N 379900-1007, NSN 7RH 1680 016485156). This amendment updates clauses, increases quantities, and extends the solicitation deadline. The work involves overhauling, upgrading, repairing, testing, and inspecting these critical aircraft components. Responses are due by February 9, 2026.
Scope of Work
This opportunity requires contractors to provide all necessary facilities, labor, materials, parts, and tooling equipment to return the specified MODULE, HYD FLT CNT units to a Ready For Issue (RFI) condition. Key requirements include:
- Markings: In accordance with MIL-STD-130.
- Wire Usage: Prohibits MIL-W-81381 wire; requires SAE-AS22759 series wire.
- Quality Control: Establish, implement, and maintain a quality system compliant with ISO 9001/SAE AS9100. Calibration system must meet ANSI/NCSL Z540.3 or ISO-10012-1.
- Configuration Management: Maintain a plan per NAVSUP WSS clause NAVICPIA18.
- Parts & Materials: Contractor is responsible for supplying all parts and materials, which must be new per FAR 52.211-5, unless PCO approval is obtained for other materials or cannibalization. Cannibalization is generally not authorized without specific approval.
- Repair Procedures: Detailed procedures for Beyond Economical Repair (BER), Missing on Induction (MOI), and Over and Above Repair (OAR) are outlined, requiring specific notifications and approvals from DCMA and the PCO.
- Source of Repair: The contractor must specify the name and location of the facility performing the work (e.g., Parker-Hannifin Corp/Aerospace Grp, 14300 Alton Pkwy, Irvine CA 92618).
Contract & Timeline
- Type: Solicitation (Amendment)
- Agency: Department of the Navy, NAVSUP Weapon Systems Support
- Product Service Code: 1680 (Miscellaneous Aircraft Accessories And Components)
- NAICS: 336413 (Other Aircraft Part and Auxiliary Equipment Manufacturing)
- Set-Aside: None specified
- Response Due: February 9, 2026, 6:00 PM EST
- Published (Amendment): February 5, 2026
- Original Solicitation (N0038325RH312) Published: September 8, 2025
Evaluation
Contractors must demonstrate a robust quality control system, including process control documentation, failure analysis, corrective action, and nonconforming material control. The Government retains formal Material Review Board (MRB) authority for "AS-IS" dispositions.
Additional Notes
This amendment extends the solicitation period and updates contractual clauses. All other terms and conditions of the original solicitation (referenced as BOA: N0038324GBN01) remain unchanged. Early and incremental deliveries are accepted.