59 - FMS REPAIR - AMC ASSEMBLY

SOL #: N0038326QF131SolicitationSole Source

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 Electrical And Electronic Components (5999)

Set Aside

No set aside specified

Timeline

1
Posted
May 11, 2026
2
Submission Deadline
Jun 10, 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 NAVSUP Weapon Systems Support (Department of the Navy) has issued a sole source solicitation for the repair of the AMC ASSEMBLY (NSN: 7R 5999 016271691, Part Number: 760-2000-510). This is a Critical Application Item (CAI) under FMS Case DE-P-RAJ. The government intends to award this requirement under an established Basic Ordering Agreement (BOA) due to a lack of sufficient data to contract with other sources. Proposals are due by June 10, 2026.

Scope of Work

The requirement is for the repair of one unit of the AMC ASSEMBLY. Key aspects include:

  • Repair work must meet operational and functional requirements.
  • Packaging and Marking: Compliance with MIL-STD-2073-1E, MIL-STD-129, and Best Standard Commercial Packaging for Overseas Shipment. Specific preservation details (e.g., Method GX, Cleaning/Dry 1) are provided for the NSN.
  • Other Requirements: Items may be subject to Electrostatic Discharge Sensitive (ESDS) protection, and Hazardous Material Identification/Material Safety Data must be provided if applicable. Compliance with Cybersecurity Maturity Model Certification (CMMC) is also necessary.

Contract & Timeline

  • Type: Firm Fixed Price.
  • Set-Aside: Sole Source (no traditional set-aside).
  • Induction Period: 365 calendar days from contract award, with an option to extend for an additional 365 days. Unused induction slots may be carried over.
  • Option Pricing: Contractors shall propose option pricing for a maximum of 10 units over the entire contract period. Separate pricing for the second year is required if it changes.
  • Response Due: June 10, 2026, by 6:00 PM ET.
  • Published: May 11, 2026.

Eligibility & Evaluation

  • Government Source Approval is required prior to award.
  • New sources must submit information detailed in the NAVSUP WSS Source Approval Brochure, available at https://www.navsup.navy.mil/Business-Opportunities/Home/.
  • Offers failing to provide all required source approval data will not be considered.
  • The acquisition is subject to Free Trade Agreements (FAR 52.225-3) and the World Trade Organization Government Procurement Agreement (FAR 52.225-5).

Additional Notes

For questions, contact Mrs. Dana Scott at dana.l.scott14.civ@us.navy.mil or 771-229-0557.

People

Points of Contact

Files

Files

View
Download
Download

Versions

Version 1Viewing
Solicitation
Posted: May 11, 2026