62--LIGHT,TAXIING,AIRCR, 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, specifically NAVSUP WEAPON SYSTEMS SUPPORT, is soliciting competitive firm fixed unit price quotes for the repair and modification of LIGHT,TAXIING,AIRCR (NSN 7RH 6220 017206479, P/N 72500460-001) for P8 aircraft. This requirement is a Small Business Set-Aside and mandates the use of FAA-Certified parts from certified repair stations. Quotes are due by March 9, 2026, at 4:30 PM EST.
Scope of Work
The contractor will be responsible for the repair, testing, and inspection of the specified taxiing aircraft lights to a Ready For Issue (RFI) condition, adhering to available repair manuals, drawings, and specifications. This includes providing all necessary facilities, labor, materials, parts, and tooling. The use of MIL-W-81381 wire is prohibited, requiring SAE-AS22759 series wire instead. Strict quality control systems (Mil-I-45208A, Mil-Q 9858, ISO-9000/9001/9002 or equivalent) are required, along with specific procedures for handling Beyond Economical Repair (BER), Missing on Induction (MOI), and Over and Above Repair (OAR) items, all requiring Government concurrence. Part cannibalization is strictly prohibited without specific approval from NAVSUP WSS and the Basic Design Engineer.
Contract Details
- Type: Firm Fixed Unit Price (Competitive Solicitation)
- Set-Aside: Small Business
- Award: Single award to the eligible, responsible quoter whose quote is technically acceptable and most advantageous to the Government.
- Key Requirements: Offerors must be Small Businesses providing FAA-Certified parts with an FAA Authorized Release Certificate (Form 8130-3) from certified repair stations (14 CFR Part 145).
- Repair Location: GRIMES AEROSPACE CO, 550 STATE ROUTE 55, URBANA, OH 43078-9483 (Cage Code 72914).
- Quality Standards: ISO 9001/SAE AS9100 quality system and ANSI/NCSL Z540.3 or ISO-10012-1 calibration system are required.
Submission & Evaluation
- Quotes Due: March 9, 2026, by 4:30 PM EST.
- Submission Method: Email to
Michael.j.brown1069.ic@us.navy.mil. - Evaluation Factors: List price, delivery/lead time, and past performance.
- Late quotes will not be considered. If only one acceptable quote is received, competitive procedures may shift to sole source negotiations.
Important Notes
Contractors must notify the government of all proposed engineering changes. Repair Turnaround Time (RTAT) and throughput constraints apply, with an Induction Expiration Date 365 days after contract award. Early and incremental deliveries are accepted. Packaging must comply with MIL-STD 2073.