66--ALTIMETER,PRESSURIZ, 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 MECH, intends to award a sole-source contract for the repair/modification of 20 Altimeter, Pressurizing (NSN 7H-6685-005146273). This is a Presolicitation notice under a Total Small Business Set-Aside. The Government plans to negotiate with only one source due to the unavailability of suitable technical data or manufacturing/repair knowledge for other sources. Interested parties must identify their capabilities by March 9, 2026.
Scope of Work
This requirement is for the repair and modification of 20 units of Altimeter, Pressurizing, NSN 7H-6685-005146273, TDP VER 012, 706038 ITEM 4. Deliveries are required at DLA Distribution San Joaquin, Tracy, CA, and DLA Distribution, New Cumberland, PA. The induction NIIN is 7H, 6685, 005146273.
Contract Details & Justification
The proposed contract action is for supplies or services for which the Government intends to solicit and negotiate with only one source under the authority of FAR 6.302-1. This is justified by the necessity of acquiring/repairing the part from sources specified on source control or selected item drawings, as suitable technical data, Government data rights, or manufacturing/repair knowledge are not available to permit acquisition from/repair by other sources. The Government is not using the policies contained in FAR Part 12, Acquisition of Commercial Items, for this solicitation. However, interested persons may identify their interest and capability to satisfy the Government's requirement with a commercial item within 15 days of this notice.
Set-Aside & Response
This opportunity is designated as a Total Small Business Set-Aside (FAR 19.5). All responsible sources may identify their interest and capability to respond to the requirement or submit proposals, quotations, or capability statements. This notice of intent is not a request for competitive proposals. However, all proposals received within 45 days of the publication date (February 5, 2026) will be considered. The official response date is March 9, 2026. A determination by the Government not to compete this proposed contract based on responses is solely at the Government's discretion.
Qualification & Technical Data
Award will be made only if the offeror, product/service, or manufacturer meets the qualification requirement(s) at the time of award, in accordance with FAR clause 52.209-1. Information regarding qualification requirements can be obtained from the office cited in the individual solicitation. This acquisition may be subject to Free Trade Agreements and the World Trade Organization Government Procurement Agreement if relevant DFARS clauses are included in the solicitation.
Contact Information
For inquiries, contact HEATHER R. JONES at HEATHER.R.JONES52.CIV@US.NAVY.MIL or (717)605-4866.