99--FAIRING ASSEMBLY - AND SIMILAR REPLACEMENT PARTS
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 (WSS) Philadelphia, intends to solicit on a sole source basis with Sikorsky for Fairing Assemblies and similar replacement parts. This presolicitation covers specific FMS requirements for NSN 1R-0000-LLF02N204-H5 and 1R-0000-LLF02N237-H5. While a sole source intent, all responsible sources may submit capability statements for consideration. Responses are due by May 18, 2026.
Scope of Work
This requirement is for two distinct Fairing Assemblies, P/N 06202-04005-045 and P/N 06205-05004-045, each with a quantity of one (1) EA. These are FMS requirements, and delivery is FOB Origin. The Government does not possess the drawings or data rights necessary to procure these parts from additional sources.
Contract & Timeline
- Type: Presolicitation (Sole Source Intent)
- Anticipated Awardee: Sikorsky
- Authority: 10 U.S.C. 3204(a)(1) as supplemented by FAR 6.302
- Set-Aside: Not a Total Small Business Set-Aside
- NAICS: 333998
- FSC: 0000
- Response Due: May 18, 2026 (45 days from synopsis for consideration)
- Published: April 2, 2026
- Anticipated Award Vehicle: Existing Basic Ordering Agreement (BOA) N00383-26-G-P401
Submission & Evaluation
This notice is not a request for competitive proposals. However, all responsible sources may submit a capability statement, proposal, or quotation within 45 days of the synopsis publication. These submissions will be considered solely to determine if a competitive procurement is feasible. Firms not currently approved to manufacture this material must submit a Source Approval Request (SAR); however, the procurement will not be delayed for SAR approval. The Government intends to use FAR Part 15 procedures and will not apply FAR Part 12 (Acquisition of Commercial Items).
Additional Notes
Electronic procedures will be used for the solicitation. No telephone requests or hard copies will be honored. Interested organizations should submit capabilities and qualifications via email to kate.n.schalck.civ@us.navy.mil.