FMS, QTY 1, NIIN:013788388

SOL #: N0038326QD057Solicitation

Overview

Buyer

Dept Of Defense
Dept Of The Navy
NAVSUP WEAPON SYSTEMS SUPPORT
PHILADELPHIA, PA, 19111-5098, United States

Place of Performance

AZ

NAICS

Aircraft Engine and Engine Parts Manufacturing (336412)

PSC

Turbosuperchargers And Components (2950)

Set Aside

No set aside specified

Timeline

1
Posted
Dec 17, 2025
2
Last Updated
Jan 22, 2026
3
Submission Deadline
Feb 21, 2026, 9:00 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 Department of the Navy, NAVSUP Weapon Systems Support (WSS), has issued a Solicitation (RFQ) for Firm Fixed Price repair services for "FUEL CONTROL, MAIN" (NSN: 2950013788388, PN: 441675-5). The purpose is to restore Government Furnished Property (GFP) to an operable condition. This opportunity is not a small business set-aside. Quotations are due by Close of Business on February 21, 2026.

Scope of Work

This requirement covers comprehensive repair services for the specified "FUEL CONTROL, MAIN" units. Repaired units must meet all operational and functional requirements. Key aspects include:

  • Restoration of GFP to an operable condition, functioning as a new unit.
  • Marking, packaging, and packing in accordance with "BEST STANDARD COMMERCIAL PACKAGING FOR OVERSEAS SHIPMENT".
  • Use of mercury-free materials.
  • A Repair Turnaround Time (RTAT) of 52.01 days after receipt of asset.
  • Contractors must provide a throughput constraint (X/month) for each NSN.
  • Induction Expiration Date is 365 days after contract award.
  • Adherence to Configuration Management and Controls.
  • Identification of Hazardous Materials and provision of Safety Data Sheets.
  • Quality Assurance provisions, including inspection and acceptance at the contractor's or subcontractor's plant.
  • Compliance with ISO 9001 Quality Management Systems requirements.

Contract & Timeline

  • Opportunity Type: Solicitation (Request for Quotation - RFQ)
  • Pricing Arrangement: Firm Fixed Price
  • Period of Performance: One year from the order date for asset induction.
  • Set-Aside: Not a small business set-aside.
  • Quotations Due: February 21, 2026, Close of Business.
  • Published Date: January 22, 2026.

Evaluation

Offers will be evaluated in accordance with Defense Federal Acquisition Regulation Supplement (DFARS) Part 225. The evaluation process will include inspection, disassembly, and testing to determine the extent of labor and material required for restoration. Bidders must submit a Buy American-Balance of Payments Program Certificate and a Trade Agreements Certificate.

Additional Notes

Early and incremental deliveries are accepted and preferred. Wide Area WorkFlow (WAWF) is the designated method for electronic invoicing and receiving reports. For inquiries, contact Jillian Eder at 771-229-0426 or jillian.a.eder.civ@us.navy.mil.

People

Points of Contact

Jillian Eder 771-229-0426PRIMARY

Files

Files

Download

Versions

Version 2Viewing
Solicitation
Posted: Jan 22, 2026
Version 1
Pre-Solicitation
Posted: Dec 17, 2025
View
FMS, QTY 1, NIIN:013788388 | GovScope