FMS - REPAIR - CYLINDER AND VA
SOL #: N0038326Q0048Solicitation
Overview
Buyer
Dept Of Defense
Dept Of The Navy
NAVSUP WEAPON SYSTEMS SUPPORT
PHILADELPHIA, PA, 19111-5098, United States
Place of Performance
Philadelphia, PA
NAICS
Turbine and Turbine Generator Set Units Manufacturing (333611)
PSC
Aircraft Landing Gear Components (1620)
Set Aside
No set aside specified
Original Source
Timeline
1
Posted
Nov 13, 2025
2
Last Updated
Apr 21, 2026
3
Submission Deadline
Dec 15, 2025, 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) is soliciting proposals for the repair of one unit of CYLINDER AND VA, P/N 901917-101, for the country of South Korea. This is a competitive requirement where the government does not possess the necessary data for repair. Source Approval is required and will not delay award. The proposal submission deadline is April 30, 2026.
Scope of Work
This opportunity requires contractors to furnish all labor, material, and facilities to repair and/or modify the specified item, restoring it to operational conditions. Key requirements include:
- Repair services for "CYLINDER AND VA" (NIIN 008671279, Part Number 901917-101).
- A Repair Turnaround Time (RTAT) of 0138 days after receipt of asset.
- Contractor must obtain final inspection and acceptance by the Government within established RTATs.
- A throughput constraint is required for each National Stock Number (NSN).
- Induction Expiration Date is 365 days after contract award.
- Items must be mercury-free and free from mercury contamination.
- Unique Item Identification (UII) is required for items with a Government unit acquisition cost of $5,000 or more.
Contract Details
- Contract Type: Firm Fixed Price (implied for repair services).
- Product Service Code: 1620 - Aircraft Landing Gear Components.
- Set-Aside: This is not a Small Business Set-Aside.
- Place of Performance: Philadelphia, PA, United States.
Submission & Requirements
- Source Approval: Required. If not an approved source, contractors must submit detailed information as per the NAVSUP-WSS Source Approval Information Brochure for Repair with their proposal. Award will not be delayed pending Source Approval. Information can be found at:
https://www.navsup.navy.mil/navsup/ourteam/navsupwss/business_opp. - Packaging & Marking: Must comply with best standard commercial packaging for overseas shipment, referencing MIL-STD-2073-1E and MIL-STD-129. Specific requirements for preservation, packaging, packing, and marking are detailed in the
PACKAGING.pdfdocument. - Hazardous Materials: Identification and Material Safety Data Sheets are required.
- Invoicing: Wide Area WorkFlow (WAWF) is the method for electronic invoicing and receiving reports.
Key Dates
- Original Solicitation Published: November 13, 2025.
- Proposal Due Date: April 30, 2026 (extended via Amendment 3).
Contact Information
- Primary Contact: SARAH L. Austin, N763.11
- Email:
sarah.l.austin10.civ@us.navy.mil - Phone: 7712290507
People
Points of Contact
SARAH L. Austin, N763.11PRIMARY