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

Timeline

1
Posted
Nov 13, 2025
2
Last Updated
Feb 26, 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 NAVSUP Weapon Systems Support (NAVSUP WSS), Department of the Navy, 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 Firm Fixed-Price contract requiring eligible contractors to provide labor, materials, and facilities to restore the government-owned article to operational condition. Source Approval is required, and new sources must submit specific documentation. Proposals are due March 26, 2026.

Scope of Work

The requirement involves repair services for "CYLINDER AND VA" items, identified by NIIN 008671279 and Part Number 901917-101. Key requirements include:

  • Repair Turnaround Time (RTAT): 138 days after receipt of asset.
  • Induction Expiration Date: 365 days after contract award.
  • Packaging & Marking: Must comply with best standard commercial packaging for overseas shipment, referencing MIL-STD-2073-1 and ASTM D3951. Specific details are outlined in the "PACKAGING.pdf" document, including preservation methods, cleaning, materials, cushioning, and special marking.
  • Material Requirements: Items must be mercury-free and free from mercury contamination. Hazardous material identification and Material Safety Data Sheets are required.
  • Unique Item Identification (UII): Required for items with a Government unit acquisition cost of $5,000 or more, or as otherwise specified.

Contract & Timeline

  • Type: Firm Fixed Price (RFQ)
  • Set-Aside: Not a Small Business Set-Aside (Competitive requirement coded 1C)
  • Place of Performance: Philadelphia, PA, United States
  • Proposal Due: March 26, 2026
  • Published: February 26, 2026

Eligibility & Submission

  • Source Approval: Mandatory. The government does not possess the necessary data for repair. New sources must submit information detailed in the NAVSUP-WSS Source Approval Information Brochure for Repair with their proposal. Award will not be delayed pending new source approval.
  • Proposals: All responsible sources may identify their interest and provide capability statements. Proposals received within 5 days after the synopsis publication will be considered.
  • Contact: SARAH L. Austin (sarah.l.austin10.civ@us.navy.mil, 7712290507).

Additional Notes

Wide Area WorkFlow (WAWF) is the method for electronic invoicing and receiving reports.

People

Points of Contact

SARAH L. Austin, N763.11PRIMARY

Files

Files

Download
Download

Versions

Version 4
Solicitation
Posted: Feb 26, 2026
View
Version 3
Solicitation
Posted: Feb 25, 2026
View
Version 2
Solicitation
Posted: Jan 21, 2026
View
Version 1Viewing
Solicitation
Posted: Nov 13, 2025