N0038325PR0R657_FMS REPAIR

SOL #: N0038326QD067Solicitation

Overview

Buyer

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

Place of Performance

TX

NAICS

Other Aircraft Parts and Auxiliary Equipment Manufacturing (336413)

PSC

Miscellaneous Aircraft Accessories And Components (1680)

Set Aside

No set aside specified

Timeline

1
Posted
Feb 26, 2026
2
Last Updated
Mar 2, 2026
3
Submission Deadline
Apr 1, 2026, 8:00 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, is soliciting quotations for FMS REPAIR services for specific aircraft components, including VISIBLE CHANNEL ASS, CIRCUIT CARD ASSEMBLY, and PITCH YAW AMPLIFIER. This is a Solicitation (RFQ) and is not a Small Business Set-Aside. Quotations are due by Close of Business on April 1, 2026.

Scope of Work

This Request for Quotation (RFQ) seeks repair services for National Item Identification Numbers (NIINs) 015752884 (VISIBLE CHANNEL ASS), 015164249 (CIRCUIT CARD ASSEMBLY), and 015285513 (PITCH YAW AMPLIFIER). The Repair Turnaround Time (RTAT) is set at 180 days after receipt of the asset, and contractors must provide a throughput constraint for each NSN. The Induction Expiration Date is 365 days after contract award.

Key Requirements

Contractors are responsible for ensuring packaging and marking adhere to "BEST STANDARD COMMERCIAL PACKAGING FOR OVERSEAS SHIPMENT," with specific requirements for hazardous materials and electrostatic discharge sensitive items. Configuration management and controls are mandatory, and the contractor is responsible for all inspection requirements under the Quality Assurance provisions. Unique Item Identification (UII) is required for certain items, and some items may be designated as Critical Safety Items. Cybersecurity Maturity Model Certification (CMMC) requirements are applicable.

Contract Details

This is an implied repair contract. The period of performance includes an Induction Expiration Date of 365 days post-award. Early and incremental deliveries are accepted and preferred. Wide Area WorkFlow (WAWF) is required for payment requests and receiving reports.

Submission & Evaluation

Quotations must be submitted by Close of Business on April 1, 2026. While specific evaluation criteria are not detailed in this document, submission instructions include referencing the "See Schedule" for applicable taxes and a request for prompt payment discounts. Additional provisions and representations are attached to the solicitation.

Eligibility

This procurement is explicitly stated as not a Small Business Set-Aside.

Contact Information

For inquiries, contact Kelly Lynch at kelly.m.lynch5.civ@us.navy.mil or 771-229-0498.

People

Points of Contact

Files

Files

Download

Versions

Version 2Viewing
Solicitation
Posted: Mar 2, 2026
Version 1
Pre-Solicitation
Posted: Feb 26, 2026
View
N0038325PR0R657_FMS REPAIR | GovScope