FMS Repair VALVE DUAL CONTROL
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), is seeking eligible contractors for the repair of VALVE DUAL CONTROL (P/N: 133834-1-1, NSN: 7RH 1660 000956379 EE) for E-2C Aircraft under a Foreign Military Sales (FMS) requirement for Egypt. While the Government intends to solicit only one source (Honeywell International Inc.) due to a lack of data, all responsible sources may submit capability statements and proposals. Quotations are due by February 7, 2026.
Scope of Work
This solicitation is for repair services to restore government-owned articles to operational conditions. Key requirements include:
- Repair of VALVE DUAL CONTROL (P/N: 133834-1-1, NSN: 7RH 1660 000956379 EE).
- Providing labor, materials, and facilities.
- Repair Turnaround Time (RTAT) of 067 days after receipt of asset.
- Contractor to provide a throughput constraint for each NSN.
- Material supplied must be mercury-free and free from mercury contamination.
- Packaging and marking must adhere to best standard commercial practices for overseas shipment.
Contract & Timeline
- Type: Solicitation / Request for Quotation (RFQ)
- Contract Type: Implied Firm Fixed Price.
- Period of Performance: One year from the date of order, with a one-year induction period.
- Set-Aside: Not a Small Business Set-Aside.
- Quotations Due: February 7, 2026 (21:00:00Z)
- Published: January 8, 2026 (22:05:38Z)
Evaluation
Proposals received within 5 days after publication will be considered. Award will be based on "fair and reasonable" pricing and other factors detailed in Section M, including F.O.B. Origin pricing. Source Approval is required, and NAVSUP WSS will not delay award while Source Approval is pending. Unapproved sources must submit detailed Source Approval Information with their proposal.
Additional Notes
Early and incremental deliveries are accepted and preferred. Hazardous material requirements are detailed, and Commercial Asset Visibility (CAV) Repairables Portal (CAV RP) reporting is mandatory. Contact: Carmelena Oldroyd at carmelena.c.oldroyd.civ@us.navy.mil or 771-229-0530.