Lifter & manipulator, NP2000 Propeller T&E and Repair
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, Fleet Readiness Center (COMFRC), intends to award a Firm Fixed Price Purchase on a sole source basis to Hamilton Sundstrand Corporation (Collins Aerospace) for Test and Evaluation (T&E) and Repair of one NP2000 Propeller Lifter (P/N GS24265-501). This is a Special Notice and not a request for competitive quotes.
Purpose & Justification
COMFRC requires the T&E and repair of Propeller Lifter S/N 2018-12-090 to restore it to fully operational condition. Hamilton Sundstrand (Collins Aerospace) is the Original Equipment Manufacturer (OEM) and possesses the proprietary/technical data rights necessary for these services, justifying the sole source award under FAR Subpart 8.405-6(a)(C).
Scope of Work
The Statement of Work (SOW) details requirements for repair and calibration of the Lifter & Manipulator, NP2000 Propeller. Services include:
- Test/evaluation and repair for equipment not serviceable by Navy Maintenance Activities.
- Inspection, repair, and calibration to achieve a Ready for Issue (RFI) condition.
- Use of original manufactured replacement parts.
- Provision of proper documentation and reporting.
Performance Standards
- Units must be certified RFI, conforming to the latest Government-approved operational/functional test procedures.
- Configuration must meet Form, Fit, and Function requirements of the Lowest Acceptable Revision (LAR) level.
- Contractor must notify the Technical Point of Contact (TPOC) if repairs exceed 80% of the acquisition cost (Beyond Economical Repair - BER), pending Government approval.
- Detailed repair records, including replaced components, must be maintained and forwarded with each repaired item.
Place of Performance & Deliverables
All work will be performed at the contractor's approved facility. Repaired items are to be shipped to N68778 COMFRC Aviation Support Equipment, Building 105 B Avenue, Solomons, MD 20688. Deliverables include electronic and paper submission of Material Inspection and Receiving Report (MIRR) DD250, DD1149 shipping document, and Repair Records with each shipment. The contract number must be referenced on all documentation, and shipment tracking provided to the TPOC.
Response & Contact
This notice is not a request for competitive quotes. However, responsible sources may submit a capability statement within four calendar days of the publication date (published February 5, 2026). Submissions will be considered solely to determine if a competitive procurement is feasible, with the Government retaining discretion not to compete. Point of Contact: Jeffrey Smith, jeffrey.t.smith6.civ@us.navy.mil.