N0038326PR0R107 FMS Repair

SOL #: N0038326QS080SolicitationSole Source

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

Aircraft Engine and Engine Parts Manufacturing (336412)

PSC

Miscellaneous Engine Accessories, Aircraft (2995)

Set Aside

No set aside specified

Timeline

1
Posted
Mar 23, 2026
2
Last Updated
Apr 30, 2026
3
Submission Deadline
May 7, 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 NAVSUP Weapon Systems Support (WSS) Philadelphia is seeking proposals for the repair of F-18 Fighter Jet POWER UNIT ASSEMBLY (P/N: 34E128-10B, NSN: 2995 012374089) for the country of Kuwait under a Foreign Military Sales (FMS) case. The Government intends to sole-source this requirement to Goodrich Corp. due to a lack of necessary data. However, all responsible sources are invited to identify their interest and submit proposals, which will be considered if received by May 7, 2026. Source Approval is a mandatory requirement.

Scope of Work

This solicitation requires contractors to furnish labor, materials, and facilities to repair and/or modify the POWER UNIT ASSEMBLY, restoring government-owned articles to operational condition. Key requirements include:

  • Repair of P/N: 34E128-10B, NSN: 2995 012374089.
  • Repair Turnaround Time (RTAT) of 75 days after receipt of asset.
  • Adherence to contractor's repair/overhaul standard practices, manuals, directives, drawings, technical orders, and approved repair standards.
  • Packaging in "BEST STANDARD COMMERCIAL PACKAGING FOR OVERSEAS SHIPMENT".
  • Items must be "Mercury Free" and free from mercury contamination.
  • Unique Item Identification (UII) for items with a Government unit acquisition cost of $5,000 or more, or as specified.

Contract Details

  • Type: Solicitation (Request for Quotation, implied fixed-price).
  • Set-Aside: Not a small business set-aside.
  • Period of Performance: Induction for one year from the date of order.
  • Place of Performance: Philadelphia, PA, United States.

Submission & Evaluation

  • Quotations Due: May 7, 2026, 8:00 PM EDT.
  • Source Approval: Required. If not an approved source, detailed information from the NAVSUP-WSS Source Approval Information Brochure for Repair must be submitted with the proposal. Award will not be delayed pending source approval.
  • Evaluation: While not detailed, evaluation will likely consider price and technical compliance.
  • Reporting: Commercial Asset Visibility (CAV) Repairables Portal (RP) and Wide Area WorkFlow (WAWF) are required for reporting and payment requests.

Contact Information

For inquiries, contact Carmelena C. Oldroyd at carmelena.c.oldroyd.civ@us.navy.mil or 771-229-0530.

People

Points of Contact

CARMELENA C. OLDROYD, N763.10, EMAIL CARMELENA.C.OLDROYD.CIV@US.NAVY.MILPRIMARY

Files

Files

View

Versions

Version 3
Solicitation
Posted: Apr 30, 2026
View
Version 2Viewing
Solicitation
Posted: Apr 7, 2026
Version 1
Pre-Solicitation
Posted: Mar 23, 2026
View
N0038326PR0R107 FMS Repair | GovScope