N0038326PR0R107 FMS 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 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.