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

NAVSUP Weapon Systems Support (NAVSUP WSS) Philadelphia is seeking proposals for the repair of POWER UNIT ASSEMBLY (P/N: 34E128-10B, NSN: 2995 012374089) for F-18 Fighter Jets under a Foreign Military Sales (FMS) case for Kuwait. While the government intends to solicit Goodrich Corp. as a sole source, other responsible sources may submit proposals for consideration. Quotations are due by May 7, 2026.

Scope of Work

This Request for Quotation (RFQ) requires contractors to furnish labor, materials, and facilities to repair and/or modify two units of the POWER UNIT ASSEMBLY. Key requirements include:

  • Repair Turnaround Time (RTAT) of 75 days after receipt of asset.
  • Contractor to provide throughput for each National Stock Number (NSN).
  • Induction Expiration Date is 365 days after contract award.
  • All repair work must adhere to contractor's standard practices, manuals, and directives.
  • Packaging must be "BEST STANDARD COMMERCIAL PACKAGING FOR OVERSEAS SHIPMENT."
  • Items must be "Mercury Free" and free from contamination.
  • Unique Item Identification (UII) is required for items with a Government unit acquisition cost of $5,000 or more.

Contract & Timeline

  • Opportunity Type: Solicitation (RFQ / Notice of Intent to Sole Source)
  • Contract Type: Implied Firm Fixed-Price
  • Period of Performance: Induction for one year from the date of order.
  • Set-Aside: None (Not a small business set-aside)
  • Quotations Due: May 7, 2026, at 8:00 PM EDT
  • Published Date: April 30, 2026

Eligibility & Submission

The government intends to solicit only one source (Goodrich Corp.) under FAR 6.302-1 due to lack of necessary data. However, all responsible sources may identify their interest and provide capability statements/proposals. Proposals received within 5 days of publication (or by the May 7, 2026 deadline) will be considered. Source Approval is required. Unapproved sources must submit detailed information as per the NAVSUP-WSS Source Approval Information Brochure for Repair with their proposal. The government will not delay award pending new source approval. Evaluation criteria are not detailed but will likely include price and technical compliance.

Additional Notes

  • Place of Performance: Philadelphia, PA, United States.
  • Commercial Asset Visibility (CAV) Repairables Portal (RP) reporting is required.
  • Wide Area WorkFlow (WAWF) is required for payment requests and receiving reports.
  • Primary Contact: Carmelena C. Oldroyd, carmelena.c.oldroyd.civ@us.navy.mil, 771-229-0530.

People

Points of Contact

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

Files

Files

Download
Download
View

Versions

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