Rate Gyroscope CN-1552/A and CN-1564/A Repair Services

SOL #: W155P7T-26-R-0PRGCombined Synopsis/Solicitation

Overview

Buyer

DEPT OF DEFENSE
Dept Of The Army
W6QK ACC-APG
ABERDEEN PROVING GROU, MD, 21005-1846, United States

Place of Performance

Place of performance not available

NAICS

Search (334511)

PSC

Automatic Pilot Mechanisms And Airborne Gyro Components (6615)

Set Aside

No set aside specified

Timeline

1
Posted
Dec 8, 2025
2
Last Updated
Dec 11, 2025
3
Submission Deadline
Dec 23, 2025, 7:30 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.

This is a combined synopsis/solicitation, W15P7T-26-R-0PRG for commercial items prepared in accordance with the format in FAR Subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; proposals are being requested herein, and a separate written solicitation will not be issued.

This solicitation is being issued as a Request for Quotation (RFQ). This action is a Full and Open Competition award. This action is under NAICS code: 334511 - Search, Detection, Navigation, Guidance, Aeronautical, and Nautical System and Instrument Manufacturing and PSC code 6615 - Automatic Pilot Mechanisms and Airborne Gyro Components

The U.S. Army Contracting Command- Aberdeen Proving Ground (ACC-APG), an agency of the Government, intends to procure the following non-personal services contract to ensure 100% operations readiness of Rate Gyroscope CN-1552/A, NSN 6615-01-110-1083, P/N 304580-2 and Rate Gyroscope CN-1564/A, NSN 6615-01-110-1082, P/N 304580-1. The Government anticipates the issuance of a Firm- Fixed Price (FFP), Indefinite Delivery, Indefinite Quantity (IDIQ) type contract as a result of the subject solicitation. The anticipated period of performance shall include 5-year period of performance, with an estimated start date of February 2026. All services are requested to be proposed upon and specified by the vendor as seen below and in the attached Performance Work Statement (PWS), Attachment3 to this combined synopsis/solicitation:

Year 1 CLINs

CLIN 0001: FFP CY1 - TEST AND INSPECT (T&I) CN-1552/A PWS 5.2

CLIN 0002: FFP CY1 - TEST & INSPECT (T&I) CN-1564/A PWS 5.2

CLIN 0003: FFP CY1 - MAJOR REPAIR CN-1552/A, PWS 5.2

CLIN 0004: FFP CY1 - MAJOR REPAIR CN-1564/A, PWS 5.2

CLIN 0005: FFP CY1 - MINOR REPAIR CN/1552A, PWS 5.2

CLIN 0006: FFP CY1 - MINOR REPAIR CN/1552A, PWS 5.2

Year 2 CLINs

CLIN 1001: FFP CY2 - TEST AND INSPECT (T&I) CN-1552/A PWS 5.2

CLIN 1002: FFP CY2 - TEST & INSPECT (T&I) CN-1564/A PWS 5.2

CLIN 1003: FFP CY2 - MAJOR REPAIR CN-1552/A, PWS 5.2

CLIN 1004: FFP CY2 - MAJOR REPAIR CN-1564/A, PWS 5.2

CLIN 1005: FFP CY2 - MINOR REPAIR CN/1552A, PWS 5.2

CLIN 1006: FFP CY2 - MINOR REPAIR CN/1552A, PWS 5.2

Year 3 CLINs

CLIN 2001: FFP CY3 - TEST AND INSPECT (T&I) CN-1552/A PWS 5.2

CLIN 2002: FFP CY3 - TEST & INSPECT (T&I) CN-1564/A PWS 5.2

CLIN 2003: FFP CY3 - MAJOR REPAIR CN-1552/A, PWS 5.2

CLIN 2004: FFP CY3 - MAJOR REPAIR CN-1564/A, PWS 5.2

CLIN 2005: FFP CY3 - MINOR REPAIR CN/1552A, PWS 5.2

CLIN 2006: FFP CY3 - MINOR REPAIR CN/1552A, PWS 5.2

Year 4 CLINS

CLIN 3001: FFP CY4 - TEST AND INSPECT (T&I) CN-1552/A PWS 5.2

CLIN 3002: FFP CY4 - TEST & INSPECT (T&I) CN-1564/A PWS 5.2

CLIN 3003: FFP CY4 - MAJOR REPAIR CN-1552/A, PWS 5.2

CLIN 3004: FFP CY4 - MAJOR REPAIR CN-1564/A, PWS 5.2

CLIN 3005: FFP CY4 - MINOR REPAIR CN/1552A, PWS 5.2

CLIN 3006: FFP CY4 - MINOR REPAIR CN/1552A, PWS 5.2

Year 5 CLINs

CLIN 4001: FFP CY5 - TEST AND INSPECT (T&I) CN-1552/A PWS 5.2

CLIN 4002: FFP CY5 - TEST & INSPECT (T&I) CN-1564/A PWS 5.2

CLIN 4003: FFP CY5 - MAJOR REPAIR CN-1552/A, PWS 5.2

CLIN 4004: FFP CY5 - MAJOR REPAIR CN-1564/A, PWS 5.2

CLIN 4005: FFP CY5 - MINOR REPAIR CN/1552A, PWS 5.2

CLIN 4006: FFP CY5 - MINOR REPAIR CN/1552A, PWS 5.2

Years 1-5 CLINs

CLIN X007: Contract Data Requirements List (Not Separately Priced)

CLIN X008: Contractor Manpower Reporting (Not Separately Priced)

Best Estimated Quantity (BEQ) Repairs: The Governments annual BEQ for Repairs of the CN-1552/A and CN-1564/A is provided below for each ordering year of the contract and for planning purposes only. The BEQ does not represent a guarantee by the Government.
                              6615-01-110-1082                           6615-01-110-1083
Year 1 BEQ                     7                                                     5
Year 2 BEQ                     7                                                     51
Year 3 BEQ                     7                                                     99
Year 4 BEQ                     7                                                     89
Year 5 BEQ                     7                                                     89

A single award will be made based on a Trade-Off Source selection Evaluation process evaluation approach as defined in FAR 15.101-1. Offerors shall refer to Attachment 2 to this combined synopsis/solicitation, which outlines Proposal Instructions (Section L) and Evaluation (Section M).

Offeror cost/price proposals will be evaluated based on the applicable criteria in FAR 15.404-1 based on competition and other factors. In accordance with Attachment 2, Sections L&M.

All responsible sources may submit a quote, which will be evaluated by the Contracting Officer. Offerors must be registered in the System for Award Management (SAM) database and include their assigned CAGE Code with the proposal submission. It is the responsibility of the Offeror to ensure that their submission complies with all applicable provisions of the FAR and its supplements. The Government MAY, but is not obligated to, consider an Offer that is non-compliant with any provision of the FAR and its supplements. Furthermore, the Government is NOT required to inform any Offeror that their Offer is non-compliant with the FAR or any of its supplements. Failure of an Offer to comply with any provision of the FAR and its supplements may result in the Offeror being deemed non-responsive to the solicitation.

The provision at 52.212-1, Instructions to Offerors – Commercial, applies to this acquisition. The following addenda have been attached to this provision: Attachment 2 (L&M). The following provisions and clauses are applicable to this solicitation:

52.204-2 – Security Requirements

52.204-13 — SAM Maintenance

52.204-18 — CAGE Code Maintenance

52.204-19 — Incorporation by Reference of Representations & Certifications

52.203-19 — Prohibition on Requiring Certain Confidentiality Agreements

52.212-3- Offeror Representations and Certifications- Commerical Product and Commercial Services (to be submitted with the offer)

52.212-4 — Contract Terms and Conditions Required to Implement Statutes or Executive Orders—Commercial Products and Commercial Services.

52.212-5 — Contract Terms and Conditions Required to Implement Statutes or Executive Orders—Commercial Products and Commercial Services

52.216-18 — Ordering

52.216-19 — Order Limitations

52.216-22 — Indefinite Quantity

52.227-1 Authorization and Consent

52.227-2 – Notice and Assistance Regarding Patent and Copyright Infringement

52.227-14 Rights in Data- General

52.232-1 — Payments

52.232-8 — Discounts for Prompt Payment

52.232-29 Unenforceability of Unauthorized Obligations

 52.233-1 — Disputes 

52.242-15 -Stop Work Order

52.242-17 – Government Delay of Work

52.243-1 — Changes—Fixed-Price (or Alt I/II depending on your requirement type)

52.246-2 — Inspection of Supplies—Fixed-Price (or 52.246-4 for services)

52.249-1- Termination for Convenience of the Government

52.245-1 _ Government Property

52.245-9 _ Use and Charges

52.249-9 – Default (Fixed Price Supply and Service)

252.203-7000- Requirements Relating to Compensation of Former DoD Officials

252.203-7002- Requriments to Inform Employees of Whistleblower Rights

252.204-7008- Safeguarding Covered Defense Information and Cyber Incident Reporting

252.227-7013- Rights in Technial Data- Other Than Commerical Products and Commerical Services

252.227-7015- Technical Data- Commercial Products and Commerical Services

252.227-7037- Validation of Asserted Restrictions on Technical Data

252. 252.232-7003 — Electronic Submission of Payment Requests and Receiving Reports; and

252.232-7006 — Wide Area Workflow Payment Instructions.

252.245-7005 – Management and Reporting of Government Property

252.246-7007- Contractor Counterfeit Electronic Part Detection and Avoidance System

               *Reference the PWS attachment 1 for additional FAR clauses*

Full text of these provisions and clauses, with noted exceptions regarding local clauses, may be obtained by accessing the following internet website: http://farsite.hill.af.mil/

Offerors may submit questions in reference to this announcement up until 1:00 PM EST on 15 December 2025. All questions will be answered via amendment to this combined synopsis/solicitation.

The offeror shall submit their quote via email to the Contract Specialist by 2:30PM EST on 23 December 2025. An email confirmation must be received in order to be considered submitted. It is the responsibility of the Offeror to allow adequate time to submit proposal files before the submission deadline.

Email address is as follows; Alyson.n.scholz.civ@army.mil please cc Roxanne.Barbaris.civ@mail.mil. Please note there is a 5MB limit on email size.

Contact information:

Alyson Scholz

Contract Specialist

Army Contracting Command- Aberdeen Proving Ground (ACC-APG)

alyson.n.scholz.civ@army.mil

Attachments

Attachment 1 combined synopsis solicitation (as shown in description)

Attachment 2 Section L & M

Attachment 3 PWS

Attachment 4 CDRLS

Attachment 5 QASP

Attachment 6 DD254

People

Points of Contact

Alyson ScholzPRIMARY
Roxanne BarbarisSECONDARY

Files

Files

Download
Download
Download

Versions

Version 3
Combined Synopsis/Solicitation
Posted: Dec 11, 2025
View
Version 2
Combined Synopsis/Solicitation
Posted: Dec 11, 2025
View
Version 1Viewing
Combined Synopsis/Solicitation
Posted: Dec 8, 2025
Rate Gyroscope CN-1552/A and CN-1564/A Repair Services | GovScope