99--PROBE ASSEMBLY
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 (NAVSUP WSS) Philadelphia intends to issue a sole-source contract to Sikorsky Aircraft Corp. for one PROBE ASSEMBLY (NSN: 1RM 0000 LLF02N313 H5, P/N: 06317-01102-042). This presolicitation notice indicates the government considers Sikorsky the Original Equipment Manufacturer (OEM) and the only known source, lacking the necessary data rights for competitive procurement. This procurement is not a Total Small Business Set-Aside.
Scope of Requirement
The requirement is for a single PROBE ASSEMBLY. Sikorsky Aircraft Corp. is identified as the sole source due to proprietary data and OEM status. The government does not possess the data or rights required to procure this part from other sources. There are no drawings or data available from the government.
Contract & Timeline
- Type: Presolicitation / Notice of Intent to Sole Source
- Intended Awardee: Sikorsky Aircraft Corp.
- Authority: 10 U.S.C. 2304(c)(1), supplemented by FAR 6.302.
- Set-Aside: Not a Total Small Business Set-Aside (effectively unrestricted/sole source).
- Response Due: April 13, 2026 (within 35 days of synopsis publication).
- Published: April 8, 2026
Submission & Evaluation
This notice is not a request for competitive proposals. However, all responsible sources may submit a capability statement, proposal, or quotation within 35 days of the synopsis. These submissions will be considered solely to determine if a competitive procurement is feasible. Firms not already approved to manufacture this material must submit a Source Approval Request (SAR), but the procurement will not be delayed for SAR approval. The acquisition will use FAR Part 15 procedures, and the Government is not using FAR Part 12 (Acquisition of Commercial Items).
Additional Notes
The solicitation will be posted electronically on NECO. No telephone requests or hard copies will be honored. Interested organizations should submit capabilities and qualifications via email to Anna Kiessling at anna.m.kiessling.civ@us.navy.mil.