NIIN: 011589679/ NOMEN: BLADE,ROTARY WING Mar 02,
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 Department of the Navy, NAVSUP Weapon Systems Support (WSS), is issuing a Solicitation (N0038326PR0R420) for the sole source repair of 6 units of BLADE, ROTARY WING (NSN 7R 1615 011589679, Part Number 70150-29100-041). This is a Critical Safety Item (CSI) for FMS Case SR-P-MAL, where the government lacks sufficient data to contract with other sources. Proposals are due April 16, 2026.
Scope of Work
This requirement is for the repair of six (6) BLADE, ROTARY WING units. Key requirements include:
- Repair work must meet operational and functional standards.
- Packaging and marking must comply with Best Standard Commercial Packaging for Overseas Shipment, MIL-STD-2073-1, and ASTM D3951-18.
- Adherence to ISO 9001 Quality Management Systems or higher.
- Specific handling for Electrostatic Discharge (ESD) sensitive items and Depot Level Repairable (DLR) labels.
- Proper handling of hazardous materials and provision of safety data sheets.
- Items must be inspected at the Contractor's and/or subcontractor's plant.
Contract Details
- Contract Type: Firm Fixed Price.
- Period of Performance: Induction period is 365 calendar days from contract award, extendable up to two years. Specific performance periods for line items range from March 17, 2026, to May 18, 2026.
- Estimated Value: Calculated by multiplying the highest proposed unit price by the maximum number of units.
Eligibility & Set-Aside
This is a sole source requirement, and a set-aside recommendation was deemed not applicable. The acquisition is subject to Free Trade Agreements (FAR 52.225-3) and the World Trade Organization Government Procurement Agreement (FAR 52.225-5). Offerors must provide detailed certifications regarding ownership, federal contract history, responsibility matters, Arms Control Treaties, place of manufacture, Cost Accounting Standards (CAS), Covered Defense Telecommunications Equipment, foreign government ownership, Buy American, Trade Agreements, and Commercial Derivative Military Article-Specialty Metals. Government Source Approval is required prior to award.
Submission & Evaluation
- Proposals Due: April 16, 2026, by 02:00 AM local time.
- Source Approval: Offerors not currently approved must submit required information with their proposal; failure to do so will result in non-consideration.
- Evaluation: Factors detailed in Section M will consider compliance with Buy American, Trade Agreements, and other requirements. Offerors must complete all required representations and certifications.
Contact Information
For information or questions, contact Kate Schalck at KATE.N.SCHALCK.CIV@US.NAVY.MIL.