Opportunity

SAM #N0038326QSA35

Sole Source Repair and Overhaul of NRP, Flight Data Recorder for NAVSUP WSS Philadelphia

Buyer

NAVSUP WEAPON SYSTEMS SUPPORT

Posted

March 26, 2026

Respond By

April 10, 2026

Identifier

N0038326QSA35

NAICS

336413, 811219, 811213

NAVSUP Weapon Systems Support (NAVSUP WSS) Philadelphia, part of the Department of the Navy, is seeking a sole source contractor for the repair and overhaul of the NRP, Flight Data Recorder. - Government Buyer: - NAVSUP Weapon Systems Support (NAVSUP WSS) Philadelphia, Department of the Navy - OEMs and Vendors: - L3Harris Aviation Products Inc. (OEM, Cage Code 25583) - Electrodynamics Inc. (Cage 10236, no longer manufacturing) - Products/Services Requested: - NRP, Flight Data Recorder - Part Number: 1493100-2201 - NSN: 7RH 1680 016415216 - Services: Repair, overhaul, upgrade, testing, and inspection - Unique/Notable Requirements: - All repairs must follow Electrodynamics Inc. drawing number 1493100-2201 (latest revision) and referenced specifications - Units must be restored to Ready for Issue (RFI) condition - Contractor must comply with ISO 9001/SAE AS9100 quality standards and MIL-STD-130 markings - Contractor is responsible for all parts, materials, and tooling - Configuration management and calibration systems are required - Government Source Approval is required prior to award; proposals must include all required data per NAVSUP WSS Source Approval Brochure - Work will be performed at the L3Harris facility in Grand Rapids, MI

Description

Contact Information Phone: 771-229-4938 Email: cody.p.cameron.civ@us.navy.mil

Contract Clauses and Notices Item Unique Identification and Valuation (JAN 2023) Inspection of Supplies--Fixed-Price (AUG 1996) Higher-Level Contract Quality Requirement Wide Area Workflow Payment Instructions (JAN 2023): Invoice and Receiving Report Combo, N00383 Note for Contractor/Administrative Contracting Officer Navy Use of AbilityOne Support Contractor - Release of Offeror Information (3-18): Philadelphia Warranty of Supplies of a Noncomplex Nature (JUN 2003): 12 Months warranty, 60 days after discovery of defect Equal Opportunity for Workers with Disabilities (DEV 2026-O0040)(FEB 2026) Buy American-Free Trade Agreements-Balance of Payments Program-Basic (FEB 2024) Security Prohibitions and Exclusions (Class Deviation 2026-O0025)(FEB 2026) Buy American-Free Trade Agreements-Balance of Payments Program Certificate-Basic (FEB 2024) Buy American--Balance of Payments Program Certificate-Basic (FEB 2024) Alternate A, Annual Representations and Certifications (Deviation 2026-O0043)(FEB 2026) Royalty Information (APR 1984) Notice of Priority Rating for National Defense, Emergency Preparedness, and Energy Program Use (APR 2008): DO-A1A Evaluation-Commercial Products and Commercial Services (DEV 2026-O0028)(FEB 2026)

Solicitation Notes This solicitation is for repair. This is a sole source requirement. The Government physically does not have in its possession sufficient, accurate, or legible data to contract with other than the current source. These items require Government Source Approval prior to award. If you are not an approved source, you must submit, together with your proposal, the information detailed in the NAVSUP WSS Source Approval Brochure which can be obtained on the internet at https://www.navsup.navy.mil/public/navsup/wss/business_opps/. Offers received which fail to provide all data required by the source approval brochure will not be considered for award under this solicitation. For information or questions regarding this notice, please contact Cody Cameron at the email address: Cody.p.Cameron@navy.mil. NAVSUP WSS requests proposals submitted in response to this solicitation remain valid for a minimum of 120 days following submission. All contractual documents related to the instant procurement are considered to be "issued" by the Government when copies are either deposited in the mail, transmitted by facsimile, or sent by other electronic commerce methods, such as email. The Government's acceptance of the contractor's proposal constitutes bilateral agreement to "issue" contractual documents as detailed herein.

1. Scope Markings shall be in accordance with MIL-STD-130. Articles to be furnished hereunder shall be manufactured, tested and inspected in accordance with ELECTRODYNAMICS INC drawing number (10236) 1493100-2201, Revision latest, and all details and specifications referenced therein. Unless expressly provided for elsewhere in this clause, equipment such as fixtures, jigs, dies, patterns, mylars, special tooling, test equipment, or any other manufacturing aid required for the manufacture and/or testing of the subject item(s) will not be provided by the Government or any other source and is the sole responsibility of the contractor. The foregoing applies notwithstanding any reference to such equipment or the furnishing thereof that may be contained in any drawing or referenced specification. If MIL-STD-454 is referenced in the drawings or in the specification, the contractor is expected to show compliance with IPC/EIAJ-STD-001C.

2. Applicable Documents Not Applicable

3. Requirements 3.1 General This Statement of Work (SOW) establishes the criteria for repair and testing/inspection of the subject item. It includes inspection, component repair and replacement, reassembly and testing procedures required to return units back into a serviceable condition.

3.2 Definitions Contractor: The successful offeror awarded a contract, order or issued a project work order. The term "contract" encompasses a contract, an order, or a project work order. Overhaul: An overhauled part is one which has been disassembled, cleaned, inspected, repaired as necessary (by replacing or repairing all components which have been found to exceed limits established by the repair/overhaul manual), reassembled and tested in accordance with the approved repair/overhaul manual listed in this SOW and returned to a Ready for Issue (RFI) condition (Refer to contract schedule for items to be overhauled). Repair: A repaired part is one which has been restored to a Ready for Issue (RFI) condition (by replacing or repairing those components found to be defective, broken, damaged or inoperative during the initial evaluation and troubleshooting phase) and tested in accordance with the approved repair/overhaul manual listed in this SOW (Refer to contract schedule for items to be repaired).

3.3 Scope General: The items to be furnished hereunder shall be overhauled, upgraded, repaired, tested, inspected, and accepted in accordance with the terms and conditions specified in this contract. Unless expressly provided, Government Furnished Property, including equipment such as fixtures, jigs, dies, patterns, mylars, special tooling, special test equipment, or any other manufacturing aid required for the repair, manufacture, and/or testing of the subject item(s) will not be provided by the Government and shall be the responsibility of the contractor. The foregoing applies notwithstanding any reference to such equipment or the furnishing thereof that may be contained in any drawing, manual, or specification for the contract items. Repair Upgrade Requirements: The contractor shall provide the necessary facility, labor, materials, parts, and test and tooling equipment required to return the following items to a Ready For Issue (RFI) condition: NRP, FLIGHT DATA REC 1493100-2201, P/N 7RH 1680 016415216 RQ, NSN, Available repair manuals, drawings and specifications per p/n requirements; Tech Publications RFI is defined as that condition allowing the items to perform properly and reliably in an operational environment in a manner they were intended to operate. The contractor must perform all repairs/upgrades at the facility identified within this SOW. Repairs performed by the contractor or subcontractor shall be performed in accordance with the specified drawings and repair manual(s).

3.4 Changes and Approvals Changes to manuals, drawings, or specifications require Procuring Contracting Officer (PCO) approval. Unauthorized changes are at contractor's risk and may require replacement of delivered items without equitable adjustment. References on drawings and specifications for repair and overhaul purposes shall be read as the "Government Designated Agency". The contractor shall prepare and maintain repair procedures and test/inspection information for Government review and approval. Beyond Economical Repair (BER): Items with repair cost exceeding 75% of replacement price are BER. Contractor must obtain DCMA concurrence and PCO instructions before proceeding. Missing on Induction (MOI): Items missing Shop Replaceable Assemblies (SRAs) require DCMA verification and instructions before repair. Replacing Failed or Missing SRAs: Procedures for replacement require DCMA verification and adherence to specified processes. Over and Above Repair (OAR): Repairs beyond normal scope may require equitable adjustment and DCMA concurrence.

3.5 Parts and Materials Contractor responsible for all parts and materials unless Government Furnished Material (GFM). All parts/materials must comply with latest drawings/specifications and be new per FAR 52.211-5 unless approved otherwise. Contractor must maintain access to updated drawings/specifications and obtain Government approval for changes. Purchased parts/materials must be controlled and inspected to assure compliance. Note: Part cannibalization is not authorized unless specifically approved by NAVSUP WSS and the BDE.

3.6 Source and Location of Repair The contractor shall specify the name and location of the source performing the work. Example: NRP, FLIGHT DATA REC - L3HARRIS AVIATION PRODUCTS INC, 5353 52ND STREET SE, GRAND RAPIDS, MI 49512-9702, Cage Code 25583 Inspection will be accomplished on the contractor's equipment.

3.7 Contractor Quality Requirements Quality Program: Contractor shall maintain a quality system conforming to ISO 9001/SAE AS9100. Calibration System: Contractor shall maintain calibration system meeting ANSI/NCSL Z540.3, ISO-10012-1 or equivalent.

3.8 Configuration Management (CM) Contractor shall maintain a configuration management plan per NAVSUP WSS clause NAVICPIA18.

3.9 Markings Markings shall be as indicated in the contract when applicable.

3.10 Storage Contractor shall provide proper enclosed warehouse environment for material items awaiting repair and repaired assets awaiting shipment to prevent damage.

4. Quality Assurance Provisions Not Applicable

5. Packaging MIL-STD 2073 packaging applies as found elsewhere in the schedule.

6. Notes Not Applicable

Additional Information: Cage 10236 Electrodynamics no longer makes item. All buys/repairs should be going to L3 25583 from this point forward. Contact: Allen Chaffin N9824.21

Additional Links: See Solicitation N0038326QSA35

View original listing