Opportunity

SAM #N0038326RHA48

Repair and Refurbishment of F/A-18 Windshield Panel Assemblies for NAVSUP WSS Philadelphia

Buyer

NAVSUP WEAPON SYSTEMS SUPPORT

Posted

April 02, 2026

Respond By

April 17, 2026

Identifier

N0038326RHA48

NAICS

336413

This opportunity involves the repair and refurbishment of F/A-18 E/F and EA-18G windshield panel assemblies for the U.S. Navy, managed by NAVSUP Weapon Systems Support (WSS) Philadelphia. - Government Buyer: - NAVSUP Weapon Systems Support (NAVSUP WSS) Philadelphia, Department of the Navy - OEMs and Vendors: - SIERRACIN CORPORATION (highlighted as a primary OEM) - PPG (highlighted as a primary OEM) - Technical data from Boeing and F/A-18 FST Engineers - Products/Services Requested: - Repair, overhaul, upgrade, testing, and inspection of F/A-18 E/F and EA-18G windshield panel assemblies - Part numbers: 74A350002-1025, 74A350002-1035 - NSNs: 1560-014471104, 1560-01-569-1186 - Services include component repair/replacement, coatings application, and compliance with quality and configuration management standards - Unique/Notable Requirements: - Compliance with ISO 9001/SAE AS9100, ANSI/NCSL Z540.3, and MIL-STD-2073 packaging - First article inspection and qualification required - Oversight by FRCSW Engineering, NAVSUP WSS, and DCMA - All repairs must follow approved manuals/specifications; deviations require government approval - Contractor responsible for all parts/materials unless specified as government furnished - Place of Performance: - Contractor's facility (e.g., 12780 San Fernando Rd, Sylmar, CA) - Contracting office: NAVSUP WSS Philadelphia, 700 Robbins Avenue, Philadelphia, PA

Description

Item Unique Identification and Valuation (Jan 2023) Stop-Work Order (Aug 1989) Wide Area Workflow Payment Instructions (Jan 2023) Invoice & Receiving Report Combo TBD N00383 See Schedule Navy Use of AbilityOne Support Contractor - Release of Offeror Information (3-18) Mandatory Use of Workflow Pro (WFP) Mod Assist Module Integrity of Unit Prices (Nov 2021) Safeguarding Sensitive Conventional Arms, Ammunition, and Explosives (Nov 2023) Equal Opportunity for Workers with Disabilities (Dev 2026-O0040) (Feb 2026) Transportation of Supplies by Sea (Oct 2024) 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) Type of Contract (Dev 2026-O0045) (Mar 2026) Notice of Priority Rating for National Defense, Emergency Preparedness, and Energy Program Use (Apr 2008) Only One Offer (Deviation 2026-O0048) (Mar 2026) All contractual documents (i.e. contracts, purchase orders, task orders, delivery orders and modifications) 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. Early and incremental deliveries accepted. All terms and conditions are in accordance with BOA: N00383-22-G-SH01 Inspection at Origin Acceptance at Origin POC: RACHEL.M.OPPERMAN.CIV@US.NAVY.MIL 1. Scope 1.1 Articles to be furnished hereunder shall be repaired, tested and inspected in accordance with the terms and conditions specified in the Requirements Section of this document. 1.2 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. 1.3 The use of MIL-W-81381 wire in any item to be delivered under this procurement is prohibited. The foregoing prohibition applies notwithstanding any reference to MIL-W-81381 wire that may be made in any of the drawings or specifications for this procurement. SAE-AS22759 series wire shall be used in lieu of MIL-W-81381 wire, in any place where MIL-W-81381 wire is cited in this procurement. Any questions concerning this requirement should be directed to the Procuring Contracting Officer. 1.4 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. Personnel performing tasks in accordance with IPC/EIAJ-STD-001C shall be trained and certified as required by IPC/EIAJ-STD-001C paragraph 5.1.4. 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: Defined as 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 3.3.1 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. 3.3.2 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: WINDSHIELD PANEL, AI; 74A350002-1025; P/N: 1560-014471104; NSN; Tech Data found in Boeing EDAL; Tech Publications 3.3.3 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 Configuration Management and Repair Procedures Changes to manuals, drawings, or specifications require Procuring Contracting Officer (PCO) approval. Unauthorized changes are at the contractor's risk and may require replacement of delivered items. References to "prime contractor" or "actual manufacturer" shall be read as "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 are those where repair cost exceeds 75% of replacement price. Contractor must obtain DCMA concurrence and PCO instructions before proceeding. Missing on Induction (MOI) items require immediate DCMA notification and written verification before repair. Replacing failed or missing Shop Replaceable Assemblies (SRA) within Weapons Replaceable Assemblies (WRA) requires DCMA verification and Inventory Manager advice. Over and Above Repair (OAR) items require DCMA concurrence and PCO instructions. 3.5 Parts and Materials The contractor is responsible for supplying all parts and materials unless identified as Government Furnished Material (GFM). All parts/materials must comply with latest drawings/specifications and be new per FAR 52.211-5 unless approved otherwise. Cannibalization requires PCO approval. The contractor must maintain access to updated drawings/specifications and obtain Government approval for changes. Purchased parts/materials must be controlled and inspected upon receipt, with records maintained for Government review. Note: Part cannibalization is not authorized unless specifically approved by NAVSUP WSS and the BDE. 3.6 Source and Location of Repair Contractor shall specify the name and location of the source performing the work. WINDSHIELD PANEL, AI; SIERRACIN CORPORATION; 12780 San Fernando Rd, Sylmar, CA 91342-3728; Cage Code 12035 Inspection will be accomplished on the contractor's equipment. 3.7 Contractor Quality Requirements The contractor shall establish and maintain a quality system conforming to ISO 9001/SAE AS9100, designed to detect, correct, and prevent quality issues. Calibration systems must meet ANSI/NCSL Z540.3, ISO-10012-1, or equivalent. 3.8 Configuration Management (CM) The 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 The 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 Statement of Work Details Repair of WINDSHIELD PANEL, AI; 1560-01-569-1186; NSN; 74A350002-1035; Part Number shall be performed in accordance with repair manuals and specifications indicated by the F/A-18 E/F and EA-18G FST Engineers. No repair deviation from approved procedures without review and acceptance by the Basic Design Engineer. Waiver/Deviation requests shall be via Form 1694 routed through Local DCMA/ACO office. F/A-18 E/F & EA-18G Windshield Frame Assembly Repair and Refurbishment 74A350002 1. Scope This SOW defines requirements for repair/refurbishment of F/A-18 E/F and EA-18G framed windshield assemblies, including component repair, replacement, and coatings application. The effort is in conjunction with F/A-18 FST Engineering. 2. Qualification PPG will receive framed windshield assembly unit P/N 74A350002 for repair to -1039 configuration. Qualification via first article acceptance with in-process and final inspections. 3. Deliverables PPG drawings and specifications: 271510 (frame drawing), PN 271510-03; 271520 (frame/windshield drawing), PN 271520-63; ER17-043 (process specification) In accordance with Boeing drawing 74A350002 First article inspection at stages: after MMS-443, MMS-487 coatings application prior to type 2 primer, MMS-419, and topcoat application; final assembly - top coated and sealed Coating data: Material Certificate of Conformance, thickness data, density data report, MMS-419 thickness 4. Quality Assurance Qualification through first article acceptance. Tests include dimensional, fit, function, and compliance with drawings and specifications. Contractor responsible for parts and repair during inspection. Notifications required 14 days prior to testing for Government witness. Disposition of samples, test instructions, and detailed procedures for first article testing and approval are specified, including provisions for waiver of first article requirements under certain conditions. 5. Packaging MIL-STD 2073 packaging applies as found elsewhere in the schedule. 6. Notes Not applicable. Additional Links:See Solicitation N0038326RHA48

View original listing