Opportunity
SAM #N0038326QH057
Repair Services for Parker Hannifin Hydraulic Pumps for FMS Kuwait
Buyer
NAVSUP WEAPON SYSTEMS SUPPORT
Posted
April 13, 2026
Respond By
April 28, 2026
Identifier
N0038326QH057
NAICS
811310
NAVSUP Weapon Systems Support Philadelphia is seeking repair services for two Parker Hannifin hydraulic pumps for Foreign Military Sales to Kuwait. - Government Buyer: - Department of Defense, Department of the Navy - NAVSUP Weapon Systems Support Philadelphia (NAVSUP WSS PHILADELPHIA) - OEM Highlight: - Parker Hannifin Corp (CAGE 93835) is the sole Original Equipment Manufacturer (OEM) for these hydraulic pumps - Products/Services Requested: - Repair services for 2 units of hydraulic pump - NSN: 7R4320011311435 - NIIN: 011311435 - Description: PUMP, HYD NO 1, LH - Unique/Notable Requirements: - Sole source procurement to Parker Hannifin Corp due to exclusive repair capability and technical data - Only previously government-approved sources will be solicited; new sources must qualify under NAVSUP WSS procedures - The government does not possess complete data or drawings for these items - Procurement is for repair services, not new equipment - Place of Performance/Delivery: - NAVSUP Weapon Systems Support Philadelphia, 700 Robbins Avenue, Philadelphia, PA 19111-5098
Description
This notice serves as a pre-solicitation synopsis for the repair of 2 ea. NSN 7R4320011311435, 65124, PUMP, HYD NO 1, LH, for Foreign Military Sales Kuwait. The repair of this item is sole source to Parker Hannifin Corp, CAGE 93835. Parker is the Original Equipment Manufacturer (OEM) the repair data for these requirements and is the only known source to possess full repair capability. Complete data, drawings and the rights to the same are not available from the Government. Even though these items are sole source to Parker Hannifin Corp, all responsible sources may submit a capability statement, proposal or quotation, which shall be considered by the agency. For any questions concerning this notice, contact the PCO, Jeremy Barney at 771-229-0384 or jeremy.p.barney.civ@us.navy.mil. The Government intends to solicit and negotiate with the prime contractor under the authority of FAR 6.302-1. A determination by the Government not to compete this proposed contract based upon responses to this notice is solely within the discretion of the Government. The Original Equipment Manufacturer (OEM) of these items maintain design control and repair knowledge or technical data that is essential to maintaining the quality of the part. The spare repairable assemblies to be repaired and/or modified under this agreement are set forth by manufacturers part number and constitute Government Property as defined in FAR clause 52.245-1 Government Property or 52.245-1 Alternate I, as applicable. This listing of items is attached to this notice. All responsible sources may identify their interest and capability to respond to the requirement or submit proposals, quotations or capability statements. Eligible contractors shall provide a submission to Jeremy.p.barney.civ@us.navy.mil that includes: 1) Company Name and Cage Code 2) Part Number/NIIN eligible to repair 3) Is your company the Original Equipment Manufacturer (OEM)? 4) Is your company capable of repairing the P/N in 2 but your company is not the OEM? a) Explain how your company has the technical capacity to perform the necessary repairs. 5) Is your company a Small Business? If so, what type of Small Business? 6) Company POC An alternate source must qualify in accordance with the design control activity’s procedures, as approved by the cognizant Government engineering activity. The subject items require Government source approval prior to contract award. Only the source previously approved by the Government for repair of these items will be solicited. The time required for approval of a new source is normally such that an award cannot be delayed pending approval of a new source. If you are not an approved source you must submit, together with your proposal, the information detailed in the NAVSUP WSS Source Approval Information Brochure for Repair. This brochure identifies technical data required to be submitted based on your company’s experience in repair of the same or similar items. This brochure can be obtained by calling the NAVSUP WSS PCO or at https://www.navsup.navy.mil/navsup/ourteam/navicp/business opps If your request for source approval is currently being evaluated at NAVSUP WSS, submit with your offer a copy of the cover letter that forwarded your request for source approval. Offers received which fail to provide all data required by the Source Approval Brochure or document previous submission of all data required by the Source Approval Brochure will not be considered for award under this solicitation. Please note, if evaluation of a source approval request submitted hereunder cannot be processed in time and/or approval requirements preclude the ability to obtain subject items in time to meet Government requirements, award of the subject requirement may continue based on Fleet support needs. This notice of intent is not a request for competitive proposals. All proposals received within 45 days after date of publication of this synopsis will be considered by the Government. Questions or comments regarding this notice may be addressed to Jeremy Barney either by e-mail at Jeremy.p.barney.civ@us.navy.mil or by phone 771-229-0384.