Opportunity
SAM #N0038326QFA85
Procurement of Mixer Assembly, Flight Control (NSN 1RM 0000 LLF02O071 BL) for FMS Spares
Buyer
NAVSUP WEAPON SYSTEMS SUPPORT
Posted
May 02, 2026
Respond By
June 01, 2026
Identifier
N0038326QFA85
NAICS
333998, 336419, 336413
This opportunity involves the procurement of Mixer Assembly, Flight Control (NSN 1RM 0000 LLF02O071 BL) for Foreign Military Sales (FMS) spares by the Department of Defense through NAVSUP Weapon Systems Support Philadelphia. - Government Buyer: - Department of Defense, NAVSUP Weapon Systems Support Philadelphia - Products Requested: - Mixer Assembly, Flight Control (NSN 1RM 0000 LLF02O071 BL) - Initial quantity: 5 units - Option pricing for up to 10 units over the contract period - OEMs and Vendors: - No specific OEMs or vendors are named; only the current approved source is eligible unless source approval is obtained - Notable Requirements: - Government does not possess sufficient technical data to contract with sources other than the current approved source - Source approval is required prior to award; vendors must submit information as detailed in the NAVSUP WSS Source Approval Brochure - Procurement conducted under BOA N00383-22-G-Y601 terms and conditions - Place of Performance/Delivery: - NAVSUP Weapon Systems Support Philadelphia, 700 Robbins Avenue, Philadelphia, PA 19111-5098
Description
CONTACT INFORMATION|4|N732.77|FJH|771-229-0554|kate.n.schalck.civ@us.navy.mil| FMS DELIVERY AND SHIPPING INSTRUCTIONS|3|||x| WIDE AREA WORKFLOW PAYMENT INSTRUCTIONS (JAN 2023)|16|Invoice and Receiving Report Combo||TBD|N00383|TBD|TBD|See Schedule|See Schedule||||||||| This RFQ is for a FMS spares purchase. The requirement was not reviewed by Small Business IAW INTEREST ITEM: DD2579 Small Business Coordination Records are no longer required for FMS ONLY requirements dated 21 November 2024. NAVSUP intends to award this within the T&Cs of BOA N00383-22-G-Y601. This solicitation is for the procurement of 5 units of National Stock Number (NSN) 1RM 0000 LLF02O071 BL. Induction Period The induction period for the initial units in this order is 365 calendar days from the date of contract award. The Government reserves the right to extend this period by an additional 365 days, for a total of two years. Any unused induction slots from the initial year may be carried over into the second year. Pricing and Options The contractor shall propose option pricing for a maximum of 10 units over the entire contract period, inclusive of the initial quantity. If pricing will change after the first 365 days, please provide separate pricing for the second year. Contract Award The Government reserves the right to place the initial order for any number of units up to the specified maximum. For threshold purposes, the total contract value will be calculated by multiplying the highest proposed unit price by the maximum number of units. The Government physically does not have in its possession sufficient, accurate, or legible data to contract purchase 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 h https://www.navsup.navy.mil/navsup/ourteam/navsupwss/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 kate.n.schalck.civ@us.navy.mil This contract/delivery order/purchase order/modification is issued by the Government when deposited in the mail, transmitted by facsimile or sent by any electronic commerce method, including email. The Government's acceptance of the contractor's proposal constitutes bilateral agreement to issue this contract/delivery order/purchase order/modification. Additional Links:See Solicitation N0038326QFA85