Opportunity
SAM #N0038326QPB31
Repair and Modification of Flight-Critical Proximity Switch for Shipboard Aircraft Launch/Recovery Systems
Buyer
NAVSUP WEAPON SYSTEMS SUPPORT
Posted
May 11, 2026
Respond By
June 08, 2026
Identifier
N0038326QPB31
NAICS
335313, 811219, 336419, 336413
This opportunity from the Naval Supply Systems Command (NAVSUP) Weapon Systems Support Philadelphia seeks repair and modification services for a flight-critical proximity switch used in shipboard aircraft launch and recovery systems. - Government Buyer: - Naval Supply Systems Command (NAVSUP) Weapon Systems Support Philadelphia - Technical authorities: Naval Air Systems Command (NAVAIR) and Naval Air Warfare Center Aircraft Division Lakehurst (NAWCADLKE) - Products/Services Requested: - Repair and modification of proximity switch (NSN 5930), part number 2056AS0555 - Item is a Critical Safety Item (CSI) for shipboard aircraft launch/recovery systems - Services include engineering review, quality assurance, and compliance with NAVAIR requirements - Unique/Notable Requirements: - Only companies with NAVAIR engineering source approval are eligible; new manufacturers may submit detailed technical documentation for approval - Manufacturing, testing, and inspection must follow drawing 2056AS0555 and related specifications (MPR1221, MPR1223, MPR1233) - Mandatory quality assurance surveillance by NAWCADLKE - Critical manufacturing processes: heat treat, welding, plating, casting, forging - Special inspection requirements: magnetic particle, surface, penetrant, radiographic, ultrasonic inspections, high shock, mechanical vibration tests - Repair procedures must be submitted for NAWCADLKE engineering review - Record retention for seven years - Early and incremental deliveries are accepted and preferred - Compliance with MIL-STD-130 (markings) and MIL-STD-2073 (packaging) - No specific OEMs or vendors are named; NAVAIR and NAWCADLKE are the technical authorities
Description
CONTACT INFORMATION 4 N762.43 P2R 771-229-0536 Andrew.n.phillips10.civ@us.navy.mil ITEM UNIQUE IDENTIFICATION AND VALUATION (JAN 2023) 19 HIGHER-LEVEL CONTRACT QUALITY REQUIREMENT 8 X INSPECTION AND ACCEPTANCE OF SUPPLIES 26 X X WIDE AREA WORKFLOW PAYMENT INSTRUCTIONS (JAN 2023) 16 INVOICE AND RECEIVING REPORT COMBO TYPE TBD TBD See Schedule TBD TBD NAVY USE OF ABILITYONE SUPPORT CONTRACTOR - RELEASE OF OFFEROR INFORMATION (3-18) 1 MANDATORY USE OF WORKFLOW PRO (WFP) MOD ASSIST MODULE 1 WARRANTY OF SUPPLIES OF A NONCOMPLEX NATURE (JUN 2003) 6 12 months 60 days after discovery of defect EQUAL OPPORTUNITY FOR WORKERS WITH DISABILITIES (DEV 2026-O0040)(FEB 2026) 4 BUY AMERICAN-FREE TRADE AGREEMENTS-BALANCE OF PAYMENTS PROGRAM-BASIC (FEB 2024) 11 SECURITY PROHIBITIONS AND EXCLUSIONS (CLASS DEVIATION 2026-O0025)(FEB 2026) 7 BUY AMERICAN-FREE TRADE AGREEMENTS-BALANCE OF PAYMENTS PROGRAM CERTIFICATE-BASIC (FEB 2024) 5 BUY AMERICAN--BALANCE OF PAYMENTS PROGRAM CERTIFICATE-BASIC (FEB 2024) 1 ALTERNATE A, ANNUAL REPRESENTATIONS AND CERTIFICATIONS (DEVIATION 2026-O0043)(FEB 2026) 13 ROyalTY INFORMATION (APR 1984) 1 NOTICE OF PRIORITY RATING FOR NATIONAL DEFENSE, EMERGENCY PREPAREDNESS, AND ENERGY PROGRAM USE (APR 2008) 2 x Repair Turnaround Time (RTAT) definition: The contractual delivery requirement is measured from asset Return to the date of asset acceptance under the terms of the contract. For purposes of this section, Return is defined as physical receipt of the F-condition asset at the contractor's facility as reflected in the Action Date entry in the Commercial Asset Visibility (CAV) system. In accordance with the CAV Statement of Work, the contractor is required to accurately report all transactions by the end of the fifth regular business day after receipt and the Action Date entered in CAV must be dated to reflect the actual date of physical receipt. The Contractor must obtain final inspection and acceptance by the Government for all assets within the RTATs established in the subsequent contract. Required RTAT: 110 days after receipt of assetThroughput Constraint: Contractor must provide a throughput constraint for each NSN(s). Total assets to be repaired monthly after initial delivery commences X/month (contractor fill in #). A throughput of ____ per month reflects no throughput constraint.Induction Expiration Date: 365 days after contract award date. Any asset received after this date in days is not authorized for repair without bi-lateral agreement between the Contractor and NAVSUP WSS Contracting Officer.Reconciliation: A reconciliation modification will be issued after final Inspection and acceptance of all assets inducted under the subsequent contract. The parties have agreed to a price (shown on the schedule page) for each unit at the negotiated RTAT. Such prices are based on the Contractor meeting the RTAT requirements described within the schedule page. If the Contractor does not meet the applicable RTAT requirement, consideration will be assessed and subject to negotiation.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 a bilateral agreement to "issue" contractual documents as detailed herein. Early and incremental deliveries are accepted and preferred. 1. Scope Markings shall be in accordance with MIL-STD-130. Pre-award / Post award requirements: Due to the critical use of this item and its quality history, a pre-award survey and post-award conference may be required for all new manufacturers. For all previous sources, a post-award conference may be recommended. The components being acquired under this solicitation have been classified as Flight Critical requiring engineering source approval by the Naval Air Systems Command. Only those companies who have submitted requests for source approval and been approved will be eligible for award under this solicitation. Any company not previously approved may submit a Source Approval Request to the contracting officer, Naval Inventory Control Point, (See Block 10 of the SF33 for name and code). The Source Approval Request shall contain the following documentation and shall be submitted by the closing date of this solicitation: Copy of complete configuration drawings for a similar item(s) which your company has produced within the past three years, including test procedures for which your company (1) has been qualified to manufacture and (2) which is similar, i.e., requires the same materials, manufacturing processes, inspections, tolerances and similar application as the item(s) for which you are seeking approval. Copy of the complete process/operation sheets used to manufacture the similar item, including but not limited to, detailed shop sketches. These plans must note those operations and processes performed by subcontractors/vendors. Complete copies of purchase orders, shipping documents, etc. that document delivery of production quantities of the part to the Original Equipment Manufacturer or Military service. Provide the most recent copies of the documents. A detailed comparative analysis of the differences/similarities between the similar part and the part(s) for which you are seeking approval. This analysis should include materials, configuration, tolerances, process requirements, dimensions, castings, forgings, etc. Copy of inspection method sheets used in the manufacturing and at final inspection. These sheets should include actual tolerance, print requirements, inspection devices, sources performing the operation and level of inspection. Critical characteristics should be discernible from all other characteristics. The above requirements are a subset of requirements specified in the ASO Source Approval Information Brochure dated January 1995. The submission of this data subset is contingent upon and in consideration of the submitting contractor meeting all other requirements specified in this solicitation to include a bilateral agreement with MDA which includes availability of complete data, MRB disposition, etc. Any company not having such agreement, but desiring to seek engineering source approval, will be required to submit data meeting all requirements of the ASO/NAVICP Source Approval Brochure. The material covered in this contract/purchase order will be used in a crucial shipboard system enabling the launch and/or recovery of aircraft. The use of incorrect or defective material would create a high probability of failure resulting in a serious personnel injury, loss of life, loss of vital shipboard systems or loss of aircraft. Therefore, the material has been designated as Critical material and special control procedures are invoked to ensure receipt of correct material. Articles to be furnished hereunder shall be manufactured, tested and inspected in accordance with ;2056AS0555; drawing number ( ;30003; ) ;MOST CURRENT REVISION; , Revision ;APPLIES; 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 DRAWING DATA=MPR1221 |80020| T| |D| | DRAWING DATA=MPR1223 |80020| C| |D| | DRAWING DATA=MPR1233 |80020| A| |D| | DRAWING DATA=2056AS0105 |30003| M| |D| | DRAWING DATA=2056AS0550 |30003| B| |D| | DRAWING DATA=2056AS0551 |30003| C| |D| | DRAWING DATA=2056AS0553 |30003| C| |D| | DRAWING DATA=2056AS0554 |30003| A| |D| | DRAWING DATA=2056AS0555 |30003| K| |D| | DRAWING DATA=2056AS0570 |30003| B| |D| | DRAWING DATA=2056AS0571 |30003| A| |D| | DRAWING DATA=2056AS0572 |30003| | |D| | DRAWING DATA=2056AS0573 |30003| | |D| | DRAWING DATA=2056AS0574 |30003| | |D| | DRAWING DATA=2056AS1501 |30003| L| |D| | DRAWING DATA=2056AS3490 |30003| C| |D| | 3. Requirements Unique Requirements: All records pertaining to ALRE CSI/CAI manufacture and inspection/test shall be provided to the ALRE Cognizant Technical Authority. All records shall be maintained by LKE QA and by the manufacturer for a period of seven years. The contractor/overhaul activity shall provide the repair procedure they will follow to NAWCADLKE engineering for review and approval prior to commencing repairs. The repair procedure shall be forwarded per the Overhaul/Repair Procedure CDRL provided in this document. NAWCADLKE engineering POC is david.j.wuchter.civ@us.navy.mil. Interim Inspection Requirements: N/A ALRE CSI parts require certification. When certified, an ALRE part is marked with a Material Identification Code (MIC). NAWCADLKE QA will provide the MIC to DCMA if the component is source accepted, and after receipt of all associated data. Application of MIC shall be in the same methodology as the drawing note for part marking, and in same area as part marking (next to, above, or below). Receipt inspection and Certification of Sub-Components: N/A Receipt Inspection and Certification of the Top Assembly: The receipt Inspection and Certification of the Top Assembly, P/N 2056AS0555-3, shall occur during the final inspection. Contractor Assist and Part Marking: The contractor shall assist on the conduct of the inspections (both final and interim) required that are necessary to certify the critical items specified herein. The contractor shall provide adequate facilities, inspection equipment, and skilled personnel, to support the NAWCADLKE Inspector in the conduct of the interim inspection(s). The contractor shall provide gauges, tools, fixtures, and jigs necessary to perform the inspections. The contractor shall also provide sufficient rigging/material handling services and manpower to setup/configure/operate equipment & machines used to accomplish the inspection task. This contractor assist requirement shall be applicable to 100% of the production quantities. As part of the MRI process, the NAWCADLKE QA representative will provide, in writing, a certification number along with direction for marking the Critical Safety Items (CSI). 4. Quality Assurance Quality Assurance Requirements The solicitation/contract shall contain the NAWCADLKE inspection surveillance clause as follows: Because of the critical nature of this material, a representative of the Naval Air Warfare Center Aircraft Division Lakehurst (NAWCADLKE) is available to furnish technical assistance on Quality Assurance (QA) matters and shall have the option of conducting QA surveillance for the first lot produced under this contract (and all subsequent lots if necessary). This requirement will be performed in conjunction with the government QAS of the cognizant Defense Contract Management Activity and does not abrogate the authority or responsibility of the designated government QAS. The contractor agrees to notify jose.g.torraca.civ@us.navy.mil, NAWC QA section Code BL41600, Lakehurst, NJ 08733-5035 and the PCO when the material is scheduled to be presented to the DCMA government QAS for Government inspection and acceptance. This notice shall afford the NAWCADLKE QA representative the option of being present during the inspection. A minimum of fourteen (14) working days is required to arrange the surveillance visit. Notification shall include the following information: Company Name, Cage Code, Phone number, Fax number, Contract number, Point of Contact, Part Nomenclature, Part Number, NIIN, Type of Inspection, and Quantity of parts. N/A The contractor shall perform Quality Conformance and Lot Sampling Inspection for all associated features that are present in the drawings and specifications: Features/attributes/requirements classified as Critical and Major on the drawing(s) or within the technical specification shall be inspected and shall have the actual dimensions documented 100%; Attributes for plating, hardness, and non-destructive testing shall be inspected 100%; Class 3 Threads, dimensions, and geometric feature controls with a tolerance range of .010 or less shall be inspected using an AQL of 1.5 and the General Inspection Level II as defined by ANSI Z1.4; Minor Characteristics: Sampling shall be inspected using an AQL of 4.0 and the General Inspection Level II as defined by ANSI Z1.4. The material covered in this contract/purchase order will be used in a crucial shipboard system supporting the launch and/or recovery of aircraft. The use of incorrect or defective material would create a high probability of failure resulting in a serious personnel injury, loss of life, loss of vital shipboard systems, or loss of aircraft. Therefore, the material has been designated as Critical Safety Item (CSI) material and special control procedures are invoked to ensure receipt of correct material. First Article Testing: N/A Production Lot Special Tests: N/A N/A N/A 4.1 Critical Manufacturing Processes Heat Treat Welding Cadmium Plating Engineering Chrome Plating Nickel Chrome Plating Casting(s) Forging(s) MPR (Material Processing Requirements) 4.2 Mandatory Inspection Requirements: 100% Procurement Contracting Officer (PCO) mandatory inspection is required and shall be accomplished at source under the surveillance and final approval of the cognizant DCMAO Quality Assurance Representative (QAR). During production, mandatory inspection is required to be accomplished by the contractor as follows: Level of Inspection (LOI): Critical characteristics: 100% inspection shall apply. Major and Minor characteristics: LOI shall be in accordance with a sampling plan acceptable to the QAR. Critical characteristics: Applies Major and Minor characteristics: Shall be defined by the contractor subject to QAR concurrence, unless defined on applicable drawings and associated specifications. Special Inspection Requirements Magnetic Particle Inspection (Applies) Surface Inspection Penetrant Inspection Radiographic Inspection High Shock Test Mechanical Vibration Test Final Inspection Requirement: Due to the critical nature of this item, representatives of the buying office and the cognizant field activity, NAWC Lakehurst, shall be notified by the successful contractor at least 14 days prior to presentation to the DCM QAR of the items for final inspection so that they may have the option of witnessing the final inspection. The contractor shall notify by email or TELEFAX PCO and NAWC Lakehurst QA jose.g.torraca.civ@us.navy.mil to arrange for the final inspection. The authority of the QAR shall not be abrogated. If the notification is not given to both sites then the QAR shall not accept the units. 5. Packaging Mil-Std 2073 packaging applies as found elsewhere in the schedule. 6. Notes Not applicable. This is an ALRE Critical Safety Item. For drawing updates, see attached NAWC LKE Drawing Update Sheet. NAVSUP reference only: Repair TDR (25-10064), Procurement TDR (25-10045A). The components being acquired under this solicitation have been classified as "Critical" requiring engineering source approval by Naval Air Systems Command. Only those companies who have submitted and been approved will be eligible for award under this solicitation. Any company may submit a source approval request as outlined in this solicitation. All records pertaining to ALRE CSI/CAI manufacture and inspection/test shall be provided to the ALRE Cognizant Technical Authority. All records shall be maintained by LKE QA and by the manufacturer for a period of seven years. 12. Date of First Submission: ASREQ Prior to commencing overhaul, 16. Remarks: If the extent of the repair effort for this assembly is beyond the scope of the existing NAWCADLKE/NAVAIR approved overhaul/repair procedure for this assembly, then the overhauling contractor or activity shall provide a step-by-step overhaul procedure for disassembly and reassembly. NAWCADLKE engineering POC is david.j.wuchter.civ@us.navy.mil. The overhaul procedure shall be subject to NAVAIR approval prior to commencing overhaul. The procedure shall include suggested quality assurance "hold points" as required to ensure that any CSI/CAI components or processes that cannot be adequately inspected at final assembly are accessible for proper interim inspection.