Skip to content
Department of Defense

FMS Repair of NSN 7RH 1660 009094310 BP

Solicitation: N0038326PR0R137
Notice ID: c0e56514e1744081863723434a73f7bd
TypePresolicitationNAICS 336413PSC1660DepartmentDepartment of DefenseAgencyDept Of The NavyStatePAPostedFeb 11, 2026, 12:00 AM UTCDueFeb 26, 2026, 07:00 PM UTCCloses in 2 days

Presolicitation from DEPT OF THE NAVY • DEPT OF DEFENSE. Place of performance: PA. Response deadline: Feb 26, 2026. Industry: NAICS 336413 • PSC 1660.

DoD CMMC Readiness
Modern compliance support by Federal Bid Partners

CMMC support options for this DoD solicitation

As DoD CMMC rollout expands, approximately 80%+ of DoD solicitations are expected to include cybersecurity/CMMC requirements, including many non-tech scopes.

Done-for-you service
CMMC start-to-finish with FBP
$2,000
Registered Practitioner logo
Guided by a Registered Practitioner with practical DoD workflow support.
  • Gap review, remediation roadmap, and implementation support
  • Policy package, evidence mapping, and submission prep
  • Designed for primes and subs across non-tech and tech work
Start CMMC with Federal Bid Partners →
AI-powered application
CMMC Pulsar™ start-to-finish
$399
CMMC Pulsar logo
First-of-its-kind CMMC Pulsar™ app to run your CMMC workflow with AI assistance.
  • Structured checklist, AI guidance, and progress tracking
  • Build evidence and controls with clearer next-step workflows
  • Ideal for teams that want speed plus affordability
Open CMMC Pulsar™ →
Solicitation context: N0038326PR0R137. Requirements vary by acquisition and contract type; COTS-only exceptions may apply.

Market snapshot

Awarded-market signal for NAICS 336413 (last 12 months), benchmarked to sector 33.

12-month awarded value
$354,996,117
Sector total $20,505,221,051 • Share 1.7%
Live
Median
$97,877
P10–P90
$29,500$958,158
Volatility
Volatile200%
Market composition
NAICS share of sector
A simple concentration signal, not a forecast.
1.7%
share
Momentum (last 3 vs prior 3 buckets)
+3115%($333,578,037)
Deal sizing
$97,877 median
Use as a pricing centerline.
Live signal is computed from awarded notices already observed in the system.
Signals shown are descriptive of observed awards; not a forecast.

Related hubs & trends

Navigate the lattice: hubs for browsing, trends for pricing signals.

We write these bids →
Open on SAM.gov →
Map for PA
Live POP
Place of performance
Philadelphia, Pennsylvania • 19111 United States
State: PA
Contracting office
Philadelphia, PA • 19111-5098 USA

Point of Contact

Name
Lara Szott
Email
lara.l.szott.civ@us.navy.mil
Phone
7712292939

Agency & Office

Department
DEPT OF DEFENSE
Agency
DEPT OF THE NAVY
Subagency
NAVSUP
Office
NAVSUP WEAPON SYSTEMS SUPPORT • NAVSUP WSS PHILADELPHIA • NAVSUP WEAPON SYSTEMS SUPPORT
Contracting Office Address
Philadelphia, PA
19111-5098 USA

More in NAICS 336413

Description

This notice serves as a pre-solicitation synopsis for the repair of 1 ea. NSN 7RH 1660 009094310 BP (Part Number: 181700-1-1, Name: HEATEXCHANGER,AIR) for Foreign Military Sales GREECE. The repair of this item is sole source to Honeywell Limited, CAGE 70210. Honeywell 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 Honeywell Limited, 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, Lara Szott at 771-229-2939 or lara.l.szott.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 lara.l.szott.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/businessopps

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 Lara Szott either by e-mail at lara.l.szott.civ@us.navy.mil or by phone 771-229-2939.

Files

Files size/type shown when available.

No downloadable attachments detected for this notice.

BidPulsar Analysis

A practical, capture-style breakdown of fit, requirements, risks, and next steps.

Analysis is being generated for this notice. Check back shortly.

FAQ

How do I use the Market Snapshot?

It summarizes awarded-contract behavior for the opportunity’s NAICS and sector, including a recent pricing band (P10–P90), momentum, and composition. Use it as context, not a guarantee.

Is the data live?

The signal updates as new awarded notices enter the system. Always validate the official award and solicitation details on SAM.gov.

What do P10 and P90 mean?

P10 is the 10th percentile award size and P90 is the 90th percentile. Together they describe the typical spread of award values.