- 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
59--ROTOR POSITIONING U, IN REPAIR/MODIFICATION OF
Presolicitation from DEPT OF THE NAVY • DEPT OF DEFENSE. Place of performance: PA. Response deadline: Mar 03, 2026. Industry: PSC 5990.
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.
- Structured checklist, AI guidance, and progress tracking
- Build evidence and controls with clearer next-step workflows
- Ideal for teams that want speed plus affordability
Related hubs & trends
Navigate the lattice: hubs for browsing, trends for pricing signals.
Point of Contact
Agency & Office
Description
NSN 7R-5990-014606390-V2, TDP VER 006, IAW REF NR 901-381-653-105, QTY 32 EA, DELIVERY FOB ORIGIN. NAVSUP Weapon Systems Support (NAVSUP WSS) Philadelphia intends to solicit on a sole source basis to Woodward HRT Inc (CAGE: 81873) for the purchase of supply of the following: Repair NSN: 5990 014606390, P/N: 41010950-103, ROTOR POSITIONING U for the V22 platform. There are no drawings/data available. This source is the Original Equipment Manufacturer (OEM) and the only known source for providing repair support of the above repair part. The Government does not own the data or the rights to the data needed to purchase this part from additional sources. All responsible sources may submit a capability statement, proposal, or quotation, which shall be considered by the agency. The Government intends to solicit and negotiate with Only One Responsible Source and No Other Supplies or Services Will Satisfy Agency Requirements. Source Authority: 10 U.S.C. 2304(c)(1), as supplemented by FAR 6.302-1. Source Approval Statement applies to this NSN. The approved sources for this material are listed above and it is expected that award will be made to this firm. Any firm which is not already approved to manufacture this material must submit a Source Approval Request, SAR. This procurement will not be delayed to wait for a SAR approval. NAICS CODE: 336413 PSC: 1250 UID: UID requirements will apply. Buy American Clauses will apply and will be posted in the solicitation. The Government intends to acquire these supplies using the provisions, clauses and procedures prescribed in FAR Part 15. Based upon market research, the Government is NOT using the policies contained in FAR Part 12, Acquisition of Commercial Items, in its solicitation for the described supplies. However, interested persons may identify to the contracting officer their interest and capability to satisfy the Government's requirement with a commercial item WITHIN 15 days of this notice. This notice of intent is not a request for competitive proposals. However, all proposals received within 45 days after date of publication of this sources sought notice will be considered by the Government. A determination by the Government not to compete with this proposed contract based upon responses to this notice is solely within the discretion of the Government. Source Approval is required. WSS will not delay award while Source Approval is pending. This procurement is not a Total Small Business Set-Aside. Electronic procedures will be used for this solicitation. RFP/Solicitation will be posted to NECO. The approximate issue date for the Solicitation/RFP will be 7 APRIL 2025 with an approximate response/closing date of 7 MAY 2025. No telephone requests will be honored and no hard copies will be mailed out. Anticipated award date is 30 JUNE 2025. Interested organizations may submit their capabilities and qualifications to perform the effort by email Rebecca Jordan; rebecca.l.jordan28.civ@us.navy.mil
Files
Files size/type shown when available.
BidPulsar Analysis
A practical, capture-style breakdown of fit, requirements, risks, and next steps.
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.