Skip to content
Department of Defense

59--ROTOR POSITIONING U, IN REPAIR/MODIFICATION OF

Solicitation: N0038325RB224
Notice ID: c2e00207022349719c5d3e0c24b4907c
TypePresolicitationPSC5990DepartmentDepartment of DefenseAgencyDept Of The NavyStatePAPostedFeb 26, 2026, 12:00 AM UTCDueMar 03, 2026, 06:00 PM UTCCloses in 6 days

Presolicitation from DEPT OF THE NAVY • DEPT OF DEFENSE. Place of performance: PA. Response deadline: Mar 03, 2026. Industry: PSC 5990.

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: N0038325RB224. Requirements vary by acquisition and contract type; COTS-only exceptions may apply.

Market snapshot

Awarded-market signal for this agency (last 12 months).

12-month awarded value
$5,847,418,072,982
Sector total $5,847,418,072,982 • Share 100.0%
Live
Median
$947,848
P10–P90
$37,312$65,000,000,000
Volatility
Volatile200%
Market composition
NAICS share of sector
A simple concentration signal, not a forecast.
100.0%
share
Momentum (last 3 vs prior 3 buckets)
+1285663%($5,846,483,555,863)
Deal sizing
$947,848 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
Not listed
State: PA
Contracting office
Philadelphia, PA • 19111-5098 USA

Point of Contact

Name
REBECCA L. JORDAN, N733.04, PHONE , FAX 215 697-1227, EMAIL REBECCA.JORDAN@NAVY.MIL
Email
REBECCA.JORDAN@NAVY.MIL
Phone
215)697-2922

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

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.

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.