United States Marine Corps (USMC) Heavy Lift Replacement CH-53K Cybersecurity Implementation Plan
ID: N00019-25-RFPREQ-APM261-0434Type: Presolicitation
Overview

Buyer

DEPT OF DEFENSEDEPT OF THE NAVYNAVAL AIR SYSTEMS COMMANDPATUXENT RIVER, MD, 20670-5000, USA

NAICS

Aircraft Manufacturing (336411)

PSC

AIRCRAFT, ROTARY WING (1520)

Set Aside

No Set aside used (NONE)
Timeline
    Description

    The Department of Defense, through the Naval Air Systems Command (NAVAIR), intends to negotiate and award a sole source Delivery Order to Sikorsky Aircraft Corporation (SAC) for the development and delivery of a CH-53K Cybersecurity Implementation Plan (CSIP). The contractor will be responsible for technical management, including engineering task planning, financial reporting, and contract coordination, leveraging SAC's unique expertise as the sole designer and manufacturer of the CH-53K weapon system. This procurement is critical for ensuring the cybersecurity of the CH-53K, which is vital for operational readiness and national defense. Interested parties can contact Heather A Klasmeyer at heather.a.klasmeyer.civ@us.navy.mil or Jamie Schoemaker at jamie.l.schoemaker.civ@us.navy.mil for further information.

    Files
    No associated files provided.
    Similar Opportunities
    CH-53K® Airframe & SRM IPBs
    Dept Of Defense
    The Department of Defense, through the Naval Air Systems Command, intends to issue a delivery order to Sikorsky, A Lockheed Martin Company, for the provision of Illustrated Parts Breakdown (IPB) technical manuals for the CH-53K airframe and structural components. This procurement is being conducted on a sole source basis due to Sikorsky's unique position as the sole designer, developer, and manufacturer of the H-53 airframe, which necessitates their specialized knowledge and experience to meet the Government's requirements effectively. The technical manuals are critical for the maintenance and operational readiness of the CH-53K aircraft, ensuring that all components are accurately documented for use by military personnel. Interested parties may express their interest and capabilities, but the Government retains discretion over the competitive process. For inquiries, contact William A. Hess at william.a.hess@navy.mil.
    Structural Repair Manual (SRM) Phase II NRE
    Dept Of Defense
    The Department of Defense, specifically the Naval Air Systems Command (NAVAIR), intends to negotiate a Sole-Source Delivery Order for the procurement of structural repair methodology and damage limits for the CH-53K® Aircraft, with Sikorsky, A Lockheed Martin Company, as the sole provider. This procurement is critical as Sikorsky is the designer and sole producer of the CH-53K® aircraft, possessing the unique technical data and engineering support experience necessary to fulfill the U.S. Navy's requirements. The Government has determined that no other source can meet these needs due to the lack of adequate license rights to the required technical data package. Interested parties may express their interest and capability in writing to the designated contacts, Erin Conden and Kevin Ritter, via email, with no phone inquiries accepted.
    CH-53K Tactical Bulk Fuel Delivery System (TBFDS) Restraint Kits
    Dept Of Defense
    The Department of Defense, through the Naval Air Systems Command, intends to negotiate a sole source modification contract with Robertson Fuel Systems, L.L.C. for the delivery of Tactical Bulk Fuel Delivery System (TBFDS) Restraint Kits and related components for the CH-53K aircraft. This procurement aims to secure follow-on hardware necessary for the CH-53 Heavy Lift Helicopters Program Office for Fiscal Years 2026 through 2028, emphasizing the critical role of these systems in supporting military operations. Interested parties may express their interest and capability, although the contract will not be open for competitive proposals, and inquiries regarding subcontracting opportunities can be directed to Mr. Ryan Albertsen at Ryan.Albertsen@robbietanks.com.
    CH-53K HMHT-302 Training Program Curriculum Revisions - Sources Sought Notice
    Dept Of Defense
    The Department of Defense, through the Naval Air Warfare Center Training Systems Division (NAWCTSD), is seeking Service-Disabled Veteran-Owned Small Businesses (SDVOSB) to provide curriculum sustainment transition services for the U.S. Marine Corps Heavy Helicopter Training Squadron (HMHT-302) and Heavy Helicopter Squadron (HMH-461). The procurement aims to sustain operator and maintenance training curricula for the CH-53K helicopter, including the development and revision of Interactive Multimedia Instruction (IMI) levels 1-4. This initiative is critical for maintaining the operational readiness and effectiveness of the Marine Corps' heavy lift capabilities. Interested parties must respond by November 20, 2025, detailing their capabilities and relevant experience, as the anticipated Request for Proposal (N6134026R0013) is expected to be released in the second quarter of 2026, with a contract performance period of 48 months. For further inquiries, contact Caitlyn Ersek at caitlyn.e.ersek.civ@us.navy.mil or Evan Denove at evan.t.denove.civ@us.navy.mil.
    Mount Assy
    Homeland Security, Department Of
    The Department of Homeland Security, specifically the U.S. Coast Guard's Aviation Logistics Center, is seeking to procure items from Sikorsky Aircraft Corporation under a sole source Basic Ordering Agreement. The procurement involves airframe structural components classified under NAICS code 336413, with a focus on ensuring timely delivery of these critical parts, requested within 174 days after order receipt. This opportunity is significant for maintaining the operational readiness of Coast Guard aviation assets, and interested parties may submit quotations to the designated contacts by December 15, 2025, at 2:00 PM EST, for consideration. For further inquiries, contact Cindy Harmes at Cindy.K.Harmes@uscg.mil or the MRR Procurement Mailbox at mrr-procurement@uscg.mil.
    N0038326Q0038, NIIN 011618379, VALVE, MODULATING, EC
    Dept Of Defense
    The Department of Defense, through the NAVSUP Weapon Systems Support office, is soliciting a sole-source contract for the repair of a 'VALVE, MODULATING, EC' and a 'DAMPENER, VIBRATION' specifically for the MH-60R platform, with Sikorsky identified as the only responsible source. The procurement involves comprehensive evaluation, labor, materials, and parts necessary to restore government-owned articles to operational condition, adhering to ISO 9001 quality standards and specific packaging and marking requirements outlined in MIL-STD-2073-1 and MIL-STD-129. This opportunity is critical for maintaining the operational readiness of military aircraft systems. Interested parties can contact Jacob R. Wells at (215) 697-1227 or via email at JACOB.R.WELLS14.CIV@US.NAVY.MIL for further details, with the anticipated award date set for December 2025.
    FMS Repair QTY: 4, H-60
    Dept Of Defense
    The Department of Defense, through the NAVSUP Weapon Systems Support office, is seeking to procure repair services for four H-60 spindle assemblies on a sole source basis from Sikorsky. This procurement, classified under the NAICS code 336413, involves the repair of a specific National Stock Number (NSN): 7R1615012382444, and is critical for maintaining operational readiness of the H-60 aircraft. Interested parties are invited to submit capability statements or proposals within five days of the publication of this presolicitation notice, with the solicitation expected to be issued on December 23, 2025, and responses due by January 22, 2026. For further inquiries, interested vendors may contact Taylor O’Connor at taylor.m.oconnor2.civ@us.navy.mil or by phone at 215-698-2198.
    NIIN: 01-528-9926/ NOMEN: CONTROL INDICATOR, A
    Dept Of Defense
    The Department of Defense, through the NAVSUP Weapon Systems Support office, intends to solicit a sole source contract for the repair of the Control Indicator, A, with part number 71902-21000-041 and NSN 7R 1680 015289926, specifically from Sikorsky. The procurement involves a quantity of four units, and due to the lack of available drawings or data, the government does not possess the rights to purchase this part from other sources, necessitating a sole source approach under 10 U.S.C. 3204(a)(1). This repair is critical for maintaining operational capabilities, and interested parties must submit their capability statements or proposals within 45 days of this notice to be considered, with all communications directed to Kate N. Schalck at kate.n.schalck.civ@us.navy.mil.
    NIIN: 015728130/ FMS REPAIR/ N0038325PR0R912
    Dept Of Defense
    The Department of Defense, through the NAVSUP Weapon Systems Support office, is issuing a presolicitation for a sole-source contract to Undersea Sensor Systems Inc. for the repair of the SDSR, AIRCRAFT EQUIP (NIIN: 015728130, Part Number: 6120-0500-001) specifically for H-60 aircraft. This procurement is critical as Undersea Sensor Systems Inc. is the Original Equipment Manufacturer (OEM) and the only known source for this repair, with no available drawings or data, and the government lacking the necessary data rights. The contract is set for a duration of one year, with proposals due by January 29, 2026, and an anticipated award date in March 2026; interested parties may submit capability statements within 15 days of the solicitation issue date, which is expected around December 30, 2025. For further inquiries, contact Grace Y. McGinley at (215) 697-2198 or via email at GRACE.V.MCGINLEY.CIV@US.NAVY.MIL.
    “NSN 1740-01-174-6769, BLADE RACK ASSEMBLY, WSDC: CFN, HELICOPTER CH/MH-53E.”
    Dept Of Defense
    The Department of Defense, through the Defense Logistics Agency (DLA Aviation), is seeking proposals for the procurement of 19 units of the Blade Rack Assembly, NSN 1740-01-174-6769, specifically for the CH/MH-53E helicopter. This procurement is crucial for maintaining the operational readiness of military aircraft, as the Blade Rack Assembly is a vital component in the helicopter's functionality. The contract will be a firm-fixed price arrangement, with delivery required within 250 days after receipt of order to San Diego, CA. Interested suppliers should note that the solicitation is expected to be issued on December 26, 2025, with a closing date of January 25, 2026. For further inquiries, potential bidders can contact Samuel Kogi at 445-737-9377 or via email at Samuel.Kogi@dla.mil.