PIF V22 B2C MCOI Project
ID: PANRSA_013079Type: Presolicitation
Overview

Buyer

DEPT OF DEFENSEDEPT OF THE ARMYW6QK ACC-RSAREDSTONE ARSENAL, AL, 35898-0000, USA

NAICS

Other Aircraft Parts and Auxiliary Equipment Manufacturing (336413)

PSC

MISCELLANEOUS AIRCRAFT ACCESSORIES AND COMPONENTS (1680)
Timeline
    Description

    The Department of Defense, specifically the U.S. Army Futures Command, is seeking to procure specialized aviation components for the V-22 B2C MCOI Project at Redstone Arsenal, Alabama. The procurement includes Environmental Control Units, Flow Control Valves, and Environmental Control System Controllers, which are critical for integrating these components into the overall environmental control system for aviation applications. This contract action is intended to be awarded on a sole source basis to Honeywell, Inc., as they are the only known source with the proprietary data necessary to fulfill the requirements. Interested parties who believe they can meet the specifications must submit capability statements within fifteen days of the publication of this notice, and inquiries can be directed to Al Condino or Arneke Ivy via their provided email addresses.

    Point(s) of Contact
    Files
    Title
    Posted
    The government estimate outlines the procurement of critical components for a specialized project, with a total value of $4,000,000. The objective is to acquire Environmental Control Units, Flow Control Valves, and ECS Controllers, with specific part numbers and quantities listed. The procurement includes 20 Flow Control Valves, priced at $425,000, 10 ECS Controllers for $255,500, and 10 Environmental Control Units for $3,319,500. The total material cost for these items is $4 million, as determined through independent government research. This estimate, certified by the government project lead, serves as a benchmark for the fair and reasonable pricing of these specialized parts, with no additional details provided on contract type or specific evaluation criteria. The absence of hours, labor, and travel costs indicates that the focus is solely on the procurement of these specific items.
    The Combat Capabilities Development Command seeks to procure specialized aviation components, including Environmental Control Units, Flow Control Valves, and Environmental Control System Controllers. These items are required for the Prototype Integration Facility's V22 B2C MCOI Project. The focus is on obtaining high-specification aviation parts, with precise quantities specified. This project seeks to integrate these components into an overall environmental control system, with the potential for further development and testing. The procurement is a key step in achieving this goal, and vendors will be evaluated primarily based on their ability to supply these specialized parts according to the specified quantities and quality standards.
    The Combat Capabilities Development Command seeks to procure specialized aviation components, including Environmental Control Units, Flow Control Valves, and Environmental Control System Controllers. These items are required for the Prototype Integration Facility's V22 B2C MCOI Project. The focus is on obtaining high-specification aviation parts, with precise quantities specified. This project seeks to integrate these components into an overall environmental control system, with the potential for further development and testing. The procurement is a key step in achieving this goal, and vendors will be evaluated primarily based on their ability to supply these specialized parts according to the specified quantities and quality standards.
    Lifecycle
    Title
    Type
    PIF V22 B2C MCOI Project
    Currently viewing
    Presolicitation
    Similar Opportunities
    B-1 HEAD HYDRAULIC MOTO, NSN: 1650-01-209-5072HS, PN: 714178
    Active
    Dept Of Defense
    The Department of Defense, through the Defense Logistics Agency, is seeking proposals for the procurement of 116 units of the Head Hydraulic Motor (NSN: 1650-01-209-5072HS) for the B-1 aircraft, with a presolicitation notice issued under SPRTA1-25-R-0028. This sole source acquisition is critical for maintaining the operational readiness of military aircraft, and the government intends to negotiate with Hamilton Sundstrand, the qualified source that previously supplied these parts. Proposals must be submitted by November 25, 2024, with delivery expected by January 27, 2025, and interested parties can reach out to John Nolan at john.nolan.8@us.af.mil or call 405-855-3542 for further inquiries.
    V-22 FLIGHT TEST SUPPORT
    Active
    Dept Of Defense
    The Department of Defense, through the Naval Air Systems Command, is seeking to negotiate a Delivery Order under Basic Ordering Agreement N0001922G0002 for V-22 flight test support, specifically targeting the Bell Boeing Joint Program Office. The contractor will be responsible for providing essential supplies and services for the ongoing V-22 flight test program, which includes Research, Development, Test and Evaluation, and Foreign Military Sales testing for Japan, requiring on-site support at Naval Air Station Patuxent River and Hurlburt Air Force Base. This procurement is critical as it ensures the continued development and operational readiness of the V-22 Tiltrotor aircraft, with the planned award date set for January 2026. Interested parties may submit capability statements to Karamie L. Platt at karamie.l.platt.civ@us.navy.mil or Constance L. Humiston at constance.l.humiston.civ@us.navy.mil within fifteen days of the notice publication.
    B-2 HEAT EXCHANGER AIRCRAFT, NSN: 1660-01-350-8210FW, PN: 793305-2
    Active
    Dept Of Defense
    The Department of Defense, through the Defense Logistics Agency (DLA) Aviation at Oklahoma City, is soliciting proposals for the acquisition of B-2 heat exchangers, specifically identified by National Stock Number (NSN) 1660-01-350-8210FW. The procurement involves a sole source acquisition for a total of 12 units, with the possibility of adjusting the quantity between 3 and 18 units based on competitive pricing and proposals submitted by vendors, particularly Hamilton Sundstrand Corporation. These heat exchangers are critical components for the B-2 aircraft, ensuring optimal performance and operational readiness. Proposals must be submitted by October 28, 2024, with delivery expected by February 26, 2026, and interested parties can contact John Nolan at john.nolan.8@us.af.mil or by phone at 405-855-3542 for further details.
    SPRPA124R354E Combined Synopsis/Solicitation
    Active
    Dept Of Defense
    The Defense Logistics Agency (DLA) Aviation at Philadelphia, PA, is seeking proposals for the Option Period of the Stock CLIN 0003 under the V-22 Bell Boeing COI Contract, specifically for supplies related to military components. This procurement action is limited to one source due to the requirement for Government Source Approval prior to award, necessitating interested suppliers to submit a Source Approval Request (SAR) through a secure DoDSafe link. The items being procured are critical for maintaining operational readiness in military operations, with a performance period spanning from May 11, 2025, to May 10, 2027. Interested parties can reach out to John Collier at john.collier@dla.mil or Kelly Sickel at Kelly.Sickel@DLA.MIL for further information and guidance on the submission process.
    B-2 Cylinder Assembly
    Active
    Dept Of Defense
    The Department of Defense, through the Defense Logistics Agency, is seeking proposals for the procurement of B-2 Cylinder Assemblies, specifically designed to activate the main landing gear doors of aircraft. The solicitation requests a 20% reduction in cost and a 25% reduction in production lead time for a total quantity of eight units, which are made from aluminum/alloy materials. This procurement is critical for maintaining the operational readiness of military aircraft, with a delivery deadline set for August 12, 2025. Interested vendors should submit their capability statements or proposals to Dana Craun at dana.craun@us.af.mil or call 405-426-9405, as electronic procedures will be utilized for this solicitation.
    Control Display Unit
    Active
    Dept Of Defense
    The Department of Defense, specifically the U.S. Army Contracting Command-Redstone Arsenal, is conducting a Sources Sought notice to identify potential sources for the overhaul of the Control Display Unit, part number 10150-0204. The government seeks contractors capable of providing this item, which is classified under NAICS code 336413, and is essential for aircraft operations. This procurement will be structured as a five-year Indefinite Delivery Indefinite Quantity (IDIQ) firm fixed-price contract, with responses due within 15 days of posting. Interested parties should submit their capabilities statements and contact Mariel L. Chambers at mariel.l.chambers.civ@army.mil for further information.
    C-5 Flow Control Valve
    Active
    Dept Of Defense
    The Department of Defense, through the Defense Logistics Agency, is seeking proposals for the procurement of C-5 Flow Control Valves, specifically identified by NSN 1660004866294 and part numbers 398192-2-1 and 4A90170-103A. The agency requests a 20% reduction in cost and a 25% reduction in production lead time for an initial quantity of 12 units, which will be delivered to Tinker Air Force Base in Oklahoma. These valves are critical components for aircraft systems, ensuring proper flow control and operational efficiency. Interested vendors are encouraged to submit capability statements or proposals electronically, with the contract duration set for one year. For further inquiries, potential bidders can contact Dana Craun at dana.craun@us.af.mil or by phone at 405-426-9405.
    SPRRA1-25-R-0006/NSN: 4160-01-597-1317/NOUN: COOLER UNIT, AIR
    Active
    Dept Of Defense
    The Defense Logistics Agency (DLA) is soliciting proposals for the procurement of air cooler units specifically designed for the UH-60 Blackhawk weapon system under solicitation SPRRA1-25-R-0006. This firm fixed-price contract emphasizes limited competition, allowing only approved sources, namely Sikorsky Aircraft Corporation and Pioneer Industries, to submit proposals. The air cooler units are critical for maintaining operational efficiency and safety in military applications. Interested contractors should note that the proposal submission deadline has been extended to 2:00 PM on November 13, 2024, and are encouraged to contact Cornelius Edison at cornelius.edison@dla.mil or 256-932-3913 for further details.
    16--CONTROL,BLADE FOLD
    Active
    Dept Of Defense
    The Department of Defense, through the NAVSUP Weapon Systems Support office, is seeking to procure three units of the CONTROL, BLADE FOLD (NSN 7R-1680-013147878-VH) from approved sources, specifically Sikorsky, IMP Aerospace, and Hamilton Sundstrand. This procurement is critical as it involves specialized aircraft components for military operations, and the government has determined that these items can only be sourced from the Original Equipment Manufacturer (OEM) due to the lack of available drawings or data for alternative suppliers. Interested parties must submit their capability statements to the primary contact, Christophe M. Kilcourse, via email at christopher.kilcours@navy.mil within 15 days of this notice, with the anticipated award date set for February 2025. This procurement will not be a Total Small Business Set-Aside, and electronic procedures will be utilized for the solicitation process.
    SOLE SOURCE Service contract for the replacement of liner bearings in the Non-Rotating Control Swash Plate P/N 7-311527061.
    Active
    Dept Of Defense
    The Department of Defense, specifically the Department of the Army, is seeking a sole-source service contract for the replacement of liner bearings in the Non-Rotating Control Swash Plate P/N 7-311527061, crucial for the Rotor Control Branch's operations. This contract is designated for Sargent Aerospace & Defense, LLC, the original equipment manufacturer (OEM), which possesses the proprietary processes and technical data necessary for this specialized work. The contract, funded by Army Working Capital Funds, is set to commence in FY 2025 with a performance period of 12 months, and the offer due date is scheduled for 11:00 AM on October 22, 2024. Interested parties can contact Terry B. Clark at terry.b.clark4.civ@army.mil or by phone at 361-961-6489 for further details.