Precision Landing Visibility Retrofit Kit Procurement
ID: PIDN00019-26-RFPREQ-APM274-0129Type: 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)
Timeline
    Description

    The Department of Defense, through the Naval Air Systems Command (NAVAIR), is seeking to procure Precision Landing Visibility (PLV) retrofit kits for the VH-92A helicopter. This procurement is intended to support the operational capabilities of the VH-92A, with the kits being supplied exclusively by Sikorsky Aircraft Corporation, a Lockheed Martin company, due to their unique expertise and proprietary technical data. The acquisition will be conducted on a sole source basis under the authority of 10 U.S.C. 2304 (c)(1), and interested parties are encouraged to submit capability statements within fifteen days of this notice to determine if a competitive procurement is warranted. For further inquiries, Brittany Reynolds can be contacted at brittany.s.reynolds2.civ@us.navy.mil or by phone at 301-757-8970.

    Files
    No associated files provided.
    Lifecycle
    Title
    Type
    Similar Opportunities
    CH-53K LRIP Lot 5 and 6 Production Sources Sought
    Buyer not available
    The Department of Defense, through the Naval Air Systems Command (NAVAIRSYSCOM), is seeking information regarding the procurement of assistance for the airworthiness validation process and Aircraft Inspection Discrepancy Reports for the CH-53K Low Rate Initial Production (LRIP) Lots 5 and 6. This procurement will involve a sole-source Firm Fixed Price Incentive Firm modification to Contract N0001912C0047 with Sikorsky, A Lockheed Martin Company, which is the sole designer, developer, and manufacturer of the CH-53K aircraft, possessing the unique technical data and knowledge required for this task. The services sought are critical for ensuring the operational readiness and safety of the CH-53K aircraft, which plays a vital role in military operations. Interested parties may direct inquiries to Avery Dawson at avery.j.dawson.civ@us.navy.mil or Kevin Ritter at kevin.m.ritter4.civ@us.navy.mil, noting that this notice is for informational purposes only and does not constitute a solicitation for proposals.
    Overhaul of Spindles, Modulation Valves, Bifilar Assemblies, Hubs and Retention Plate Assemblies.
    Buyer not available
    The Department of Homeland Security, specifically the U.S. Coast Guard's Aviation Logistics Center, is seeking proposals for the overhaul of spindles, modulation valves, bifilar assemblies, hubs, and retention plate assemblies for its MH-60T aircraft. The procurement involves a sole-source contract with Sikorsky Aircraft Corporation, requiring all components to have traceability to the OEM and compliance with FAA guidelines to ensure safety and airworthiness. The contract will be structured as an Indefinite Delivery Requirements type with a one-year base period and two optional one-year extensions, totaling a maximum duration of three years. Interested vendors must submit their quotations by February 27, 2026, with the anticipated award date around June 17, 2026; inquiries can be directed to Trenton Twiford at trenton.c.twiford@uscg.mil.
    N0038326Q0038, NIIN 011618379, VALVE, MODULATING, EC
    Buyer not available
    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.
    NIIN: 01-528-9926/ NOMEN: CONTROL INDICATOR, A
    Buyer not available
    The Department of Defense, specifically the NAVSUP Weapon Systems Support office, is seeking to procure repairs for the Control Indicator, A (P/N: 71902-21000-041, NSN: 7R 1680 015289926) on a sole source basis from Sikorsky. The procurement involves the repair of four units, and due to the lack of available drawings or data, the government intends to negotiate exclusively with Sikorsky, as they are the only responsible source capable of fulfilling the requirements. This procurement is critical for maintaining operational readiness and support for the associated aircraft systems. Interested parties may submit their capability statements or proposals within 35 days of this notice to Kate N. Schalck at kate.n.schalck.civ@us.navy.mil, as the solicitation will be conducted electronically and no hard copies will be distributed.
    FMS REPAIR OF COMPUTER, FLIGHT CONTROL
    Buyer not available
    The Department of Defense, through the NAVSUP Weapon Systems Support office, intends to award a sole source contract for the repair of a flight control computer specifically for H-1 aircraft. The procurement involves the repair of one unit of the flight control computer (NIIN: 015825365, Part Number: 449-005-100-105), with PUI being the Original Equipment Manufacturer and the only known source for this service, as the Government lacks the necessary data for competitive procurement. This contract is crucial for maintaining the operational capabilities of the H-1 aircraft, and the solicitation is expected to follow FAR Part 15, with an anticipated award date in March 2026. Interested parties may submit capability statements within 45 days of the presolicitation notice, and inquiries can be directed to Shannon Menickella at shannon.r.menickella.civ@us.navy.mil.
    Mount Assy
    Buyer not available
    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.
    SKI ASSEMBLY, LANDING
    Buyer not available
    The Defense Logistics Agency (DLA) Aviation at Huntsville, AL, is soliciting proposals for the procurement of 31 units of the 'SKI ASSEMBLY, LANDING' for the CH-47 Chinook helicopter system, under solicitation number SPRRA1-26-R-0011. This firm-fixed-price, one-time buy is limited to The Boeing Company and Airglas, Inc., along with their approved distributor, Boeing Distribution Services, in accordance with federal regulations. The procurement emphasizes the importance of compliance with specific requirements, including IUID markings, packaging standards, and delivery to DLA Distribution Depot Oklahoma by November 2026. Interested parties can reach out to Erica Allen at ERICA.ALLEN@DLA.MIL or call 256-690-5712 for further details.
    Purchase of Automatic Flight Control System (AFCS) Control Panel
    Buyer not available
    The Department of Homeland Security, through the United States Coast Guard (USCG) Aviation Logistics Center, is seeking to procure Automatic Flight Control System (AFCS) Control Panels for the MH-60T aircraft. This procurement involves a sole-source contract with Sikorsky Aircraft Corporation, the Original Equipment Manufacturer (OEM) and the only approved source for these critical components, which are essential for maintaining the operational capabilities of the USCG. The estimated contract value is approximately $6,794,596, covering one base year and two option years, with funding allocated from Operations and Support funds for fiscal years 2025-2028. Interested vendors must submit their quotes by November 20, 2025, at 2:00 PM EST, to Steven Levie at steven.a.levie@uscg.mil, ensuring compliance with all specified requirements and certifications.
    Helicopter Hangar Door Parts
    Buyer not available
    The Department of Defense, specifically the Department of the Navy's Mid Atlantic Regional Maintenance Center, is seeking to procure helicopter hangar door parts through a firm-fixed-price (FFP) contract. This procurement is justified on a sole source basis under the authority of 13.106-1(b)(1)(i), indicating that the parts are essential for maintaining operational readiness and safety of naval aviation facilities. The contract falls under the category of marine hardware and hull items, highlighting the critical nature of these components in supporting naval operations. Interested vendors can reach out to Morgan Alvey at morgan.alvey@navy.mil or by phone at 757-400-0330 for further details regarding this opportunity.
    N0038326PR0R173 - Pre-Solicitation
    Buyer not available
    The Department of Defense, through the NAVSUP Weapon Systems Support office, is preparing to issue a sole-source Request for Quotation (RFQ) for the repair of six BLADE ASSEMBLY units from Hamilton Sundstrand Corporation. This procurement, justified under 10 U.S.C. 2304(c)(1) and FAR 6.302-1, is critical for Foreign Military Sales (FMS) and emphasizes that only one responsible source can fulfill the agency's requirements. While other manufacturers may submit capability statements, only approved sources will be considered, and the procurement process will not accommodate delays for Source Approval Requests. Interested parties should direct their capabilities to Gina Sassane at gina.p.sassane.civ@us.navy.mil, with the solicitation expected to be released around December 17, 2025, and proposals due by January 16, 2026.