CH-53K Sound Proofing Panels
ID: N00019-24-RFPREQ-APM261-0707Type: Presolicitation
AwardedJun 12, 2025
$1.2M$1,150,074
AwardeeSIKORSKY AIRCRAFT CORPORATION Stratford CT 06614 USA
Award #:N0001923G00002
Overview

Buyer

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

NAICS

Other Aircraft Parts and Auxiliary Equipment Manufacturing (336413)

PSC

AIRCRAFT, ROTARY WING (1520)
Timeline
    Description

    The Department of Defense, through the Naval Air Systems Command (NAVAIR), intends to negotiate a sole source Delivery Order with Sikorsky Aircraft Corporation for the procurement of two CH-53K Sound Proofing Panel Kits. This procurement is critical as Sikorsky Aircraft is the sole designer, developer, and manufacturer of the CH-53K weapon system, possessing the unique knowledge, technical data, and capabilities necessary to meet the government's requirements within the specified timeframes. The contract will be awarded under the authority permitting other than full and open competition, as outlined in 10 U.S.C. 3204(a)(1) and FAR 6.302-1. Interested parties can reach out to Charles Johnson at charles.w.johnson6.civ@us.navy.mil or Jamie Schoemaker at jamie.l.schoemaker.civ@us.navy.mil for further information.

    Point(s) of Contact
    Files
    No associated files provided.
    Lifecycle
    Title
    Type
    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.
    United States Marine Corps (USMC) Heavy Lift Replacement CH-53K Cybersecurity Implementation Plan
    Dept Of Defense
    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.
    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.
    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.
    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.
    Helicopter Hangar Door Parts
    Dept Of Defense
    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.
    NAWCAD Jet Blast Deflector (JBD) Panels, P/Ns 626145-6, -7 and -8
    Dept Of Defense
    The Department of Defense, through the Naval Air Warfare Center Aircraft Division in Lakehurst, New Jersey, intends to award a sole source Firm-Fixed price contract for the manufacture of Jet Blast Deflector (JBD) cooling panels, specifically part numbers 626145-6, -7, and -8, to support upgrades for the CVN 75 Joint Strike Fighter as part of the Nimitz Class Launcher Program. The contractor will be required to produce these panels in accordance with government specifications, as they are classified as Critical Application Items (CAIs), necessitating procurement from a vendor with the requisite qualifications, namely The Entwistle Company LLC. This procurement is justified under the authority of 10 USC 3204 (a) (1) and FAR 6.302-1, indicating that no other vendors are currently qualified to meet the stringent requirements. Interested parties are encouraged to submit proposals to Kelly Gray at kelly.e.gray13.civ@us.navy.mil, although the government retains discretion over whether to open the requirement to competition.
    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.
    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.
    V-22 Life Limited Aircraft Corrections (LLAC) Step 2 MV Kit Buy
    Dept Of Defense
    The Department of Defense, through the Naval Air Systems Command (NAVAIR), is seeking to negotiate a sole-source contract for the procurement of V-22 Life Limited Aircraft Corrections (LLAC) MV Kits from the Bell Boeing Joint Program Office. This contract will cover both recurring and nonrecurring work, along with the necessary hardware and tooling required for the production and delivery of these kits, which are critical for the maintenance and operational readiness of the V-22 Tiltrotor aircraft. The Bell Boeing Joint Program Office is uniquely qualified to fulfill this requirement, possessing the exclusive engineering and technical data essential for the project. Interested parties may submit capability statements within fifteen days of this notice, and for subcontracting opportunities, inquiries can be directed to Michael Lee at Michael.F.Lee2@boeing.com.