CH-53K LRIP Lot 5 and 6 Production Sources Sought
ID: N0001912C0047Type: Sources Sought
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 (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.

    Point(s) of Contact
    Files
    Title
    Posted
    The Naval Air System Command (NAVAIRSYSCOM) intends to award a sole-source Firm Fixed Price Incentive Firm modification to Contract N0001912C0047 to Sikorsky, A Lockheed Martin Company. This procurement is for assistance in conducting airworthiness validation and addressing Aircraft Inspection Discrepancy Reports for the CH-53K Low Rate Initial Production (LRIP) Lot 5 and 6 aircraft. The award will include engineering data requirements, operating limitations, and restrictions for these configurations. Sikorsky is identified as the sole designer, developer, and manufacturer of the CH-53K, possessing the unique technical data and knowledge required. This Sources Sought notice is for informational purposes only and is not a request for proposal or an invitation for competitive proposals, as the acquisition is pursued under the authority of 10 U.S.C. 2304(c)(1), FAR 6.302-1, citing only one responsible source.
    Lifecycle
    Title
    Type
    Similar Opportunities
    Precision Landing Visibility Retrofit Kit Procurement
    Buyer not available
    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.
    CH-53K HMHT-302 Training Program Curriculum Revisions - Sources Sought Notice
    Buyer not available
    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.
    CH-53K Electrical Optical (EO) / Infrared (IR) Sensor System Competition
    Buyer not available
    The Department of Defense, through the Naval Air Systems Command, is seeking proposals for a Firm Fixed Price (FFP) Indefinite Delivery Indefinite Quantity (IDIQ) contract for the Electrical Optical (EO) / Infrared (IR) Sensor System for the CH-53K Heavy Lift Helicopter program. This procurement aims to provide comprehensive support, including non-recurring engineering, production, testing, logistics, and program support over an estimated performance period of approximately seven years. The EO/IR sensor systems are critical for enhancing the operational capabilities of the CH-53K helicopters, which play a vital role in military operations. Interested vendors must submit a completed DD Form 2345 to gain access to solicitation documents, with an anticipated draft solicitation release in the second quarter of 2026 and an Industry Day scheduled for December 17, 2025. For further inquiries, contact Kym Leyva at kimberly.r.leyva.civ@us.navy.mil or Christopher Harritt at christopher.j.harritt.civ@us.navy.mil.
    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.
    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: 01-158-9678/ NOMEN: BLADE,ROTARY RUDDER
    Buyer not available
    The Department of Defense, specifically the NAVSUP Weapon Systems Support, is seeking to procure the repair of a rotary rudder blade (P/N: 70101-31000-046, NSN: 7R 1615 011589678) on a sole source basis from Sikorsky. The procurement involves two units and is classified under NAICS code 336413, focusing on the manufacturing of other aircraft parts and auxiliary equipment. This repair is critical for maintaining operational readiness and safety of naval aircraft, and the government anticipates issuing the award under the existing Basic Ordering Agreement (BOA) N0038322GY601. Interested parties must submit their capability statements to Kate N. Schalck at kate.n.schalck.civ@us.navy.mil within 35 days of this notice, as this opportunity is not set aside for small businesses and will not wait for Source Approval Requests.
    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.
    “NSN 1740-01-174-6769, BLADE RACK ASSEMBLY, WSDC: CFN, HELICOPTER CH/MH-53E.”
    Buyer not available
    The Department of Defense, through the Defense Logistics Agency (DLA Aviation), is conducting market research to identify potential sources for the manufacture of the Blade Rack Assembly, NSN 1740-01-174-6769, specifically for the CH/MH-53E helicopter. This sources sought notice aims to gather information on organizations capable of providing all necessary labor, materials, and equipment for the new manufacture of this component, which includes responsibilities such as supply chain management and logistics planning. Interested parties are encouraged to submit their capability statements by December 8, 2025, to Samuel Kogi at Samuel.Kogi@dla.mil, as the government evaluates market capacity to determine the procurement method, which may include small business set-asides or full and open competition.
    NIINs to N00383-21-G-YJ01
    Buyer not available
    The Department of Defense, through the NAVSUP Weapon Systems Support office, is seeking to procure repair services for specific aircraft components from the Bell Boeing Joint Project Office on a sole source basis. The procurement involves the repair of items listed in Attachment A, including PRGB ASSY LH, PRGB ASSY RH, and ELECTRONIC COMPONENTS, with a focus on ensuring the availability of critical aircraft parts for operational readiness. The estimated quantities for these components are one unit each for year 5, with a repair turnaround time of 110 days, and the total funding for the repairs is projected at $2,523,394.00. Interested parties must submit their capability statements to Jake Kucowski at jake.kucowski.civ@us.navy.mil within 15 days of the notice publication, as this opportunity is not a request for competitive proposals and requires source approval.
    C/KC130 Air Vehicle: Engine Module Repair
    Buyer not available
    The Department of Defense, through the Naval Air Systems Command (NAVAIR), is soliciting proposals for the C/KC130 Air Vehicle: Engine Module Repair Services. This procurement aims to establish a single source Indefinite Delivery Indefinite Quantity (IDIQ) contract with a five-year base ordering period, focusing on the maintenance and repair of engine modules critical to the operational readiness of C/KC130 aircraft. The planned award is anticipated during the second quarter of Government Fiscal Year 2026, with proposals due by 4:00 PM ET on January 8, 2026. Interested parties should direct inquiries and requests for access to solicitation attachments to Contract Specialist Stephanie Savage at stephanie.r.savage2.civ@us.navy.mil.