Sources Sought for the Overhaul of the UH-60 DATA ACQUISITION UNIT
ID: W58RGZ-25-R-0038Type: Sources Sought
Overview

Buyer

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

NAICS

Search, Detection, Navigation, Guidance, Aeronautical, and Nautical System and Instrument Manufacturing (334511)

PSC

FLIGHT INSTRUMENTS (6610)
Timeline
    Description

    The Department of Defense, specifically the Army, is soliciting proposals for the overhaul of the Data Acquisition Unit (DAU) used in military applications, under a firm-fixed-price indefinite delivery indefinite quantity (IDIQ) contract. Contractors are required to provide all necessary services, materials, and documentation to restore the DAU to a serviceable condition, with a minimum of 12 units to be overhauled annually, potentially increasing to 57 units over the contract period. This procurement is critical for maintaining operational readiness within military operations, ensuring compliance with military regulations and standards. Interested parties must submit their proposals by July 31, 2025, and can contact Pamela Pritchard at pamela.n.pritchard.civ@army.mil or Lindy L. Pinchon at lindy.l.pinchon.civ@army.mil for further information.

    Files
    Title
    Posted
    The document outlines packaging requirements for a specific government contract related to the Data Acquisition Unit, dated July 5, 2024. The main topic is the specifications for packaging and preservation of the equipment, ensuring compliance with military standards such as MIL-STD-2073-1 and MIL-STD-129. Key details include packaging dimensions, weight limitations, and labeling requirements, highlighting that all wood packaging material must meet ISPM-15 compliance. The contractor is tasked with using the latest specifications, and the document notes that reusable containers may be furnished by either the government or the contractor. Additionally, it emphasizes that preservation and packing should adhere to military or commercial standards per the relevant ASTM guidelines. The document serves as a detailed guide for contractors bidding on the project, ensuring that they meet stringent government packaging criteria while maintaining compliance with safety and quality regulations.
    The document compiles details regarding a Data Acquisition Unit (Part Number: 70600-03810-103) with an emphasis on various associated reports and guidelines necessary for proper inventory, shipping, and quality control. It includes a total of twelve data item reports, detailing the types of documents required for compliance in military contexts, such as the Government Property Inventory, the Report of Shipping and Packaging Discrepancies, and standards for military packaging and identification marking. Notably, it outlines procedures relevant to the airworthiness of aircraft systems and item unique identification, underscoring the importance of accurate documentation and reporting. Additionally, it addresses the control of electrostatic discharge for the protection of electronic components. This summary reflects a structured approach to managing and documenting military property, aligning with federal regulations and standards essential for procurement and operational integrity within government and military setups.
    The document outlines the Total Asset Visibility – Contractor (TAV-C) requirements for contractors engaged with the Army Materiel Command (AMC) through the Logistics Management Program (LMP). It details the necessary procedures for contractors to access inventory data systems, either via the Defense Logistics Management Standards (DLMS) interface or the Army TAV-C Portal, emphasizing the need for proper security credentials such as CAC or ICAM accounts with multi-factor authentication. Contractors are required to undergo government-provided training to ensure compliance and proper data handling in accounting for Government Furnished Equipment and Material. Additionally, the document specifies various performance and inventory management reporting requirements, including mandatory confirmation of material receipts by contractors before data entry in the LMP. The TAV-C capability enhances asset visibility and readiness for army operations, streamlining processes essential for maintenance, overhaul, and upgrade contracts related to Army Working Capital Fund-managed property. This comprehensive framework aims to strengthen the management and reporting of government property by contractors, ensuring accountability aligned with federal guidelines.
    The Army Materiel Command (AMC) outlines requirements for contractors utilizing the Total Asset Visibility – Contractor (TAV-C) capability within its Logistics Management Program (LMP) for maintenance, overhaul, or upgrade of Government Furnished Equipment, Materiel, or Property (GFE/M/P). Contractors can access TAV-C through two methods: the Defense Logistics Management Standards (DLMS) interface or the Army TAV-C Portal, depending on their property accountability systems and economic factors. Key access requirements include the possession of a Common Access Card (CAC) or an Identity, Credential, and Access Management (ICAM) account. Additionally, contractors must complete government-provided training to properly utilize the TAV-C portal. The document provides detailed instructions for creating user accounts in the Army Master Identity Directory (AMID) and describes the specific transactions required to manage GFE through the chosen access method. Performance standards necessitate the physical confirmation of material receipts before data entry into the LMP. This framework aims to improve asset visibility, facilitate better audits, and enhance overall readiness of military assets by ensuring accurate reporting and accountability in contractor-managed inventory.
    The document outlines the Contract Data Requirements List (CDRL) for the Department of Defense, specifically focusing on data item requirements related to the Government Property (GP) Inventory Report. It specifies details such as the contractor's obligations regarding the initial and subsequent inventory data submissions, which must be provided annually following the first submittal due 365 days after receiving Government-furnished property. Key fields include contractor information, data item titles, submission frequencies, and various procedural directives, all intended to ensure compliance with government standards. It provides guidance for completing the DD Form 1423, detailing the prerequisites for data item preparation, approval, and distribution, categorized into four price groups based on their significance to contract fulfillment. This document serves to regulate the submission and management of contractual data to streamline federal procurement processes and enhance accountability within governmental contracts. Overall, it ensures that data delivery aligns with mission objectives and regulatory requirements.
    The DD Form 1423-1 is a governmental document utilized to outline the Contract Data Requirements List (CDRL) for specific data items required during the performance of a contract. The form details essential fields, including contract line item numbers, item descriptions, frequency of submissions, and distribution requirements. It emphasizes the procedures for reporting discrepancies related to shipping and packaging of items, instructing contractors to submit appropriate reports for incorrect or improperly packed components within specified timeframes. The document provides comprehensive instructions for both government personnel and contractors on completing the form, specifying categories of data, authorities, and pricing groups based on the data’s significance to contract performance. The primary purpose of this documentation is to ensure adequate data collection that supports effective contract execution while aligning with Department of Defense standards, ultimately improving logistics and operational efficiency.
    The DD Form 1423-1 outlines the Contract Data Requirements List (CDRL), specifying the process for contractors to submit data items necessary for government contracts. It includes sections for essential information such as contract line items, data item titles, submission frequency, and the contracting office involved. Contractors must adhere to the Maintenance and Overhaul (M&O) planning requirements and submit their plans electronically, with government review occurring within 90 days. If disapproved, resubmissions are required within 30 days. The document also delineates different categories of data, including Technical Data Packages (TDP) and Technical Manuals (TM), and provides guidelines on pricing for these data items categorized into four groups based on their importance to contract performance. This structured approach ensures that contractors understand the documentation obligations and timelines for complying with contract stipulations, supporting efficient project management and oversight in federal contracting processes.
    The document outlines an amendment to a federal solicitation, primarily focused on changing the proposal due date for a firm-fixed-price contract pertaining to maintenance. Specifically, the due date for proposals has been extended from July 7, 2025, to July 31, 2025. All other terms and conditions of the original contract remain unchanged, ensuring continuity in the process despite the adjustment in timeline. The document serves to notify contractors and offerors about this amendment, which must be acknowledged for proposals to be considered valid. Effective communication throughout this process is emphasized, as the acknowledgment must reach the designated office before the newly specified deadline. This amendment reflects routine adjustments within government contracting processes, ensuring that vendors have adequate time to prepare their submissions while maintaining adherence to established protocols.
    This document outlines a solicitation for a five-year firm-fixed-price indefinite delivery indefinite quantity (IDIQ) contract for the overhaul of a Data Acquisition Unit (DAU) used in military applications. The contractor is required to supply all necessary services, materials, and documentation to return the equipment to a serviceable condition in compliance with military regulations. The contract stipulates a minimum of 12 units annually, increasing to a maximum of 57 units over the contract period, with specific requirements for foreign military sales. Key responsibilities include submitting a Maintenance and Overhaul (M&O) Plan within 30 days of contract award and conducting a Product Verification Audit (PVA) to ensure quality and compliance. The document includes details on packaging, shipping, and the management of government-furnished property, emphasizing adherence to established standards and reporting requirements. The framework established in this RFP is critical for the Army’s operational readiness and illustrates the government’s structured approach in soliciting and managing contracts to ensure high standards in military maintenance services.
    Similar Opportunities
    Solicitation: W912CH-25-R-0097 DD Auxiliary Power Units
    Dept Of Defense
    The Department of Defense, through the Army Contracting Command – Detroit Arsenal (ACC-DTA), is soliciting proposals for a Firm Fixed Price, three-year sole source contract for Direct Drive Auxiliary Power Units (DDAPU) from Marvin Land Systems. The procurement involves an estimated maximum quantity of 263 units, identified by National Stock Number (NSN) 6115-01-706-8649, which are critical for military operations requiring reliable auxiliary power. Interested contractors must submit their offers via email by December 19, 2025, and must possess Joint Certification Program (JCP) certification to access the Technical Data Package (TDP), which is export-controlled. For further inquiries, contact Contract Specialist Angelo Wilson at angelo.b.wilson.civ@army.mil.
    Maintenance, Repair, and Upgrade of Existing Government-Owned Data Acquisition System Components/Related Software
    Dept Of Defense
    The Department of Defense, specifically the Army Contract Command - Redstone Arsenal, is seeking to award an Indefinite Delivery Indefinite Quantity (IDIQ) contract for the maintenance, repair, and upgrade of existing government-owned data acquisition system components and related software. The procurement aims to secure Data Acquisition Systems Integration Support, Hardware, and Instrumentation Software for the Technology Development Directorate-Aviation Systems Integration and Demonstration, Mission Systems Division, with the contract intended for Teletronics Technology Corporation. The anticipated award date is March 31, 2023, and the procurement will be conducted on a sole-source basis under the authority of 10 U.S.C. 2304(a)(1), with a justification for lack of competition included in the notice. Interested parties can reach out to Brandy Moneymaker at Brandy.L.Moneymaker.civ@army.mil or Bethany Rosser at bethany.r.rosser.civ@army.mil for further inquiries.
    70--DISK DRIVE UNIT
    Dept Of Defense
    The Department of Defense, specifically the Department of the Navy, is soliciting proposals for the procurement of 80 Disk Drive Units through NAVSUP Weapon Systems Support Mechanicsburg. This solicitation requires compliance with various quality and inspection standards, including MIL-STD-129 and ISO 9001, and emphasizes the importance of providing detailed procurement quotes, including CAGE codes and pricing, as well as adherence to specific packaging and marking requirements. The Disk Drive Units are critical components for military applications, and the contract is set to be awarded bilaterally, necessitating the contractor's written acceptance prior to execution. Interested vendors must submit their proposals by December 17, 2025, and can direct inquiries to Rachel Snyder at RACHEL.E.SNYDER@NAVY.MIL.
    INTERFACE UNIT, DAT
    Dept Of Defense
    The Department of Defense, specifically the Department of the Navy through NAVSUP Weapon Systems Support Mechanicsburg, is soliciting proposals for the repair of the Interface Unit, DAT. The procurement aims to secure a contractor capable of providing repair services with a required turnaround time of 60 days, ensuring compliance with specific operational and functional requirements as outlined in the contract. This equipment is critical for maintaining the operational readiness of naval systems, emphasizing the importance of timely and quality repairs. Interested contractors should submit their quotes, including unit price and repair turnaround time, to Valentino P. Arena at VALENTINO.P.ARENA.CIV@US.NAVY.MIL or by phone at 717-605-2498, with the solicitation details available for review.
    DISPLAY UNIT
    Dept Of Defense
    The Department of Defense, specifically the Department of the Navy through NAVSUP Weapon Systems Support Mechanicsburg, is soliciting bids for the repair of a DISPLAY UNIT under a federal contract. The procurement requires contractors to provide firm-fixed prices for the repair services, adhering to specific requirements such as Item Unique Identification (IUID) and a Repair Turnaround Time (RTAT) of 161 days after receipt of the asset. This contract is critical for maintaining operational readiness and ensuring the functionality of essential military equipment. Interested contractors must submit their quotes electronically to Aaron D. McFee at AARON.D.MCFEE.CIV@US.NAVY.MIL, with a minimum quote expiration of 90 days and additional details regarding pricing and capacity constraints as outlined in the solicitation.
    UNLOAD DRIVE ASSEMB
    Dept Of Defense
    The Department of Defense, specifically the Department of the Navy through NAVSUP Weapon Systems Support Mechanicsburg, is soliciting proposals for the repair of the Unload Drive Assembly. The procurement aims to secure a reliable repair service with a required turnaround time of 172 days, ensuring that the repaired items meet stringent operational and functional standards as outlined in the contract specifications. This assembly is critical for military operations, emphasizing the importance of timely and quality repairs to maintain operational readiness. Interested contractors should submit their quotes, including pricing and capacity constraints, to Logan W. Mann at LOGAN.W.MANN.CIV@US.NAVY.MIL by the specified deadline, with all freight costs being the responsibility of the Navy.
    Carrier Drive Assembly
    Dept Of Defense
    The Department of Defense, through the Defense Logistics Agency (DLA) Land Warren, is soliciting proposals for a five-year Indefinite Delivery Indefinite Quantity (IDIQ) contract for the Carrier Drive Assembly, specifically part number 014499-505 from Meggitt Defense Systems, Inc. This procurement is restricted to approved sources or distributors and includes a guaranteed minimum quantity of 14 units and a maximum of 288 units, with deliveries required at the Red River Army Depot in Texarkana, TX, within 625 calendar days after the order date. Interested offerors must submit their proposals electronically by January 20, 2026, and are encouraged to check the SAM.gov website for updates; for inquiries, they may contact Jon Machacek at Jon.Machacek@dla.mil or by phone at 385-591-2854.
    66--TRANSDUCER,AIR DATA, IN REPAIR/MODIFICATION OF
    Dept Of Defense
    The Department of Defense, specifically the Department of the Navy through NAVSUP Weapon Systems Support, is seeking proposals for the repair and modification of the Transducer, Air Data, with a National Stock Number (NSN) of 7R-6610-011318697-LU. This procurement involves a quantity of 25 units, which require engineering source approval to ensure the quality and reliability of the parts, as they are critical for flight operations. The selected contractor must demonstrate existing unique design capabilities and manufacturing knowledge, as only previously approved sources will be considered for this contract, which is expected to be awarded based on the urgency of fleet support needs. Interested parties must submit their proposals, including necessary source approval documentation, to Shannon R. Menickella at the provided email address within 45 days of this notice.
    Pre-Solicitation Synopsis for the Overhaul of the Computer Subassembly for the UH-60 Black Hawk
    Dept Of Defense
    The Department of Defense, specifically the Department of the Army, is seeking contractors for the overhaul of the Computer Subassembly for the UH-60 Black Hawk. The procurement involves furnishing all necessary services, facilities, labor, parts, materials, equipment, tools, and data to accomplish the overhaul of the specified assets, with an estimated quantity range of 5 to 54 units, including a Foreign Military Sales quantity of 9. This contract will be a five-year, Firm-Fixed-Price Indefinite Delivery Indefinite Quantity (IDIQ) type, and it is important to note that the items are not commercial and FAR Part 12 will not be utilized. Interested contractors must submit their capabilities statements and proposals via email to Andrew E. Cameron, as no telephone requests will be accepted, and the procurement is currently unfunded with the award pending receipt of sufficient funds.
    Synopsis, SMART DISPLAY UNIT, NSN: 7025-01-670-4971
    Dept Of Defense
    The Department of Defense, specifically the Army Contracting Command – Detroit Arsenal, is seeking proposals for a three-year Firm Fixed Price service repair contract for Smart Display Units (NSN: 7025-01-670-4971, Part Number: 12581798). The contract will involve a minimum production quantity of 14 units and a maximum of 55 units, highlighting the importance of these devices in military operations. The solicitation, W912CH-24-R-0050, is anticipated to be released within two to four weeks and will include a technical data package (TDP) that is Distribution D; access to this TDP requires certification under the United States/Canada Joint Certification Program (JCP). Interested parties must be registered in the System for Award Management (SAM) and can direct inquiries to Christina Smith at christina.d.smith49.civ@army.mil.