CH-53K On Board Inert Gas Generating System (OBIGGS) Redesign Contract
ID: N00019-24-RFPREQ-APM261-0581Type: 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)

Set Aside

8(a) Sole Source (FAR 19.8) (8AN)
Timeline
    Description

    The Department of Defense, through the Naval Air Systems Command, intends to negotiate a sole source delivery order with Sikorsky for the redesign of the CH-53K On Board Inert Gas Generating System (OBIGGS). This procurement aims to incorporate design improvements that enhance performance, reliability, and support for flight testing, as Sikorsky is the sole producer with the necessary technical data and expertise for the CH-53K® aircraft. The contract will be executed under the authority of 10 U.S.C. 2304(a)(1) and FAR 6.302-1, emphasizing the unique capabilities of Sikorsky in fulfilling these requirements. Interested parties may express their interest and capabilities in writing to the designated contacts, Tyler Scott and Kevin Ritter, via email or mail, as this notice is not a request for competitive proposals.

    Point(s) of Contact
    Files
    No associated files provided.
    Lifecycle
    Title
    Type
    Similar Opportunities
    Structural Repair Manual (SRM) Phase II NRE
    Dept Of Defense
    The Department of Defense, specifically the Naval Air Systems Command (NAVAIR), intends to negotiate a Sole-Source Delivery Order for the procurement of structural repair methodology and damage limits for the CH-53K® Aircraft, with Sikorsky, A Lockheed Martin Company, as the sole provider. This procurement is critical as Sikorsky is the designer and sole producer of the CH-53K® aircraft, possessing the unique technical data and engineering support experience necessary to fulfill the U.S. Navy's requirements. The Government has determined that no other source can meet these needs due to the lack of adequate license rights to the required technical data package. Interested parties may express their interest and capability in writing to the designated contacts, Erin Conden and Kevin Ritter, via email, with no phone inquiries accepted.
    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.
    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.
    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.
    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.
    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.
    NIINs to N00383-21-G-YJ01
    Dept Of Defense
    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.
    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.
    FMS Repair NIIN: 013707977 QTY: 1
    Dept Of Defense
    The Department of Defense, through the NAVSUP Weapon Systems Support office, is seeking to procure a repair service for a rotary pump, specifically the National Stock Number (NSN) 7R 4320 013707977, on a sole source basis from Sikorsky. The procurement involves a total quantity of one unit and is classified under the NAICS code 336413, which pertains to Other Aircraft Parts and Auxiliary Equipment Manufacturing. This repair service is critical for maintaining operational readiness and support for military aircraft systems. Interested parties are encouraged to submit their capability statements or proposals by email to Contract Specialist Taylor O’Connor at taylor.m.oconnor2.civ@us.navy.mil, with the solicitation expected to be issued around December 15, 2025, and responses due by January 14, 2026.
    Procurement of Various Gearboxes
    Homeland Security, Department Of
    The Department of Homeland Security, specifically the U.S. Coast Guard's Aviation Logistics Center, is seeking proposals for the procurement of various gearboxes, including Main, Input Module, Intermediate, Tail Rotor, and Accessory Drive Gearboxes, under solicitation number 70Z03825RJ0000006. This procurement is critical for maintaining the operational readiness and safety of Coast Guard aviation assets, with an anticipated contract value of approximately $153 million if all options are exercised. The contract will be awarded on a sole-source basis to Sikorsky Aircraft Corporation, the only approved source, and will consist of a one-year base period with four one-year option periods. Interested vendors must submit their quotations by January 16, 2026, at 2:00 PM Eastern Time, and can direct inquiries to Amy Whitehurst at Amy.E.Whitehurst2@uscg.mil.