The Defense Logistics Agency (DLA) is conducting market research through a Sources Sought Synopsis (SSS) to identify potential manufacturing and supply sources for a SUPPORT ASSEMBLY,BE (NSN: 1560-01-221-2619, Part Number: 70400-08162-042) for the UH-60 BLACKHAWK weapon system. This acquisition is currently limited to approved sources due to engineering source approval requirements, proprietary data rights, and manufacturing knowledge essential for quality, falling under Federal Acquisition Regulation (FAR) 6.302-1(a)(1). The DLA encourages all businesses, including small and disadvantaged concerns, to identify themselves if capable of producing this item. Contractors interested in future solicitations should seek source approval via AvMC's public website. This SSS is for informational purposes only and does not constitute a solicitation or commitment to award a contract. The acquisition involves export-controlled technical data, requiring active United States/Canada Joint Certification Program (JCP) certification for access.
The Defense Logistics Agency (DLA) is seeking a five-year Indefinite Delivery Requirements (IDR) contract for SUPPORT ASSEMBLY,BE (NSN: 1560012212619, Part Number: 70400-08162-042) for UH-60 BLACKHAWK helicopters. The acquisition has a minimum quantity of 150 units, with production lead times of 945 DACA with First Article Testing or 630 DACA without, for deliveries to New Cumberland, PA. This item is restricted to specific approved sources (TRANSAERO, INC., SIKORSKY AIRCRAFT CORPORATION, and AIR INDUSTRIES MACHINING, CORP.) due to proprietary engineering, manufacturing knowledge, and data rights essential for quality. All offerors must meet prequalification requirements and firms capable of producing the item are encouraged to seek source approval. The acquisition involves export-controlled technical data under the Arms Export Control Act and Export Administration Act, requiring active United States/Canada Joint Certification Program (JCP) certification for all involved parties to access this data.
Amendment 0001 to Solicitation SPRRA1-25-R-0066 extends the closing date for offers from November 7, 2025, to December 8, 2025, at 12:00 PM. This solicitation is a five-year indefinite delivery requirements firm fixed price contract for Support Assembly, BE, P/N: 70400-08162-042, NSN: 1560-01-221-2619, in support of the UH-60 (BE) Blackhawk. The requirement is limited to Sikorsky Aircraft Corporation, Transaero, Inc., and Air Industries Machining, Corp. due to a limited number of responsible sources, as per 10 U.S.C. 2304 (c)(1) FAR 6.302-1 (a)(2). The government intends to issue a delivery order for 150 units with the base award, but is not obligated to issue any orders. Key requirements include Critical Safety Item (CSI) and Production Lot Testing (PLT), First Article Test (FAT), Serial Number Requirement Reporting (SNRR), Aviation Maintenance Management System-Aviation (TAMMS-A) markings, contractor-furnished reusable containers with prices incorporated into the unit price, and IUID markings. The solicitation also involves Arms Export Control, requiring active US/Canada Joint Certification Program (JCP) certification for access to technical data packages, which will be provided via DoD SAFE. Proposers must submit a subcontracting plan and are encouraged to offer accelerated delivery. All other terms and conditions remain unchanged. Electronic submission of proposals and FAT reports is required.
This document is a solicitation for a five-year Indefinite Delivery Requirements Firm Fixed Price contract for Support Assembly,BE (NSN: 1560-01-221-2619, P/N: 70400-08162-042) for the UH-60 (BE) Blackhawk. The solicitation is limited to Sikorsky Aircraft Corporation, Transaero, Inc., and Air Industries Machining, Corp. Key requirements include First Article Testing (FAT), Production Lot Testing (PLT) with destructive testing, Serial Number Requirement Reporting (SNRR), TAMMS-A markings, IUID markings, and contractor-furnished reusable containers with costs incorporated into the unit price. The item is classified as a Flight Safety/Critical Safety Item (CSI), requiring a manufacturing plan submission post-award and potential annual audits. The contract has a DO DPAS rating, and offers must include proposed delivery schedules. Technical data packages are export-controlled and provided via DoD SAFE, requiring current JCP certification for access. Proposals must be emailed and include a subcontracting plan if applicable.