CH-53K DI Medium A-Kits
ID: N00019-25-RFPREQ-APM261-0232Type: Presolicitation
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 Order for the procurement of DI Medium A-Kits for the CH-53K® rotary wing aircraft, specifically with Sikorsky, a Lockheed Martin Company. This procurement will consist of an initial order for 20 kits, with options for additional lots of 22, 21, 24, and 24 kits in subsequent orders. The DI Medium A-Kits are critical for enhancing the operational capabilities of the CH-53K® aircraft, which plays a vital role in military operations. Interested parties seeking subcontracting opportunities should reach out to Jason Lockwood, Sikorsky Subcontracting Manager, at 203-225-3657, as the government plans to solicit and negotiate with only one source under the authority of 10 U.S.C.2304(c)(1) and FAR 6.302-1.

    Point(s) of Contact
    Files
    No associated files provided.
    Lifecycle
    Title
    Type
    CH-53K DI Medium A-Kits
    Currently viewing
    Presolicitation
    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.
    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.
    V-22 Rescue Hoist Mission Kits MV Buy
    Dept Of Defense
    The Department of Defense, through the Naval Air Systems Command (NAVAIR), intends to negotiate a sole-source contract modification for the procurement of 23 V-22 Rescue Hoist Mission Kits from the Bell Boeing Joint Program Office. This procurement involves both recurring and nonrecurring work necessary for the production and delivery of these kits, which are critical components for the V-22 Tiltrotor aircraft. The Bell Boeing Joint Program Office is uniquely qualified to fulfill this requirement due to its exclusive design, development, and production capabilities, as well as its possession of the necessary engineering and technical data. Interested parties may submit capability statements within 15 days of this notice, and for subcontracting opportunities, inquiries can be directed to Michael Lee at Michael.F.Lee2@boeing.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.
    17--KIT,OVERHAUL
    Dept Of Defense
    The Department of Defense, through the Defense Logistics Agency (DLA Land and Maritime), is seeking quotes for the procurement of overhaul kits, specifically NSN 1710015356530, with a total of six line items to be delivered to DLA Distribution San Diego. The procurement includes various quantities of overhaul kits, with delivery timelines ranging from 30 to 600 days after order (ADO). These kits are critical for maintaining aerospace craft launching, landing, ground handling, and servicing equipment, ensuring operational readiness and safety. Interested vendors are encouraged to submit their quotes electronically, and any inquiries should be directed to the buyer via email at DibbsBSM@dla.mil, with the solicitation details available on the DLA's DIBBS website.
    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.
    PARTS KIT,HYDRAULIC
    Dept Of Defense
    The Department of Defense, specifically the Department of the Navy through NAVSUP Weapon Systems Support, is soliciting quotes for a hydraulic parts kit, identified by NIIN 005941730 and part number 55A6309. The procurement requires a quantity of 12 units of the hydraulic parts kit, which is essential for aircraft ground servicing equipment, ensuring operational readiness and maintenance capabilities. Interested vendors must submit their quotes via email to Dana N. Knittel at dana.n.knittel.civ@us.navy.mil by the specified due date indicated in the solicitation. For further inquiries, potential bidders can contact Dana N. Knittel directly at 215-697-5047.
    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.
    15--STEP ASASY
    Dept Of Defense
    The Department of Defense, through the NAVSUP Weapon Systems Support office, is seeking to procure four units of the "STEP ASASY" airframe structural component from Sikorsky on a sole source basis. This procurement is critical as it involves the acquisition of a specific part identified by NSN 1R-1560-014667305-VH and part number 70207-26001-046, which is essential for military operations, and no alternative sources are approved to manufacture this item. Interested parties are invited to submit capability statements or proposals within 45 days of this notice, although the government anticipates a single acceptable offer from Sikorsky, and the procurement will not be delayed for source approval requests. For further inquiries, interested organizations can contact Kate N. Schalck at (215) 697-1020 or via email at kate.n.schalck.civ@us.navy.mil.