Prototype Integration Facility (PIF) Hardware 2027
ID: W58RGZ-24-R-0054-REV4Type: Presolicitation
Overview

Buyer

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

NAICS

Other Aircraft Parts and Auxiliary Equipment Manufacturing (336413)

PSC

AIRCRAFT, ROTARY WING (1520)

Set Aside

8a Competed (8A)
Timeline
    Description

    The Department of Defense, specifically the Army Contract Command – Redstone (ACC-RSA), is preparing to release a presolicitation notice for the Prototype Integration Facility (PIF) Hardware 2027 contract, aimed at providing integrated hardware and solutions in support of U.S. Army transformation initiatives. This contract will focus on the fabrication and delivery of hardware for aviation systems, missile systems, and Uncrewed Aerial Systems (UAS), alongside comprehensive program management and engineering services throughout the system life cycle. The anticipated contract will be a single-source, indefinite-delivery indefinite-quantity (IDIQ) award with a five-year base period and two optional two-year extensions, with a guaranteed minimum value of $100,000, and is exclusively set aside for eligible 8(a) small business concerns. Interested parties should direct inquiries to Charles D. Miller or Derrick Thompson via the provided email addresses, and must be prepared to demonstrate compliance with specific quality management and cybersecurity certifications prior to the award date.

    Point(s) of Contact
    Files
    Title
    Posted
    OMB Bulletin No. 23-01 revises and updates the delineations of Metropolitan, Micropolitan, and Combined Statistical Areas, collectively known as Core Based Statistical Areas (CBSAs). This bulletin supersedes OMB Bulletin No. 20-01 and takes immediate effect. The delineations are based on the 2020 Standards for Delineating CBSAs and utilize data from the 2020 Decennial Census and American Community Survey. The bulletin provides six lists detailing these statistical areas for the United States and Puerto Rico. It emphasizes that these delineations are for federal statistical activities only and are not intended for non-statistical uses such as program administration or service delivery, as outlined in the Metropolitan Areas Protection and Standardization Act of 2021 (MAPS Act). Agencies using these delineations for non-statistical purposes are responsible for ensuring their appropriateness and should seek public comment and legal counsel for such uses. Any modifications to the delineations for program-specific uses must be clearly identified.
    Lifecycle
    Title
    Type
    Similar Opportunities
    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.
    ACCAPG_Competitive_Opportunities_Division C
    Dept Of Defense
    The Department of Defense, specifically the Army Contracting Command at Aberdeen Proving Ground, is issuing a special notice regarding competitive acquisition opportunities for Fiscal Year 2026, with a focus on engineering services. This initiative aims to enhance communication between the Army, its mission partners, and industry stakeholders by providing quarterly updates on various projects, including those related to intelligence, electronic warfare, and command and control systems, with estimated contract values ranging from $6 million to $250 million. The information shared is for informational purposes only, and interested vendors are encouraged to submit questions via email to the primary contact, Ms. Yadira Colon, at yadira.i.colon.civ@army.mil, with a limit of ten questions per submission. All updates and information are subject to change, and no formal proposals should be submitted in response to this notice.
    Lever, Assembly, Pilot Seat
    Dept Of Defense
    The Department of Defense, through the Defense Logistics Agency (DLA Aviation), is seeking proposals for an Indefinite Quantity Contract for the Lever, Assembly, Pilot Seat, under solicitation number SPE4A7-26-R-0245. This procurement involves a total of five one-year base periods for the supply of 40 units of the specified item, which is classified as a Critical Application Item and a Life Support Item, necessitating Government First Article Testing and Export Control Certification. The contract is exclusively set aside for small businesses, and offers will only be considered from eligible vendors, with the final award decision based on price, past performance, and other evaluation factors. Interested parties can access the solicitation on DLA DIBBS starting December 9, 2025, and should direct inquiries to Juline Tenorio at JULINE.TENORIO@DLA.MIL or Adrienne Davis at Adrienne.Davis@dla.mil for further information.
    W58RGZ-26-Q-0001 Solicitation
    Dept Of Defense
    The Department of Defense, specifically the Department of the Army, is soliciting proposals for the W58RGZ-26-Q-0001 contract, which is set aside for small businesses under the SBA guidelines. This procurement focuses on acquiring airframe structural components, categorized under the NAICS code 336413, which pertains to the manufacturing of other aircraft parts and auxiliary equipment. The goods and services sought are critical for maintaining and enhancing the operational capabilities of military aircraft. Interested vendors can reach out to Aysia Young at ayisia.l.young.civ@army.mil or call 520-851-9942, or contact Edward A. Peterson at edward.a.peterson4.civ@army.mil or 256-313-8529 for further details. The solicitation document contains additional information necessary for proposal submission.
    FSG53 HARCD Modification 0002 for SPE4A2-26-R-0001
    Dept Of Defense
    The Department of Defense, through the Defense Logistics Agency (DLA Aviation), is soliciting proposals for the FSG53 HARCD Modification 0002 related to the Hardware Acquisition Recompete Customer Direct (HARCD) contract. This procurement aims to provide comprehensive logistics support and supply chain management for industrial hardware, including bolts and other fastening components, to U.S. Military and Foreign Military customers. The contract is structured as an Indefinite Delivery Indefinite Quantity (IDIQ) agreement with a potential duration of ten years, emphasizing compliance with the Buy American Act and Trade Agreements Act for various delivery order thresholds. Interested parties should direct inquiries to Christina Richardson at christina.richardson@dla.mil, with proposals due by the specified deadlines outlined in the solicitation documents.
    UH-60 GEARBOX, ASSEMBLY UPGRADE AND OVERHAUL
    Dept Of Defense
    The Department of Defense, specifically the U.S. Army Contracting Command-Redstone Arsenal, is seeking potential sources for the inspection, overhaul, and upgrade of the UH-60 Gearbox, Assembly. This procurement aims to ensure the availability of services, facilities, labor, and materials necessary to return the gearbox to a condition code A, as defined by Army regulations, highlighting its critical safety status. Interested contractors must submit a capabilities statement by December 29, 2025, to the primary contact, Jason Howell, at jason.l.howell4.civ@army.mil, with the possibility of a single award contract structured as a Firm Fixed Price, Five Year Indefinite Delivery Indefinite Quantity (IDIQ) contract. The applicable NAICS code for this opportunity is 336413, and the government encourages responses from small businesses, with a minimum quantity of 30 and a maximum of 180 units anticipated.
    ACC APG DIVISION A CCDC C5ISR OPPORTUNITIES SEPTEMBER 2025
    Dept Of Defense
    The Department of Defense, through the Army's ACC APG Division A, is announcing various upcoming contract opportunities related to research, development, engineering, and technical support within the C5ISR Center, with a focus on enhancing capabilities for networked soldiers. The procurement encompasses a range of initiatives, including Command and Control Software Development, Sensor Enabled Autonomous Navigation, and Cybersecurity solutions, with contract values potentially reaching up to $700 million and award dates extending into fiscal year 2026. These opportunities are critical for addressing the Army's modernization priorities, particularly in areas such as cyber defense, electronic warfare, and infrastructure management. Interested parties can reach out to primary contact Tammy M. Woodard at tammy.m.woodard2.civ@army.mil or secondary contact Roberta C. Baldwin at Roberta.C.Baldwin.civ@army.mil for further details.
    AIRCRAFT, STRATOLIFTER, C/KC-135; PANEL, STRUCTURAL, AIRCRAFT
    Dept Of Defense
    The Department of Defense, through the Defense Logistics Agency (DLA Aviation), is seeking proposals for the procurement of structural panels for the C/KC-135 Stratolifter aircraft. This opportunity is specifically for an Indefinite Quantity Contract with a total ordering period of five years, during which an estimated annual quantity of 10 units is required, with a delivery schedule of 365 days for production. The goods are critical for maintaining the operational capabilities of military aircraft, and the procurement is set aside exclusively for small businesses, emphasizing the government's commitment to supporting small enterprises. Interested vendors must submit their proposals by fax and are encouraged to access the solicitation documents via the DLA Internet Bid Board System, with the issue date anticipated around December 6, 2025. For further inquiries, potential offerors can contact Jenier Mitchell at jenier.mitchell@dla.mil or by phone at 804-659-6388.
    Parraid Software for Flight Test Support
    Dept Of Defense
    The Department of Defense, specifically the Army Contract Command - Redstone Arsenal, is seeking to procure Parraid Software for Flight Test Support through a sole source contract with Enterprise Technology Solutions. The procurement involves a Firm Fixed Price delivery order for one Omega-NExT Professional Network Server Software License Bundle and one Omega Data Environment Single User Standalone Software Bundle, which are critical for aviation technology development. The anticipated award date is February 3, 2023, with a performance period of twelve months. Interested parties must demonstrate their technical capabilities by submitting their responses to Deanna Van Cleaf at deanna.c.vancleaf.civ@army.mil and Bethany Rosser at bethany.r.rosser.civ.army.mil by the specified deadline.
    UH-60 Black Hawk Commercial Modification RFI
    Dept Of Defense
    The Department of Defense, specifically the Department of the Army, has issued a Request for Information (RFI) regarding the UH-60 Black Hawk Commercial Modification Program, aimed at assessing the industrial base's capabilities for modifying UH-60M aircraft. The initiative seeks to gather insights on potential commercial modifications to enhance the Army's sustainment and modernization efforts, ensuring the Black Hawk fleet remains operationally relevant beyond 2050. This program is critical for maintaining the Army's readiness and transformational capabilities, impacting 12-24 aircraft annually, including upgrades and overhauls of various components. Interested vendors must submit their responses by 1600 Central Time on March 26, 2026, and can direct inquiries to Levi Peavy or Gregory D. Minor via the provided contact information.