HELLFIRE & JAGM MISSILE SPARES ‐ REPRICE - SYNOPSIS
ID: SPRRA224R0071Type: Presolicitation
Overview

Buyer

DEPT OF DEFENSEDEFENSE LOGISTICS AGENCYDLA AVIATION AT HUNTSVILLE, ALREDSTONE ARSENAL, AL, 35898-7340, USA

NAICS

Bare Printed Circuit Board Manufacturing (334412)

PSC

ELECTRICAL AND ELECTRONIC ASSEMBLIES, BOARDS, CARDS, AND ASSOCIATED HARDWARE (5998)
Timeline
    Description

    Sources Sought DEPT OF DEFENSE is seeking qualified sources for the acquisition of spare missile parts for the Hellfire (HF) and Joint-Air-to-Ground Missile (JAGM) weapon systems. This effort is in support of the US Army Aviation and Missile Life Cycle Management Command (AMCOM) and will have a period of performance of up to five years. The government is interested in all businesses, including small businesses and small disadvantaged business concerns. All offerors must meet prequalification requirements to be eligible for award. The contractor will be responsible for all aspects of the manufacturing/production process, including supply chain management, logistics, and final delivery of assets. The government anticipates the offeror's proposal will include quantities/ranges that may vary from those being solicited. The government retains the right to award the most advantageous quantities and/or ranges. This is a sources sought notice and does not constitute a solicitation or a promise to issue a solicitation in the future.

    Point(s) of Contact
    Lifecycle
    Similar Opportunities
    UPCOMING CONTRACT OPPORTUNITIES - A-10 SPARES HILL AFB
    Active
    Dept Of Defense
    Sources Sought DEPT OF DEFENSE is seeking qualified manufacturers for upcoming contracting opportunities for A-10 spares at Hill AFB. The requirement includes A-10 POD ASSY MLG Fairing LH&RH and A-10 Trailing Edge Parts. Manufacturers must be pre-qualified to bid on the requirement. The service/item being procured is used for manufacturing military aircraft parts. Interested manufacturers should submit a Source Approval Request (SAR) along with the required information to the Contracting Officer. The opportunity will be open until 30MAY2026. Access to the Technical Data Package (TDP) can be requested from the Contracting Officer.
    : MULTIPLE LAUNCH ROCKET SYSTEM CONTROL SECTION,GUI SPARES (NSN 1420-01-540-8608) – SOLE SOURCE LOCKHEED MARTIN
    Active
    Dept Of Defense
    Presolicitation DEPT OF DEFENSE is seeking to procure MULTIPLE LAUNCH ROCKET SYSTEM CONTROL SECTION, GUI SPARES (NSN 1420-01-540-8608) from LOCKHEED MARTIN. This item is typically used for the Patriot weapon system in support of the US Army Aviation and Missile Life Cycle Management Command (AMCOM). The procurement is for a three-year period of performance. The item is restricted to LOCKHEED MARTIN COMPANY. Interested firms must meet prequalification requirements to be eligible for award. The closing date for the solicitation is estimated and may be adjusted. The SAM.GOV website will be used for issuing the solicitation and related information.
    FD2030-24-00053
    Active
    Dept Of Defense
    Sources Sought DEPT OF DEFENSE DEFENSE LOGISTICS AGENCY is conducting market research to identify potential manufacturing sources for Shield Heat Aircraft (NSN: 2840-01-381-1617JU P/N: 1360M94G09). This effort aims to determine if the procurement can be competitive or a Small Business Set-Aside. The government does not intend to award a contract based on this research. The 421st Supply Chain Management Squadron located at Tinker Air Force Base is requesting information to identify potential sources for the manufacture of the NSN(s) listed. The government is interested in all businesses, including Large Business, Small Business, Small Disadvantaged Businesses 8(a)s, Service-Disabled Veteran-Owned Small Businesses, Hubzone Businesses, and Women-Owned Small Businesses. Interested parties should respond to this notice, providing documentation of their company's capability to meet the requirements. The contractor must be capable of furnishing all required labor, material, facilities, and equipment for the manufacture, test, preservation, packaging, and delivery of a completely serviceable unit. Supply chain management, logistics, forecasting, and delivery of serviceable assets are also required. Interested parties should submit their information to 421SCMS.Requirements@us.af.mil. This notice is for informational and planning purposes only, and no funds are available for the information requested.
    Sources Sought (SS)/Request for Information (RFI) for Integrated Air and Missile Defense (IAMD) Battle Command System (IBCS) Hardware Full Rate Production (FRP)
    Active
    Dept Of Defense
    The Department of Defense, specifically the Army Contracting Command, is issuing a Sources Sought/Request for Information (SS/RFI) for the Integrated Air and Missile Defense (IAMD) Battle Command System (IBCS) Hardware Full Rate Production (FRP). The objective is to identify potential sources capable of supporting the production of IBCS hardware, which is critical for the Integrated Fires and Mission Command Project Office, emphasizing a collaborative System of Systems approach rather than traditional single-system development. Interested parties are invited to submit white papers detailing their manufacturing capabilities and past experience related to IBCS components, with responses due by 1700 CST on 13 September 2024. For further inquiries, interested vendors can contact Belen "Jenn" Hyman at belen.m.hyman.civ@army.mil or Timothy J. Carlile at timothy.j.carlile.civ@mail.mil.
    Solicitation for the Overhaul of the Actuator, Electromechanical for the UH-60
    Active
    Dept Of Defense
    Sources Sought for the Overhaul of the Actuator, Electromec in support of the UH-60 Blackhawk. The Department of Defense, specifically the Department of the Army, is seeking sources for the overhaul of the Actuator, Electromec for the UH-60 Blackhawk helicopter. The Actuator, Electromec is a Critical Safety Item (CSI) and can only be worked on by approved sources, which are Kearfot Corporation (CAGE Code 05088) and Sikorsky Aircraft Corporation (CAGE Code 78286). Interested parties who have the capability to perform the overhaul should respond to this notice and provide their business size and socio-economic status. The estimated quantity range is a minimum of 60 each and a maximum of 360 each, including a Foreign Military Sales (FMS) quantity of 60. The response date is 21 November 2023. This announcement is for information and planning purposes only and does not constitute a Request for Proposal (RFP). Interested parties must be approved sources to work on this item. Submissions should be sent via email to Jason Howell, Contract Specialist, at jason.l.howell4.civ@army.mil.
    NSN2840-01-257-1305_NozzleAssemblyTur_F100_PN4071374_FD2030-25-00226
    Active
    Dept Of Defense
    The Department of Defense, through the Defense Logistics Agency, is seeking sources for the procurement of a nozzle assembly for the F100 engine, as outlined in a Sources Sought Notice. This initiative aims to identify potential suppliers, including small and disadvantaged businesses, to assess the feasibility of competitive bidding or contract set-asides for small businesses. The procurement involves new manufacturing, which encompasses labor, materials, inspection, and logistics services, reflecting the government's commitment to enhancing its supply chain and supporting local businesses. Interested parties must submit their qualifications and complete a Source Approval Request (SAR) by September 28, 2024, and can reach out to the primary contact at 421SCMS.Requirements.workflow@us.af.mil for further information.
    F100-PW-220 FLAMEHOLDER OVERHAUL, NSN: 2840-01-326-4066
    Active
    Dept Of Defense
    The Department of Defense, specifically the Air Force, is seeking potential sources for the repair and overhaul of the F100-PW-220 flameholder, identified by NSN 2840-01-326-4066. The procurement involves providing labor, materials, and logistics for the repair of 100 units annually over a five-year period, with the expectation that these units will be returned in "like new" condition. This initiative is part of a market research effort to determine if the requirement can be met competitively or if a Small Business Set-Aside is appropriate, emphasizing the importance of these components in aircraft engine performance. Interested companies must submit a Source Approval Request (SAR) for qualification and can contact John Freeman at John.Freeman.16@us.af.mil for further information. Please note that no funds are currently allocated for this research, and participation does not guarantee future contracts.
    PITCH HORN ASSEMBLY / 40A, UH-60A, UH-60L, HH/UH-60M, UH-60V BLACK HAWK HELICOPTER
    Active
    Dept Of Defense
    The Department of Defense, through the Defense Logistics Agency (DLA Aviation), is seeking contractors for the procurement of Pitch Horn Assemblies for various models of the Black Hawk helicopter, specifically the UH-60A, UH-60L, HH/UH-60M, and UH-60V. This procurement involves an indefinite quantity contract (IQC) for a base period of five years, with an estimated annual quantity of 76 units, requiring first article testing and government production lot testing prior to delivery. The Pitch Horn Assembly is critical for the operational capabilities of the Black Hawk helicopters, and contractors must be certified by the Department of Defense to access the necessary technical data. Interested parties can find the solicitation on the DLA Internet Bid Board System (DIBBS) around September 13, 2024, and should direct any inquiries to Gladys Brown at gladys.brown@dla.mil or by phone at 804-279-1561.
    Igniter S & A
    Active
    Dept Of Defense
    The Department of Defense, specifically the Department of the Air Force, is seeking information from qualified sources regarding the procurement of Igniter Safe & Arm Devices (S&A) for the Minuteman III Intercontinental Ballistic Missile (ICBM) program. The Air Force aims to evaluate the need for replenishment spares of the Igniter S&A, which is a critical component that prevents inadvertent ignition of the missile's motor. This sources sought synopsis is intended for market research purposes to identify potential suppliers and assess their capabilities, with a focus on small businesses, including Service-Disabled Veteran-Owned, HUBZone, and Women-Owned entities. Interested parties should submit a white paper capability statement to Robert Nielson at robert.nielson@us.af.mil, with responses due by the specified deadline. The Air Force emphasizes that this notice does not guarantee a solicitation will be issued, and no costs will be reimbursed for responses.
    Governor, Constant S
    Active
    Dept Of Defense
    The Department of Defense, through the Defense Logistics Agency at DLA Aviation in Oklahoma City, is conducting a Sources Sought Synopsis to identify potential vendors for the manufacture of a "Governor, Constant S," which is utilized in F15 and F16 aircraft. The objective of this procurement is to enhance competition and assess interest from small businesses, particularly those that are small, disadvantaged, or minority-owned, for potential Small Business Set-Aside opportunities. This component is critical for the operational functionality of military aircraft, and interested vendors must provide licensing agreements with the original equipment manufacturer, Hamilton Sundstrand Corp., as technical data is not available for distribution. Interested parties should register as "Interested Vendors" and direct inquiries to 422.SCMS.AFMC.RFI@us.af.mil, with the estimated solicitation release date set for September 2024 and responses expected by October 2024.