Sources Sought for repair of the Blackhawk UH-60 A/L Intercommunications System (ICS), C-11746 (NSN: 5895-01-454-3555)
ID: W15P7T24IntercommunicationsSystemICSType: Sources Sought
Overview

Buyer

DEPT OF DEFENSEDEPT OF THE ARMYW6QK ACC-APGABERDEEN PROVING GROU, MD, 21005-1846, USA

NAICS

Other Aircraft Parts and Auxiliary Equipment Manufacturing (336413)

PSC

MAINT/REPAIR/REBUILD OF EQUIPMENT- AIRCRAFT COMPONENTS AND ACCESSORIES (J016)
Timeline
    Description

    The Department of the Army seeks to repair the Blackhawk UH-60 A/L Intercommunications System (ICS), C-11746, through a 10-year IDIQ contract. The goal is to identify potential vendors for this work, as the previous source for repairs is no longer available. This market survey is not a commitment to award a contract but helps the Army assess the market and determine the acquisition strategy.

    The scope of work involves repairing/overhauling an estimated 51 ICS units. Vendors must demonstrate the ability to test, validate failures, and repair the units, ensuring they are physically and functionally interchangeable with new ones. The repaired systems must obtain airworthiness certification and perform satisfactorily in Army operations.

    Vendors interested in this opportunity should provide a brief summary of their company and its core competencies. They should also highlight their past performance in manufacturing or servicing similar items, along with details of their engineering staff's qualifications and experience. Additionally, the Army wants to know about the vendor's experience in managing obsolescence issues and their capability to meet US government contracting delivery requirements.

    All responses to this market survey are due by August 9, 2024 and should be emailed to the designated technical and contracting officer points of contact.

    The Army encourages businesses to respond, as this survey assists in determining the potential for a small business set-aside. Emails are to be sent to kelli.scott.civ@army.mil and prettina.j.duvall.civ@army.mil.

    Point(s) of Contact
    Files
    No associated files provided.
    Similar Opportunities
    Synopsis for the Overhaul of the UH-60 Control, Display Unit
    Active
    Dept Of Defense
    The Department of Defense, specifically the U.S. Army Aviation and Missile Command, is seeking contractors for the overhaul of the Control, Display Unit, under solicitation number W58RGZ-24-B-0045. The contractor will be responsible for providing all necessary services, facilities, labor, parts, materials, equipment, tools, and data to inspect and overhaul the specified unit, with an estimated quantity range of 5 minimum to 336 maximum, which includes a Foreign Military Sales quantity of 56. This procurement is critical for maintaining operational readiness of military assets, and the contract will be a Five-Year, Firm-Fixed-Price Indefinite Delivery Indefinite Quantity (IDIQ) agreement. Interested parties must submit their proposals within 15 days of the posting date, and inquiries can be directed to Contracting Officer Edward Peterson or Contract Specialist Cierra Wallace via their provided emails.
    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.
    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.
    Synopsis for the Repair of the UH-60 Data Acquisition Unit
    Active
    Dept Of Defense
    The Department of Defense, specifically the U.S. Army Aviation and Missile Command, is seeking contractors for the repair of the UH-60 Data Acquisition Unit under solicitation number W58RGZ-24-B-0047. The contractor will be responsible for providing all necessary services, facilities, labor, parts, materials, equipment, tools, and data to inspect and overhaul the Data Acquisition Unit, with an estimated quantity range of 5 to 54 units, including a Foreign Military Sales quantity of 9. This procurement is critical for maintaining operational capabilities and ensuring the reliability of the UH-60 aircraft systems. Interested parties must submit their capability statements or proposals by the closing response date, which is 15 days after the posting date of August 28, 2024. For further inquiries, contact the Contracting Officer, Edward Peterson, at edward.a.peterson4.civ@mail.mil or the Contract Specialist, Colby Stewart, at colby.a.stewart2.civ@army.mil.
    Repair of ICS Control Audio Panel, Interface Control Unit, and Low Profile Control Audio Panel
    Active
    Homeland Security, Department Of
    The Department of Homeland Security, through the U.S. Coast Guard, is seeking to procure repair services for critical communication components of the MH-60T and MH-65 aircraft, specifically the ICS Control Audio Panel, Interface Control Unit, and Low Profile Control Audio Panel. The procurement is intended to ensure operational safety and system integrity, with repairs to be conducted in compliance with Original Equipment Manufacturer (OEM) standards, as Telephonics Corporation is the sole source for these components. The contract will span a base year with two optional one-year extensions, totaling approximately $3.9 million, and is crucial for maintaining the operational readiness of USCG aircraft. Interested vendors must submit their quotations by October 21, 2024, at 2:00 PM Eastern Daylight Time, with inquiries directed to Steven Levie at steven.a.levie@uscg.mil.
    HH-60W Ux Validator II Test Set Repair
    Active
    Dept Of Defense
    The Department of Defense, specifically the Air Force Life Cycle Management Center, is seeking proposals for the repair and refurbishment of the Ux Validator II Test Set and associated equipment to support the HH-60W helicopter. The procurement aims to ensure the operational readiness and availability of critical test sets used for aircraft maintenance, which are essential for verifying the functionality of various aircraft systems and components. This long-term contract is structured as a ten-year agreement, including a base year and nine optional years, with an estimated quantity of 24 units per year and a required delivery timeframe of 12 months after receipt of funded orders. Proposals are due by 5:00 PM EDT on October 3, 2025, and interested parties should contact Dominique Doyle at Dominique.doyle@us.af.mil or Hillary Souther at Hillary.souther@us.af.mil for further information.
    Interface Unit
    Active
    Homeland Security, Department Of
    The Department of Homeland Security, specifically the United States Coast Guard (USCG), is seeking to procure specialized replacement items for the MH-60T helicopter through a sole-source acquisition from Sikorsky Aircraft Corporation, the Original Equipment Manufacturer (OEM). The procurement involves a communication interface unit, identified by National Stock Number 5895-01-408-0406 and Part Number 70450-81125-041, with a required quantity of seven units to be delivered by October 1, 2024. This acquisition is critical for maintaining operational readiness and reliability of USCG aviation operations, as no alternative sources were identified that could meet the specific requirements due to the proprietary nature of the components. Interested parties may submit quotations to the primary contact, Ashley Winslow, at Ashley.R.Winslow@uscg.mil, by the deadline of September 13, 2024, at 2:00 PM EDT.
    Overhaul for AH-64 Apache: SWASHPLATE CONTROL
    Active
    Dept Of Defense
    The Department of Defense, specifically the Army Contracting Command, is soliciting proposals for the overhaul of swashplate controls for the AH-64 Apache helicopter, under solicitation number W58RGZ-24-R-0052. This procurement involves a five-year Firm Fixed Price (FFP) Indefinite Delivery Indefinite Quantity (IDIQ) contract, with a minimum order of 50 units and a maximum of 300 units, which includes provisions for Foreign Military Sales (FMS). The swashplate control is classified as a Critical Safety Item (CSI), underscoring the importance of compliance with stringent safety and performance standards throughout the overhaul process. Proposals are due by September 30, 2024, and interested parties can contact Tamesha Jordan at tamesha.d.jordan.civ@army.mil or Jessica Mangum at jessica.t.mangum.civ@army.mil for further information.
    SPE4A724R0310 MULTIPLE NSNS / MULTIPLE WEAPON SYSTEMS
    Active
    Dept Of Defense
    The Department of Defense, Defense Logistics Agency (DLA) Aviation is seeking proposals for a multiple NSNS Indefinite Quantity Contract (IQC) for aircraft maintenance and repair specialized equipment. This procurement involves 43 different National Stock Numbers (NSNs), each evaluated individually. The focus is on obtaining specific aircraft and engine components, along with associated gauges and assemblies, based on the provided part numbers. The scope of work involves the supply of these precise components, with strict adherence to technical specifications and quality standards. Offerors must demonstrate their ability to meet the required delivery timelines and fulfill the specified quantities. This opportunity is open to all eligible contractors, with no restrictions. However, the export-controlled items included in the procurement require contractors to be certified by the DOD to access unclassified data. This certification is obtained through the submission of a DD Form 2345. Funding for this IQC is estimated at $5 million over a five-year base period, with the possibility of extensions. The contract will be awarded based on the evaluation of factors such as delivery timeframes, technical compliance, and cost effectiveness. Interested parties should download the solicitation from the DLA Internet Bid Board System (DIBBS) on or about August 16, 2024. The submission deadline will be outlined in the solicitation document, which will include detailed instructions on the format and any additional requirements. For further clarification or questions, contractors should contact Gladys Brown at gladys.brown@dla.mil or via phone at 8042791561. Please note that the solicitation will be issued as an unrestricted procurement, and the export of some items may be controlled under the International Traffic in Arms Regulations (ITAR).
    ILTE Product Support for AH-64 FOTE II
    Active
    Dept Of Defense
    Sources Sought DEPT OF DEFENSE DEPT OF THE ARMY is seeking ILTE Product Support for AH-64 FOTE II. This procurement is for the Integrated Live Virtual Constructive Test Environment (ILTE) for AH-64E Follow-On Operational Test II. ILTE is used to support the testing of the AH-64E Apache helicopter and provides Real Time Casualty Assessment (RTCA) information and Time Space Position Information (TSPI) during test events. The testing will take place at three locations in Texas: Ft. Hood, Dyess Air Force Base, and Naval Air Station Corpus Christi. The ILTE system includes data collection onboard the AH-64E during flight tests and wireless communication with ground stations. The ground stations then communicate wirelessly with ground platforms outfitted with network radios and Aviation-specific Tactical Engagement Simulation System (AVNTESS) instrumentation. AVNTESS is an advanced weapons training system used for live training and testing. The government is seeking capable contractors to deploy and operate the instrumentation for these AH-64E operational tests. The contractors must provide evidence of airworthy certifications for flight instrumentation, J/F-12 licenses for radios, DIACAP or RMF certifications for systems and components, and reports showing prior success with these systems and components. The NAICS code assigned to this procurement is 334220, Radio and Television Broadcasting and Wireless Communications Equipment Manufacturing. The government anticipates awarding a Firm Fixed-Price contract for this effort with a period of performance estimated to be 12 months. Interested parties must provide company information, including size and small business status, points of contact, and readiness to comply with Limitations of Subcontracting requirements. A white paper response confirming capabilities, certifications, accreditations, and reports must also be provided. Responses are due by November 4, 2016. This notice is for market research purposes and does not constitute a solicitation.