Alabama Bids > Bid Detail

UH-60 COMPUTER FLIGHT CONTROL FOR MAINTENANCE AND OVERHAUL

Agency:
Level of Government: Federal
Category:
  • 66 - Instruments and Laboratory Equipment
Opps ID: NBD00159089377955980
Posted Date: Nov 29, 2023
Due Date: Dec 14, 2023
Source: https://sam.gov/opp/09b95cf351...
Follow
UH-60 COMPUTER FLIGHT CONTROL FOR MAINTENANCE AND OVERHAUL
Active
Contract Opportunity
Notice ID
W58RGZ-24-R-0049
Related Notice
Department/Ind. Agency
DEPT OF DEFENSE
Sub-tier
DEPT OF THE ARMY
Major Command
AMC
Sub Command
ACC
Sub Command 2
ACC-CTRS
Sub Command 3
ACC RSA
Office
W6QK ACC-RSA
Looking for contract opportunity help?

APEX Accelerators are an official government contracting resource for small businesses. Find your local APEX Accelerator (opens in new window) for free government expertise related to contract opportunities.

APEX Accelerators are funded in part through a cooperative agreement with the Department of Defense.

The APEX Accelerators program was formerly known as the Procurement Technical Assistance Program (opens in new window) (PTAP).

General Information
  • Contract Opportunity Type: Sources Sought (Original)
  • All Dates/Times are: (UTC-06:00) CENTRAL STANDARD TIME, CHICAGO, USA
  • Original Published Date: Nov 29, 2023 03:04 pm CST
  • Original Response Date: Dec 14, 2023 05:00 pm CST
  • Inactive Policy: 15 days after response date
  • Original Inactive Date: Dec 29, 2023
  • Initiative:
    • None
Classification
  • Original Set Aside:
  • Product Service Code: 6615 - AUTOMATIC PILOT MECHANISMS AND AIRBORNE GYRO COMPONENTS
  • NAICS Code:
    • 334511 - Search, Detection, Navigation, Guidance, Aeronautical, and Nautical System and Instrument Manufacturing
  • Place of Performance:
    Redstone Arsenal , AL 35898
    USA
Description

INTRODUCTION

The U.S. Army Contracting Command-Redstone Arsenal W58RGZ-24-R-0049 ATTN: CCAM-ALB, Building 5303, Martin Road Redstone Arsenal, AL 35898-5280 (US) is issuing this Sources Sought synopsis as a means of conducting market research to identify potential sources having an interest and industry technologies available to support/provide inspection and overhaul of Nomenclature: Computer Flight Control Input/Output NSN: 6615-01-599-7108, Input/Output P/N 1200100-3-004.

The result of this market research will contribute to determining the method of procurement if a requirement materializes. Based on the responses to this Sources Sought notice/market research, this requirement may be set-aside for small businesses (in full or in part) or procured through full and open competition. Multiple awards may be made. All small business set-aside categories will be considered. Telephone inquiries will not be accepted or acknowledged, and no feedback or evaluations will be provided to companies regarding submissions.



DISCLAIMER

THIS SOURCES SOUGHT IS FOR INFORMATIONAL PURPOSES ONLY. THIS IS NOT A REQUEST FOR PROPOSAL (RFP) TO BE SUBMITTED. IT DOES NOT CONSTITUTE A SOLICITATION AND SHALL NOT BE CONSTRUED AS A COMMITMENT BY THE GOVERNMENT. RESPONSES IN ANY FORM ARE NOT OFFERS AND THE GOVERNMENT IS UNDER NO OBLIGATION TO AWARD A CONTRACT AS A RESULT OF THIS ANNOUNCEMENT. NO FUNDS ARE AVAILABLE TO PAY FOR PREPARATION OF RESPONSES TO THIS ANNOUNCEMENT. ANY INFORMATION SUBMITTED BY RESPONDENTS TO THIS TECHNICAL DESCRIPTION IS STRICTLY VOLUNTARY.



REQUIRED CAPABILITIES

The Government requires that contractors be able to provide all services, facilities, labor, parts, materials, equipment, tools, and data necessary to accomplish the inspection and overhaul for the Nomenclature: Computer Flight Control, Input/Output NSN 6615-01-599-7108, Intput/Output NSN Part Number 1200100-3-004 and to return the items to condition code A as defined by Army Regulation 725-50. Upon completion of the overhaul, the items shall be packaged and shipped to the required destination(s). The Nomenclature: Computer Flight Control, Input/Output NSN 6615-01-599-7108, Input/Output P/N 1200100-3-004 is a non- Critical Safety Item. A DMWR is not available.



SPECIAL REQUIREMENTS

The Government requires that contractors have a plan to meet all the Government’s special tooling and test equipment requirements with either:

1. Physical possession of the required tools, 2. Confirmed requisitions for the required tools, 3. Confirmed arrangements for subcontracting the processes requiring the special tools, or 4. Specific plans describing their technical approach to develop equivalent tools.



ELIGIBILITY

The applicable NAICS code for this requirement is 334511 with a Small Business Size Standard of 1350. The Product Service Code (PSC) is 6615. The Government does not own the proprietary data necessary to compete this requirement. If any contractor has access to this proprietary data, please provide a capabilities statement to the CS or KO detailing the authorization from either Sikorsky Aircraft Corporation or Hamilton Sundstrand Corporation (Hamilton) to utilize the proprietary data necessary to manufacture this requirement. All offerors must have the ability to procure the requisite proprietary data from aforementioned sources in order to be eligible for award.



SUBMISSION DETAILS

Interested businesses should submit a brief capabilities statement package (no more than ten 8.5 X 11- i n c h pages, font no smaller than 10 point) demonstrating ability to provide the products/systems listed in this Technical Description.



Documentation should be in bullet format. No phone or email solicitations with regards to the status of the RFP will be accepted prior to its release.



Your response to this Sources Sought, including any capabilities statement, shall be electronically submitted to the Contract Specialist, Brenda Nelson in either Microsoft Word or Portable Document Format (PDF), via email Brenda.nelson.civ@army.mil no later than 5:00 p.m. Central Time on 07 December 2023 and reference this synopsis number in the subject line of the e-mail and on all enclosed documents. Information and materials submitted in response to this request WILL NOT be returned. DO NOT SUBMIT CLASSIFIED MATERIAL.



If your organization has the potential capacity to provide the required products/systems, please provide the following information: 1) Organization name, address, primary points of contact (POCs) and their email address, Web site address, telephone number, and type of ownership for the organization; and 2) Tailored capability statements addressing the requirements of this notice, with appropriate documentation supporting claims of organizational and staff capability. If significant subcontracting or teaming is anticipated in order to deliver technical capability, organizations should address the administrative and management structure of such arrangements.



All data received in response to this Sources Sought that is marked or designated as corporate or proprietary will be fully protected from any release outside the Government.


Attachments/Links
Contact Information
Contracting Office Address
  • AMCOM CONTRACTING CENTER AIR SPARKMAN CIR BLDG 5303
  • REDSTONE ARSENAL , AL 35898-0000
  • USA
Primary Point of Contact
Secondary Point of Contact
History
  • Nov 29, 2023 03:04 pm CSTSources Sought (Original)

TRY FOR FREE

Not a USAOPPS Member Yet?

Get unlimited access to thousands of active local, state and federal government bids and awards in All 50 States.

Start Free Trial Today >