SOURCES SOUGHT
66 -- Doppler Navigation Set (DNS) parts and repair
- Notice Date
- 1/16/2026 8:33:02 AM
- Notice Type
- Sources Sought
- NAICS
- 334511
— Search, Detection, Navigation, Guidance, Aeronautical, and Nautical System and Instrument Manufacturing
- Contracting Office
- W6QK ACC-APG ABERDEEN PROVING GROU MD 21005-1846 USA
- ZIP Code
- 21005-1846
- Solicitation Number
- DNSW15P7T01162026
- Response Due
- 2/6/2026 1:00:00 PM
- Archive Date
- 02/21/2026
- Point of Contact
- Melinda Rivera, Robert Liang, Phone: 4433956392
- E-Mail Address
-
melinda.i.rivera.civ@army.mil, robert.liang2.civ@mail.mil
(melinda.i.rivera.civ@army.mil, robert.liang2.civ@mail.mil)
- Description
- Title: Market Survey for the Repair of AN/ASN-157 Doppler Navigation Set (DNS), NSN 6605-01-323-9061, P/N: P510A003-02 FSC/PSC: 6605 NAICS CODE: 334511 IS THIS A RECOVERY AND REINVESTMENT ACT ACTION? ?Yes ?No RESPONSE DATE: 2/6/2026 DOES THE GOVERNMENT POSSESS THE TDP? ?Yes ?No PRIMARY POINT OF CONTACT: Melinda Rivera Melinda.i.rivera.civ@army.mil SECONDARY POINT OF CONTACT: Robert Liang Robert.liang2.civ@army.mil SYSTEM SUPPORTED: AH-64D/E Longbow Apache Helicopter WEAPON SYSTEM MANAGEMENT DIRECTORATE: DESCRIPTION The Army Contracting Command (ACC)-Aberdeen, on behalf of the Army Integrated Logistics Support Center (ILSC) � Weapon Systems Management (WSM) Directorate, Combat Aviation Division (CAD) intends to acquire Services to support the AN/ASN-157 Doppler Navigation Set (DNS). Requirements Description: The DNS is a critical sensor used to provide highly accurate, three-dimensional velocity and navigation data on the AH-64D/E Longbow Apache helicopters. The DNS is integrated into the Apache Global Positioning System (GPS) and Inertial Navigation System (INS) to provide independent, jam-resistant navigation and enables these systems to operate effectively and dependably, day or night, and during adverse weather conditions and when GPS is not available. It provides accurate 3-D velocity data for fire-control, INS aiding, weapons delivery, and hovering operations. The use of helicopters without a fully functional DNS would present safety risks to the pilot, the supported Warfighter, and would prevent completion of missions. Repair support is a critical and essential element for supporting the helicopter fleet and to ensure these items are maintained in an operational condition. The acquisition of hardware spares is also crucial in the sustainment of fleet operation. The Government does not possess the technical data package (TDP) for the parts. The TDP is not available for release. Procurement History: W56JSR-22-D-0010, BAE Systems, POP Sep 2022 � Sep 2027. The following additional NAICS apply: N/A Items and/or Services to Be Procured: NSN: 6605-01-323-9061 NOMENCLATURE: AN/ASN-157 Doppler Navigation Set (DNS) PART NUMBER: P510A003-02 CAGE: 0D0D0 Repair of the AN/ASN-157 Doppler Navigation Set (DNS) Requested Response Information: We request that sources who can repair the listed parts or services, to submit information to show [their capability to repair the equivalent AN/ASN-157 Doppler Navigation Set (DNS)]. At a minimum the support information you submit should include, but is not limited to, the following types of documentation: Questionnaire (shown below), information on previous Government and commercial contracts, data rights, etc.. Procurement In your response, please include your company name, CAGE code, and a technical point of contract with email address and telephone number. Notice, Response Due Date, and Points of Contact: This is NOT a Request for Quote or Proposal. The Government does not intend to award a contract on the basis of this SSA or reimburse any costs associated with the preparation of responses to this SSA. This Sources sought announcement (SSA) is for planning and market research purposes only and shall not be construed as a commitment by the Government. The information gathered from this announcement will be used to determine if responsible sources exist, and to assist in determining if this effort can be competitive and/or set aside for Small Business. Furthermore, the Government will use the information, in part, to determine the best acquisition strategy for a potential procurement action and/or to assist in making acquisition strategy decisions in the future. All SSA responses should be emailed to the Technical and Competition Advocate Points of Contact at the email addresses listed below. No phone inquiries will be accepted, either as a response to this action or for information requests. All requests for information must be submitted via email to the Technical Point of Contact and the Competition Advocate. Please submit responses by 2/6/2026 Technical Point of Contact: Melinda.i.rivera.civ@army.mil Competition Advocate Point of Contact: [Enter Competition Advocate�s email address] Contractor Questionnaire Please complete the following questions. If a question does not apply, please enter N/A or non-applicable. 1. Provide a brief summary of your company and its core competencies. 2. Please provide the following Point of Contact information on all responses: Company: Address: Point of Contact: Phone Number: Fax Numbers: Email Address: CAGE Code: DUNS Number: 3. Describe your Company's past performance in the manufacturing and/or supplying of AN/ASN-157 Doppler Navigation Set (DNS) in the past. Provide Contract Number, Point of Contact (POC), e-mail address, phone number, and a brief description of your direct support of the effort. If applicable, provide documentation such as copy of a purchase order if the supplier was a vendor to the listed source or a statement from listed source demonstrating that the supplier can, in fact, supply the Army with this unit from the supplier listed above. 4. Describe the qualifications of your engineering staff who have experience in the design and production of supplies similar in complexity and technology to AN/ASN-157 Doppler Navigation Set (DNS). 5. Describe your company's experience in identifying the test equipment for components similar in complexity and technology to what is used in AN/ASN-157 Doppler Navigation Set (DNS). 6. Describe your company's experience and process for managing obsolescence issues. 7. Does your company maintain a Program and Assessment Tool to monitor and analyze the availability of components to allow clear and precise tracking of all obsolescence issues? If so, please elaborate on the Program and Assessment tool(s). 8. Describe your company's experience in identifying alternatives for unavailable or obsolete materials or components to mitigate obsolescence issues. Discuss number of years part will be available. 9. Discuss your company's capability to meet US Government delivery requirements for this specific product. Discuss production lead time, production capacity by month, and surge capacity. number of years part will be available, ranges for price breaks if applicable or any other information that could affect the acquisition, supply and delivery of the parts. 10. The Government prefers (include term of pricing � long term, short term, spot buy etc.). Can your company meet the Government preference. If not, please describe what you are willing to provide. Discuss ranges for price breaks if applicable. 11. The Government prefers (include contract type; fixed quantity, IDIQ, IDPO, option quantities, option years)? Can your company meet the Government preference. If not, please describe what you are willing to provide or what you would prefer to provide. Please explain. 12. Do you have product(s) or keep products in stock? 13. Are there any vendors in your supply chain that you are concerned would prevent you from meeting the Government delivery schedule? � If so, please describe the company and what steps you are taking or have taken to mitigate. If it is a Government directed source, please describe any other vendors that may have the capability to meet the delivery schedule.
- Web Link
-
SAM.gov Permalink
(https://sam.gov/workspace/contract/opp/13f7f8e8146e4147a562358fb00af63b/view)
- Place of Performance
- Address: Aberdeen Proving Ground, MD 21005, USA
- Zip Code: 21005
- Country: USA
- Zip Code: 21005
- Record
- SN07689906-F 20260118/260116230042 (samdaily.us)
- Source
-
SAM.gov Link to This Notice
(may not be valid after Archive Date)
| FSG Index | This Issue's Index | Today's SAM Daily Index Page |