Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF FEBRUARY 01, 2026 SAM #8833
SOURCES SOUGHT

66 -- UH=1N Audible Visual Alarm

Notice Date
1/30/2026 9:21:54 AM
 
Notice Type
Sources Sought
 
NAICS
423690 — Other Electronic Parts and Equipment Merchant Wholesalers
 
Contracting Office
DLA AVIATION AT WARNER ROBINS, GA ROBINS A F B GA 31098-1813 USA
 
ZIP Code
31098-1813
 
Solicitation Number
FD2060-26-00053
 
Response Due
2/16/2026 6:00:00 AM
 
Archive Date
03/03/2026
 
Point of Contact
Terrence Wideman, Phone: 4784686475, April Walls, Phone: 4789265000
 
E-Mail Address
terrence.wideman.2@us.af.mil, april.walls@us.af.mil
(terrence.wideman.2@us.af.mil, april.walls@us.af.mil)
 
Description
Request for Information UH-1N Audible Visual Alarm CAUTION: The Government is conducting market research to identify potential sources that possess the expertise, capabilities, and experience to meet the requirements for a One-Time surplus procurement of the UH-1N Audible Visual Alarm NSN:6350-00-459-7701GA, PN:209-075-326-001 QTY 10ea According to the AFMC Form 761 for this NSN, Screening Analysis Worksheet, the AMC/AMSC for this item is 3/R. AMC = Acquisition Method Code AMSC = Acquisition Method Suffix Code 3 = Acquire, for the second or subsequent time, directly from the actual manufacturer. R = The Government does not own the data or the rights to the data needed to purchase this part from additional sources. It has been determined to be uneconomical to buy the data or rights to the data. It is uneconomical to reverse engineer the part. This code is used when the Government did not initially purchase the data and/or rights. If only one source has the rights or data to manufacture this item, AMCs 3, 4, or 5 are valid. If two or more sources have the rights or data to manufacture this item, AMCs 1 or 2 are valid. Contractors/Institutions responding to this market research are placed on notice that participation in this survey may not ensure participation in future solicitations or contract awards. The government will not reimburse participants for any expenses associated with their participation in this survey. FAR 52.215-3, Request for Information or Solicitation for Planning Purposes (Oct 1997): (a) The Government does not intend to award a contract on the basis of this request or to otherwise pay for the information solicited except as provided in subsection 31.205-18 Bid and Proposal (B&P) Costs, of Federal Acquisition Regulation (b) Although ""proposal"" and ""offeror"" are used in this Request for Information, your response will be treated as information only. It shall not be used as a proposal. (c) This solicitation is issued for the purpose of informational planning and budgetary forecasting by the government. INSTRUCTIONS: 1. The document(s) below contains a description of the UH-1N Audible Visual Alarm requirement and a Contractor Capability Survey. The Survey allows Contractors to provide their company�s capability. 2. If, after reviewing these documents, you desire to participate in the market research, you should provide documentation that supports your company�s capability in meeting these requirements. Failure to provide documentation may result in the government being unable to adequately assess your capabilities. If you lack sufficient experience in a particular area, please provide details explaining how you would overcome the lack of experience/capabilities in order to perform that portion of the requirement (i.e., teaming, subcontracting, etc.) a. Identify any areas of work that your organization believes should be broken out exclusively for Small Business. 3. Both large and small businesses are encouraged to participate in this Market Research. Joint ventures or teaming arrangements are encouraged. 4. Questions related to this market research should be addressed to the LMS, Engineer, and CC to the PCO/Buyer. UH-1N Audible Visual Alarm PURPOSE/DESCRIPTION The Government is conducting market research to identify potential sources that possess the expertise, capability, and experience for the surplus procurement of the UH-1N Audible Visual Alarm NSN:6350-00-459-7701GA, PN:209-075-326-001. The UH-1N Audible Visual Alarm Model 209-075-326-001 is a mission essential item used on the UH-1N that receives information relative to the RPM of the main rotor and the RPM of each engine through tachometer sensor circuits. The RPM Limit Warning Control interprets these tachometer signals and causes the RPM warning light to illuminate whenever a low or high RPM condition exists with the main rotor or a low rpm condition with Engine No. 1 or Engine No. 2. It also provides an audio control signal (28V DC) which causes an audio tone to be present in pilot�s and copilot�s headsets whenever a low RPM condition exists with the main rotor. Interested sources may identify their interest and capability to respond to the requirements. Interest sources must have traceability of surplus UH-1N Audible Visual Alarms. CONTRACTOR CAPABILITY SURVEY The UH-1N Audible Visual Alarm NSN:6350-00-459-7701GA, PN:209-075-326-001. Part I. Business Information Please provide the following business information for your company/institution and for any teaming or joint venture partners: Company/Institute Name: Address: Point of Contact: CAGE Code: Phone Number: E-mail Address: Web Page URL: Size of business pursuant to North American Industry Classification System (NAICS) Code: Recommend using NAICS 423690 � Search, Detection, Navigation, Guidance, Aeronautical, and Nautical System and Instrument Manufacturing. Based on the above NAICS Code, state whether your company is: Small Business (Yes / No) Woman Owned Small Business (Yes / No) Small Disadvantaged Business (Yes / No) 8(a) Certified (Yes / No) HUBZone Certified (Yes / No) Veteran Owned Small Business (Yes / No) Service Disabled Veteran Small Business (Yes / No) System for Award Management (SAM) (Yes / No) A statement as to whether your company is domestically or foreign owned (if foreign, please indicate the country of ownership). E-mail responses must be received no later than close of business on 12 February 2026. LMS: kiem.tarpley@us.af.mil Engineer: robert.guest.4@us.af.mil Buyer: terrence.wideman.2@us.af.mil PCO: april.walls@us.af.mil Questions related to this Market Research should be addressed to the LMS, Engineer, and CC to the PCO/Buyer. Part II. Capability Survey Questions A. General Capability Questions: 1. Describe briefly the capabilities of your facility and nature of the goods and/or services you provide. 2. Describe your company's past experience on previous projects similar in complexity to this requirement. Include contract numbers, a brief description of the work performed, period of performance, agency/organization supported, and individual point of contact. 3. For Surplus Offered Provide the condition, QTY, and trace information.
 
Web Link
SAM.gov Permalink
(https://sam.gov/workspace/contract/opp/0238dcc3723743dbbef4ee5342fa2ef9/view)
 
Place of Performance
Address: Warner Robins, GA 31098, USA
Zip Code: 31098
Country: USA
 
Record
SN07702542-F 20260201/260130230041 (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 |
ECGrid: EDI VAN Interconnect ECGridOS: EDI Web Services Interconnect API Government Data Publications CBDDisk Subscribers
 Privacy Policy  Jenny in Wanderland!  © 1994-2026, Loren Data Corp.