SOLICITATION NOTICE
66 -- Pre-Solicitation Synopsis for the Overhaul of the Vibration Control System for the UH-60 Black Hawk
- Notice Date
- 2/9/2026 12:31:05 PM
- Notice Type
- Presolicitation
- NAICS
- 334519
— Other Measuring and Controlling Device Manufacturing
- Contracting Office
- W6QK ACC-RSA REDSTONE ARSENAL AL 35898-0000 USA
- ZIP Code
- 35898-0000
- Solicitation Number
- W58RGZ-26-R-0001
- Response Due
- 2/25/2026 3:00:00 PM
- Archive Date
- 03/12/2026
- Point of Contact
- Andrew E. Cameron, Lindy L. Pinchon
- E-Mail Address
-
andrew.e.cameron.civ@army.mil, lindy.l.pinchon@army.mil
(andrew.e.cameron.civ@army.mil, lindy.l.pinchon@army.mil)
- Small Business Set-Aside
- NONE No Set aside used
- Description
- The contractor shall furnish all services, facilities, labor, parts, materials, equipment, tools, and data (other than Government Furnished Property), necessary to accomplish the Overhaul of the following assets: NOMENCLATURE: Vibration Control System INPUT NSN: 6635-01-557-9607 OUTPUT NSN: 6635-01-557-9607 INPUT P/NS: C99081-001 and 70600-01816-103 OUTPUT P/N: C99081-001 ESTIMATED QUANTITY RANGE: Minimum 36 each � Maximum 130 each (Maximum includes a Foreign Military Sales (FMS) Quantity of 22 each) The proposed contractual action will be a Five (5) year, Firm-Fixed-Price (FFP) Indefinite Delivery Indefinite Quantity (IDIQ) Maintenance and Overhaul type contract, with minimum / maximum quantities listed above. These items are commercial; FAR Part 12 will be utilized. Required delivery shall be FOB Origin. This item is not a Critical Safety Item (CSI); however, there is no DWMR available for this acquisition. Currently, the only known sources for the Vibration Control System are Moog, Inc. (large business) and Sikorsky Aircraft Corporation (large business). If any contractor has access to this proprietary data, please provide a capabilities statement to the Contract Specialist or Contracting Officer (KO) detailing the authorization from either Moog, Inc. or Sikorsky Aircraft Corporation to utilize the proprietary data necessary to manufacture this requirement. All offerors must have the ability to procure the requisite proprietary data from aforementioned source(s) in order to be eligible for award. Contractors are encouraged to seek Source Approval Requests (SAR) in order to become an approved source by submitting documentation or questions to the following address: usarmy.redstone.ccdc- avmc.mbx.ed-sar@army.mil. This procurement will follow the procedures of FAR Part 12. No telephone requests for the solicitation will be accepted. Requests for the solicitation shall be by email only. Email requests should be sent to andrew.e.cameron.civ@army.mil. Proposals shall be emailed. No fax or hard copy responses will be accepted. This requirement is currently unfunded. Award will be withheld pending receipt of sufficient funds. The closing date annotated is an estimated date and may be adjusted dependent upon the date of release of the solicitation; however, the solicitation will not close prior to the closing date stated above.
- Web Link
-
SAM.gov Permalink
(https://sam.gov/workspace/contract/opp/6c5bab65cb2c46b782faa701c39d7312/view)
- Place of Performance
- Address: Redstone Arsenal, AL 35898, USA
- Zip Code: 35898
- Country: USA
- Zip Code: 35898
- Record
- SN07710147-F 20260211/260209230042 (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 |