Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF MAY 07, 2025 SAM #8563
SOURCES SOUGHT

15 -- Sources Sought for Overhaul of the Valve, Assembly Auxiliary

Notice Date
5/5/2025 4:21:15 AM
 
Notice Type
Sources Sought
 
NAICS
336413 — Other Aircraft Parts and Auxiliary Equipment Manufacturing
 
Contracting Office
W6QK ACC-RSA REDSTONE ARSENAL AL 35898-0000 USA
 
ZIP Code
35898-0000
 
Solicitation Number
W58RGZ-25-B-0030
 
Response Due
5/19/2025 3:00:00 PM
 
Archive Date
06/03/2025
 
Point of Contact
Maggie Bevis, Lindy L. Pinchon
 
E-Mail Address
maggie.g.bevis.civ@army.mil, lindy.l.pinchon@army.mil
(maggie.g.bevis.civ@army.mil, lindy.l.pinchon@army.mil)
 
Description
INTRODUCTION The U.S. Army Contracting Command - Redstone Arsenal (W58RGZ) ATTN: CCAM-AL-B, Building 5303, Martin Road Redstone Arsenal, AL 35898-5280 (US) is issuing this sources sought as a means of conducting market research to identify potential sources having an interest and industry technologies available to support/provide inspection and Overhaul the Valve Assembly, Auxiliary, Input and Output NSN: 1560- 01-399-5104, Input and Output PN: 70651-03300-102, for the UH-60 Blackhawk. The resulting contract will be a five-year, Indefinite Delivery Indefinite Quantity, FirmFixed Price contract with the following estimated quantity range: minimum 48 each � maximum 288 each (maximum includes a Foreign Military Sales (FMS) Quantity of 48 each). The result of this market research will contribute to determining the method of procurement, if a requirement materializes. Based on the response 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 BIDS (RFB) 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 furnish all services, facilities, labor, parts, materials, equipment, tools, and data, necessary to accomplish the inspection and overhaul for the VALVE ASSEMBLY, AUXILIARY for the UH-60 that is required to return the component to a serviceable condition sufficient to meet the standard of continued airworthiness in accordance with (IAW) Army Regulation (AR) 70-62. Upon completion of the overhaul, the components shall be packaged IAW this contract and shipped to the destination(s) specified in each individual delivery order. The Valve Assembly, Auxiliary is not a Critical Safety Item. DMWR 1-1560-291, change #0, dated 31 August 2023 is available. SPECIAL REQUIREMENTS None ELIGIBILITY The applicable NAICS code for this requirement is 336413 with a Small Business Size Standard of 1,250 employees. The Product Service Code (PSC) is 1560. SUBMISSION DETAILS Interested parties who have the capability to provide the item listed above should submit a brief capabilities statement package (no more than ten 8.5 X 11-inch pages, font no smaller than 10 point) demonstrating ability to provide the products/systems listed. This announcement is for information and planning purposes only and should not be construed as a commitment by the Government for any purposes. This announcement does not constitute a Request for Proposal (RFP). A synopsis will be issued at a later date for this requirement. Requests for a solicitation will not receive a response. No reimbursement will be made for any costs associated with providing information in response to this announcement and any follow-up information requested. No basis for claim against the Government shall arise as a result of a response to this announcement or Government use of any information provided. This announcement does not restrict the Government to an ultimate acquisition strategy. The Government reserves the right to consider acquisition strategies as deemed appropriate. 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 notice, including any capabilities statement, shall be electronically submitted to the Contract Specialist, Maggie Bevis, in either Microsoft Word or Portable Document Format (PDF), via email maggie.g.bevis.civ@army.mil no later than 15 days after the sources sought notice is posted and reference the solicitation 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.
 
Web Link
SAM.gov Permalink
(https://sam.gov/opp/8e129afaf85e4e49945efe243eeffc14/view)
 
Record
SN07431390-F 20250507/250505230045 (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!  © 1994-2024, Loren Data Corp.