Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF MAY 08, 2025 SAM #8564
SOLICITATION NOTICE

66 -- W58RGZ-25-B-0018 Step-One (Technical Evaluation)

Notice Date
5/6/2025 6:29:12 AM
 
Notice Type
Presolicitation
 
NAICS
334511 — Search, Detection, Navigation, Guidance, Aeronautical, and Nautical System and Instrument Manufacturing
 
Contracting Office
W6QK ACC-RSA REDSTONE ARSENAL AL 35898-0000 USA
 
ZIP Code
35898-0000
 
Solicitation Number
W58RGZ-25-B-0018Step-One
 
Response Due
6/4/2025 3:00:00 PM
 
Archive Date
06/19/2025
 
Point of Contact
Maryssa Sanchez, Phone: 2565859706, Edward A. Peterson, Phone: 2563138529
 
E-Mail Address
maryssa.d.sanchez.civ@army.mil, edward.a.peterson4.civ@army.mil
(maryssa.d.sanchez.civ@army.mil, edward.a.peterson4.civ@army.mil)
 
Description
Step-One (Technical Evaluation) Solicitation- W58RGZ-25-B-0018 DATE: 06 May 2025 Product or Service Code: 1680 Contracting Office Address: U.S. Army Aviation and Missile Command (W58RGZ) ATTN: CCAM-ALB, Building 5303, Martin Road Redstone Arsenal, AL 35898-5280 (US) SUBJECT: OVERHAUL OF THE DISPLAY UNIT FLIGHT INFORMATION for the (UH-60) Blackhawk TECHNICAL SUBMISSION (STEP-1) SOLICITATION NUMBER: W58RGZ-25-B-0018 RESPONSE DATE: 4 June 2025 1700 hours CST Contracting Officer: Edward A. Peterson, email:edward.a.peterson4.civ@army.mil DESCRIPTION: The contractor shall furnish all labor, facilities, parts, materials, equipment, tools and data (other than Government Furnished Property), necessary to accomplish the overhaul of the following assets: INPUT NSN: 6610-01-656-0041 INPUT P/N: 9200-45201-0101 OUTPUT NSN: 6610-01-656-0041 OUTPUT P/N: 9200-45201-0101 ESTIMATED QUANTITY RANGE: Minimum 60 each � Maximum 216 each (Maximum includes a Foreign Military Sales (FMS) Quantity of 36 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 and FAR 52.212-1, 52.212-3, 52.212-4, and 52.212-5 are incorporated by reference and applicable to this requirement. Required delivery shall be FOB Origin. This procurement will be solicited as a Full and Open competitive requirement. The U.S. Army Contracting Command � Redstone Arsenal (ACC-RSA) is issuing an Invitation for Bid (IFB) for the overhaul of the DISPLAY UNIT, FLIGHT INFORMATION. All work shall be completed in accordance with the Statement of Work (SOW). The Government does not have a Depot Maintenance Work Requirement (DMWR) for the proposed solicitation. The IFB is being issued and Step-Two will be issued as a Full and Open Competitive action using the Two-Step Sealed Bidding Method in accordance with FAR Subpart 14.5. This notice constitutes the Step One Request for Technical Proposals in accordance with FAR 14.503-1. FAR 52.214-24 is incorporated by reference in this request. It is anticipated that a single Firm-fixed Price (FFP) type contract will be awarded to the responsive, responsible bidder. Only bids based upon technical proposals (Step-One) determined to be acceptable, either initially or as a result of discussions, will be considered further for award into Step-Two. Each bid in the second step must be based on the bidder�s own technical proposal. Bidders shall submit bids that are acceptable without additional explanation or information. The Government may make a final determination regarding a technical proposal�s acceptability solely based on the bid as submitted. The Government may proceed with Step-Two without requesting further information from any bidder. A notice of unacceptability will be forwarded to the Bidder upon completion of the technical proposal evaluation (Step-One) and final determination of unacceptability. 1. This begins the start of step-one technical submission. The technical information (step-one) will be submitted no later than 4 June 2025, 1700 hours, CST. 2. Technical proposals (Step-One) shall not include prices or pricing information. 3. Bidders shall ensure submission of fully complete bids, including all fill-in-the blanks. Any bidder submitting a bid agrees by submission that its bid and the prices contained therein will be valid for 60 days after receipt of bids. Technical acceptability for step-one will be determined by the bidder�s response to the following questions. A. Has your company ever conducted a repair/overhaul or manufacture of the DISPLAY UNIT, FLIGHT INFORMATION for the UH-60? If not, has your company performed repair on the same, or like item in the past? B. If the answer to Question A is yes, when did you perform the repair/overhaul, how long was the repair/overhaul, in what quantity, and what specific item? If it was under a military contract, what is the contract number? C. Who was the Primary Contracting Officer? Please provide his or her name, organization, and contact information. D. Please provide contact information for the Defense contract management Agency (DCMA) that served as your administrative contracting officer. E. Describe the following in the amount of detail necessary: Does your company have overhaul and replacement capability? Does your company have a documented quality plan/process? Please provide the following details regarding your company�s quality plan. Calibration program Continuous improvement/self-audits program Non-conformance parts & quality escapes Parts obsolescence review Periodic training/certification/recertification program Certification/release of test stand/equipment for production Traceability of repair & maintenance performed, records keeping program IUID (Item Unique Identification) program What are the required minimal qualification and specialized skills of an electronic technician? Describe experience in depinning and pinning electrical connectors. Describe experience in replacing crimp type pins. Describe experience in circuit-board level repair, desolder and solder of electrical components. Describe experience in repairing and replacing electrical wires. Do you have an electrical static discharge (ESD) prevention program/capability? Do you have paint removal capabilities? Do you have corrosion repair/prevention/application capability? Do you have painting and minor touch-up capability? Do you have repair capability for minor surface defects such as nicks, scratches on housing/enclosure? F. Do you have facilities, special tools and equipment as follows: Overhaul facility equipped with environmental controls of temperature, humidity, and adequate equipment to vent hazardous fumes? Equipment, documentation, and procedure to fully support an IUID (Item Unique Identifier) program? Adequate workbench with ESD control and access to standard shop tools? Availability of electronic test equipment necessary for electrical circuit troubleshooting and performing milliohm electrical bond tests? If applicable, the required equipment to install, verify, and update application software/firmware? Original Equipment Manufacturer (OEM) test stand/equipment, or certified equivalent for Acceptance Test Procedure (ATP)? Equipment to read and fabrication of UID (Unique Identification) data plate? *NOTE* For certified equivalent, be prepared to provide procedure and data establishing equivalency. G. Do you have an overhaul plan for the subject, or like item? If yes, are you willing to submit a copy for evaluation? The plan must contain instructions and procedures covering the following major categories, at a minimum: Receiving inspection instructions. Pre-test/Pre-shop analysis instructions. Disassembly instructions. Cleaning instructions. Overhaul Inspection Requirements (OIP). Repair and replacement instructions. Assembly instructions. Final Test instructions. Primer, paint, coating, and or corrosion protection instructions Packaging, marking and shipping instructions. H. Can your company acquire all necessary parts, tooling and materials to complete an overhaul? I. If you have worked with L3 Avionics Systems, Cage 25583 for the subject item, or one of its approved suppliers, provide a copy of a completed, showing item receipt, purchase order for the Original Equipment Manufacturer (OEM), or approved supplier, parts, or materials. J. Do you possess any OEM data or drawings of this item, including Acceptance Test Procedure (ATP), Maintenance and Overhaul Procedures/Instructions, or Commercial Maintenance Manual (CMM)? Is it complete or partial? If yes to possession of complete or partial OEM Data or Drawings, how did your company acquire the rights to data or drawings? Please provide your license or certificate to substantiate this. K. Provide a copy of the purchase order, or other evidence that you have the rights to the data or drawings in your possession. Offerors should submit proposals that are acceptable without additional explanation or information. They Government may make a final determination regarding a proposal�s acceptability solely on the basis of the proposals as submitted; and may proceed with the second step without requesting further information from any bidder. However, the Government may request additional information from bidders of proposals that it considers reasonably susceptible of being made acceptable and may discuss proposals with their bidders. A notice of unacceptability will be forwarded to the bidder upon completion of the proposal evaluation and final determination of unacceptability. Multiple technical proposals may be submitted by each offeror. No telephone requests for the solicitation will be accepted. The pricing piece of the solicitation (Step 2) will not be posted on SAM.gov and will only be provided to the contractors who pass step 1. Requests for step 2 of the solicitation shall not be responded to.
 
Web Link
SAM.gov Permalink
(https://sam.gov/opp/25e7404fb13f4d4997fed5ff7602fb07/view)
 
Record
SN07433142-F 20250508/250506230055 (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.