UH-60 ACTUATOR, ELECTRO-ME INSPECTION AND OVERHAUL

Agency: DEPT OF DEFENSE
State: Alabama
Level of Government: Federal
Category:
  • 16 - Aircraft Components and Accessories
Opps ID: NBD00159614423459315
Posted Date: Mar 28, 2024
Due Date: Apr 11, 2024
Solicitation No: W58RGZ-24-R-0081
Source: Members Only
Follow
UH-60 ACTUATOR, ELECTRO-ME INSPECTION AND OVERHAUL
Active
Contract Opportunity
Notice ID
W58RGZ-24-R-0081
Related Notice
Department/Ind. Agency
DEPT OF DEFENSE
Sub-tier
DEPT OF THE ARMY
Major Command
AMC
Sub Command
ACC
Sub Command 2
ACC-CTRS
Sub Command 3
ACC RSA
Office
W6QK ACC-RSA
Looking for contract opportunity help?

APEX Accelerators are an official government contracting resource for small businesses. Find your local APEX Accelerator (opens in new window) for free government expertise related to contract opportunities.

APEX Accelerators are funded in part through a cooperative agreement with the Department of Defense.

The APEX Accelerators program was formerly known as the Procurement Technical Assistance Program (opens in new window) (PTAP).

General Information
  • Contract Opportunity Type: Sources Sought (Original)
  • All Dates/Times are: (UTC-05:00) CENTRAL STANDARD TIME, CHICAGO, USA
  • Original Published Date: Mar 28, 2024 07:15 am CDT
  • Original Response Date: Apr 11, 2024 05:00 pm CDT
  • Inactive Policy: 15 days after response date
  • Original Inactive Date: Apr 26, 2024
  • Initiative:
    • None
Classification
  • Original Set Aside:
  • Product Service Code: 1680 - MISCELLANEOUS AIRCRAFT ACCESSORIES AND COMPONENTS
  • NAICS Code:
    • 336413 - Other Aircraft Parts and Auxiliary Equipment Manufacturing
  • Place of Performance:
    Redstone Arsenal , AL 35898
    USA
Description

SOURCE SOUGHT W58RGZ-24-R-0081



INTRODUCTION

The U.S. Army Contracting Command-Redstone Arsenal (W58RGZ) ATTN: CCAMALB,

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 of the ACTUATOR, ELECTRO-ME, NSN:1680-01-571-7578, part number DL2155M31MOD1. This item is a commercial item. The result of this market research will contribute to determining the method of

procurement if a requirement materializes. Based on the responses 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 PROPOSAL (RFP) 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 provide all services, facilities, labor, parts, materials, equipment, tools, and data necessary to accomplish the inspection and overhaul for the ACTUATOR, ELECTRO-ME, and to return the items to condition

code A as defined by Army Regulation 725-50. Upon completion of the overhaul, the items shall be packaged and shipped to the required destination(s). The Actuator, Electro-ME is a non-Critical Safety Item. A DMWR is not available.





SPECIAL REQUIREMENTS

The Government requires that contractors have a plan to meet all the Government’s special tooling and test equipment requirements with either:

1. Physical possession of the required tools,



2. Confirmed requisitions for the required tools,



3. Confirmed arrangements for subcontracting the processes requiring the special

tools, or



4. Specific plans describing their technical approach to develop equivalent

tools.





ELIGIBILITY

The applicable NAICS code for this requirement is 336413 with a Small Business Size Standard of 1,250. The Product Service Code (PSC) is 1680.





SUBMISSION DETAILS

Interested businesses should wishing to be considered as a source need to respond to the following technical survey which will be evaluated by technical experts at the Security Readiness Directorate (SRD). SRD is the airworthiness authority and must

approve the technical qualifications of all perspective contractors. Submit the information in a font no smaller than 10 point demonstrating ability to provide the products/systems listed in this Technical Description. The technical survey information which must be submitted is as follows:



Technical requirements are as follows:

1. Technical expertise: Describe your expertise with conducting an overhaul or repair of the Actuator, Electro-ME for the UH-60 or a similar assembly. Focus your response to include details that demonstrate the extent of your expertise and how you acquired it. Please include the quantity and frequency. If not, have you performed an overhaul, or repair, on the same, or like item in the past?

a. If yes, to either question, when, for how long, in what quantity, and what specific item?

b. 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. Please provide contact information for the Defense Contract Management Agency (DCMA) that served as your administrative contracting officer.

d. What certifications and experience do your employees have to qualify them to perform the work? Provide all certifications relevant to the M&O program.





2. Special testing equipment: Do you have the Original Equipment Manufacturer’s test equipment (OEM) equivalent test equipment for the Actuator, Electro-ME?

a. If it is equivalent test equipment, was it certified as equivalent with a release for production certificate? If yes, please provide a copy of the certificate.

b. If you do not possess of OEM or equivalent test equipment, and plan to reverse engineer this test equipment, do you have internal procedures to certify for equivalency and release for production? If so please describe.





3. Engineering approach: Do you have an overhaul plan for the Actuator, Electro- ME? If yes, provide a copy. If you only have a plan for a like item, ensure it contain instructions and procedures covering the following major categories, at a minimum:

a. Receiving inspection and testing instructions.

b. Disassembly instructions.

c. Inspection instructions.

d. Repair, and replacement instructions.

e. Assembly instructions.

f. Final testing and evaluation procedures.





4. Can your company acquire all necessary components to complete an overhaul?





5. If you have worked with the OEM for the Cooler Unit, Air, or one of its approved suppliers, provide a copy of a completed, showing item receipt, purchase order for OEM, or approved supplier, parts, or materials.



6. Do you have a quality plan in place? If so, please provide a copy.



Documentation should be in bullet format. 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, including the technical survey, shall be electronically submitted to the Contract Specialist, Jason Howell in either Microsoft Word or Portable Document Format (PDF), via email jason.l.howell4.civ@army.mil no later than 1700 p.m. Central Time 15 days after the posting of this document 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.


Attachments/Links
Contact Information
Contracting Office Address
  • AMCOM CONTRACTING CENTER AIR SPARKMAN CIR BLDG 5303
  • REDSTONE ARSENAL , AL 35898-0000
  • USA
Primary Point of Contact
Secondary Point of Contact
History
  • Mar 28, 2024 07:15 am CDTSources Sought (Original)

TRY FOR FREE

Not a USAOPPS Member Yet?

Get unlimited access to thousands of active local, state and federal government bids and awards in All 50 States.

Start Free Trial Today >