SOLICITATION NOTICE
61 -- Overhaul of the Elec Seq Control Unit
- Notice Date
- 4/30/2025 12:32:10 PM
- Notice Type
- Presolicitation
- NAICS
- 335312
— Motor and Generator Manufacturing
- Contracting Office
- W6QK ACC-RSA REDSTONE ARSENAL AL 35898-0000 USA
- ZIP Code
- 35898-0000
- Solicitation Number
- W58RGZ-25-B-0023
- Response Due
- 5/20/2025 10:00:00 PM
- Archive Date
- 06/05/2025
- Point of Contact
- Aysia Young, Edward A. Peterson, Phone: 2563138529
- E-Mail Address
-
aysia.l.young.civ@army.mil, edward.a.peterson4.civ@army.mil
(aysia.l.young.civ@army.mil, edward.a.peterson4.civ@army.mil)
- Description
- SYNOPSIS ACTION CODE: Synopsis DATE: 30 APRIL YEAR: 2025 CONTRACTING OFFICE ZIP CODE: 35898-5820 Product or Service Code: 6110 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 ELEC SEQ CONTROL UNIT for the (UH-60) Blackhawk SOLICITATION NUMBER: W58RGZ-25-B-0023 SET-ASIDE STATUS: N/A RESPONSE DATE: 15 days from posting (15 May 2025, 5PM CST) Contracting Officer: Edward A. Peterson, email:edward.a.peterson4.civ@army.mil PLACE OF PERFORMANCE: TBD 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: 6110-01-328-5258 INPUT P/N: 2118806-2 OUTPUT NSN: 6110-01-328-5258 OUTPUT P/N: 2118806-2 ESTIMATED QUANTITY RANGE: Minimum 53 each � Maximum 318 each, (FMS quantity- 53, US Quantity 265). The proposed contractual action will be a Five (5) year, Firm-Fixed-Price (FFP) Indefinite Delivery Indefinite Quantity (IDIQ) overhaul contract, with minimum/maximum quantities listed above. These items are commercial; FAR Part 12 will be utilized. 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) will issue an Invitation for Bid (IFB) for the overhaul of the ELEC SEQ CONTROL UNIT. 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 will be issued as a Full and Open Competitive action using the Two-Step Sealed Bidding Method in accordance with FAR Subpart 14.5. It is anticipated that a single Firm Fixed-Price (FFP) type contract will be awarded to the responsive, responsible bidder at the completion of the two-step process. 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. 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. Technical proposals (Step-One) shall not include prices or pricing information. The technical proposal due date will be established upon issuance of the solicitation (step 1). 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 ELEC SEQ CONTROL UNIT for the UH-60? If not, has your company performed repair on the same, or like item in the past? B. If yes, when, for how long, 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 Periodic training/certification/recertification program Certification/release of test stand/equipment for production Traceability of repair & maintenance performed, records keeping 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 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 ventilation 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, do you have 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)? *NOTE* For certified equivalent, be prepared to provide procedure and data establishing equivalency. G. Do you have an overhaul plan for the subject item or like item? If yes, are you willing to submit a copy for evaluation? The plan must contain instructions, procedures covering the following major categories, and sample run sheet(s), 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. *NOTE* A routing document or shop traveler is NOT an acceptable substitution for an overhaul plan. H. Can your company acquire all necessary parts, tooling and materials to complete an overhaul? I. If you have worked with Sikorsky, Cage CODE 78286 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 the 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. Bidders should submit proposals that are acceptable without additional explanation or information. The Government may make a final determination regarding a proposal�s acceptability solely on the basis of the proposal 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 bidders upon completion of the proposal evaluation and final determination of unacceptability. Multiple technical proposals may be submitted by each offeror . No telephone request for the synopsis will be accepted. Request for the synopsis shall not be responded to. 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 synopsis; however, the synopsis will not close prior to the closing date stated above.
- Web Link
-
SAM.gov Permalink
(https://sam.gov/opp/95de29a1401b499bad7c6c11091c1c6b/view)
- Place of Performance
- Address: Redstone Arsenal, AL, USA
- Country: USA
- Country: USA
- Record
- SN07426868-F 20250502/250430230048 (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 |