Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF APRIL 26, 2025 SAM #8552
SOLICITATION NOTICE

58 -- Overhaul of the SWITCHING GROUP, DIG (ESH)

Notice Date
4/24/2025 5:54:51 AM
 
Notice Type
Presolicitation
 
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
W58RGZ25B0005
 
Response Due
5/9/2025 4:00:00 PM
 
Archive Date
05/24/2025
 
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
SYNOPSIS ACTION CODE: Pre-Solicitation Notice DATE: 24 April YEAR: 2025 CONTRACTING OFFICE ZIP CODE: 35898-5820 Product or Service Code: 5895 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: SWITCHING GROUP, DIG (ESH) for the (UH-60) Blackhawk SOLICITATION NUMBER: W58RGZ-25-B-0005 SET-ASIDE CODE: N/A RESPONSE DATE: 9 May 2025. Contracting Officer: Edward A. Peterson, email:edward.a.peterson4.civ@army.mil Set-Aside Status: NA 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: 5895-01-558-7972 P/N: 181458-001 Output NSN: 5895-01-558-7972 P/N: 181458-001 ESTIMATED QUANTITY RANGE: Minimum 12 each � Maximum 302 each (Maximum includes a Foreign Military Sales (FMS) Quantity of 50 each) 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. 1. The U.S. Army Contracting Command � Redstone Arsenal (ACC-RSA) will issue an Invitation for Bid (IFB) for the overhaul of the SWITCHING GROUP, DIG (ESH) 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. 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 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 and final determination of unacceptability. 2. Technical proposals should not include prices or pricing information. Only one technical proposal may be submitted by each offeror 3. Bidders shall ensure the 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 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 SWITCHING GROUP, DIG (ESH) for the UH-60? If not, has your company performed composite 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. Please provide contact information for the Defense Contract Management Agency (DCMA) that served as your administrative contracting officer. D. Describe the following in the amount of detail necessary. If any portion of the overhaul program is outsourced, then the following requirements of line items E � K) must be imposed on the outsourced vendor(s). 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 Continues 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? E. 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, 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. F. Do you have an overhaul plan for the subject item or like item? If yes, are you willing to submit a copy for evaluation? If not, a full and complete plan must be submitted for review and approval within the allowable time upon contract award. 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. G. Can your company acquire all necessary parts/components/subcomponents/subcomponent, tooling and materials to fully support an overhaul program? H. If you have worked with GE Aviation Systems LLC, Cage Code 35351 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. I. 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. J. Provide a copy of the purchase order, or other evidence that you have the rights to the data or drawings in your possession. No telephone requests for the solicitation will be accepted. The Solicitation will be posted on SAM.gov. Requests for the solicitation 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 solicitation; however, the solicitation will not close prior to the closing date stated above.
 
Web Link
SAM.gov Permalink
(https://sam.gov/opp/73243bdedd4d4533b578b10e8efa9644/view)
 
Record
SN07420879-F 20250426/250424230051 (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.