Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF DECEMBER 18, 2025 SAM #8788
SOURCES SOUGHT

58 -- MH-60 Airborne Mine Countermeasure (AMCM) Carriage, Stream, Tow and Recovery System (CSTRS) Support

Notice Date
12/16/2025 4:26:06 AM
 
Notice Type
Sources Sought
 
NAICS
334511 — Search, Detection, Navigation, Guidance, Aeronautical, and Nautical System and Instrument Manufacturing
 
Contracting Office
NAVAL AIR SYSTEMS COMMAND PATUXENT RIVER MD 20670-5000 USA
 
ZIP Code
20670-5000
 
Solicitation Number
N00019-27-RFPREQ-APM299-0087
 
Response Due
3/16/2026 12:00:00 PM
 
Archive Date
03/31/2026
 
Point of Contact
Monica L. Card
 
E-Mail Address
monica.l.card.civ@us.navy.mil
(monica.l.card.civ@us.navy.mil)
 
Small Business Set-Aside
SBA Total Small Business Set-Aside (FAR 19.5)
 
Description
INTRODUCTION The Naval Air Systems Command (NAVAIR), in support of PMA-299 MH-60 Multi-Mission Helicopter Program Office, is seeking sources to support the Airborne Mine Countermeasure (AMCM) Carriage, Stream, Tow and Recovery System (CSTRS). The Contractor shall have the capability, experience, equipment, and facilities required to support the CSTRS. PROGRAM BACKGROUND AMCM was originally contracted in 2000 and executed in the DoD RDT&E funding under H2773 on which the first CSTRS prototypes were delivered to the US Government. The Carriage, Stream, Tow, and Recovery System (CSTRS) is part of the Airborne Mine Countermeasures (AMCM) weapons systems used on the MH-60S aircraft to allow the mounting and deployment/recovery of the Airborne Mine Neutralization System (AMNS) and the Airborne Laser Mine Detection System (ALMDS). The Government requires mitigation strategies to address obsolescence issues within the AMCM CSTRS Mission Kit in support of the following: Provide sustainment support, system updates, and technical reach back for the existing AMCM CSTRS Mission Kits to combat rising obsolescence issues within the associated WRAs/SRAs. Proposed mitigation strategies and solutions shall be backwards compatible with all US Navy MH-60S AMCM versions. CSTRS Non-Tow Mission Kit part number 04101A01-03 CSTRS Tow Mission Kit part number 09412 CSTRS Base Mission Kit part number 09754A01-00 CSTRS The Contractor shall design and implement solutions to address obsolete Weapons Replaceable Assemblies (WRAs) and shop replaceable assemblies (SRAs) as appropriate to facilitate improved logistical support for the AMCM CSTRS Mission Kit. The AMCM Mission Kit is comprised of the CSTRS Base Mission Kit, CSTRS Base Structure Assembly, Tow Mission Kit, and the Non-Tow Mission Kit. The Contractor shall provide form, fit, and function replacements as possible solutions to facilitate maintaining inventory without requiring replacement of currently fleeted WRAs/SRAs. The Contractor shall support aircraft testing, deliver a full Technical Data Package for all upgraded parts, deliver an Engineering Change Proposal (ECP) for incorporation into the current system configuration, and update all applicable logistical support data. The Contractor shall ensure the solutions comply with the AMCM System Specification 233A172, or superseding specification revision approved by the Government, if made available prior to any contract award. REQUIRED CAPABILITIES Design solutions shall comply with the requirements of the MH-60S Airborne Mine Countermeasures (AMCM) System Specification, document number 233A172 Rev J, dated 16 February 2015 or it�s superseding Government approved revision, whichever is available at potential contract award. This shall include all aspects of the design, qualification and testing of the solutions. Design solutions shall be backward compatible at the WRA/SRA level to the AMCM CSTRS Mission Kit. Design solutions shall provide the ability to support software growth capability for potential new software driven modifications for the AMCM Winch Maintenance Laptop Software (WMLS). Software updates, if needed, shall be backward compatible with the current AMCM CSTRS Mission Kit configuration hardware and operating system. Design solutions shall adhere to the latest US Department of Defense cybersecurity requirements. Provision of life cycle estimates for new components. Provide documentation verifying the solutions when integrated into CSTRS are safe for flight in support of the US Navy flight clearance process. Providing on-site and remote support to Government conducted testing of the final solutions. Deliver to Government Level III Technical Data Packages for the design solutions for this effort. ANTICIPATED PERIOD OF PERFORMANCE The estimated period of performance is 5 years. Anticipated contract award is Summer/Fall of 2027. ANTICIPATED CONTRACT TYPE A Basic Order Agreement (BOA) that will have a combination of Cost-Plus Incentive Fee, and/or Fixed-Price Delivery Orders are anticipated. SUBMISSION INFORMATION It is requested that interested businesses submit to the contracting office a brief capabilities statement package (no more than 12 pages in length, single-spaced, 12-point font minimum) demonstrating ability to perform the task listed under the required capabilities. This documentation must address at a minimum the following: Company Name; Company Address; Company Business Size, and Point-of-Contact (POC) name, phone number, fax number, and e-mail address. Company profile to include number of employees, annual revenue history, office location(s), UEI number, and a statement regarding current small/large business status. Prior/current corporate experience performing efforts of similar size and scope to the tasking described under �Required Capabilities� within the last three years, including contract numbers, contract values, Government point of contact with current telephone number, and a brief description of how the referenced contract related to those tasks. Management approach to staffing this effort with qualified personnel. Statement regarding capability to obtain the required industrial security clearances for personnel. Company's ability to begin performance upon contract award. What type of work has your company performed in the past in support of the same or similar requirement? Can or has your company managed a task of this nature? If so, please provide details. Can or has your company managed a team of subcontractors before? If so, please cite contracts and teaming arrangement. What specific technical skills does your company possess which ensures capability to perform the tasks? If you are a small business, provide an explanation of your company's ability to perform at least 50% of the tasking described in required capabilities. Provide a statement including current small/large business status and company profile to include number of employees, annual revenue history, office location, CAGE code, UEI number, etc. Respondents to this notice must also indicate whether they are a large business or qualify as a Small, Small Disadvantaged, Small Disadvantaged Veteran Owned Small Business Women-Owned, 8(a), Hub Zone, or Service-Disabled Veteran-Owned Small Business Concern. Response shall include your ability to meet requirements in the Facility and Safeguarding requirements. Your response to this Sources Sought, including any capabilities statement, shall be electronically submitted via email to eric.j.richey.mil@us.navy.mil, in either Microsoft Word or Portable Document Format (PDF). All data received in response to this Sources Sought that is marked or designated as corporate or proprietary will be protected. Information and materials submitted in response to this request WILL NOT be returned. Classified material SHALL NOT be submitted. No phone calls will be accepted. All questions must be submitted via e-mail. The Government is not committed nor obligated to pay for the information provided, and no basis for claims against the Government shall arise as a result of a response to these Sources Sought.
 
Web Link
SAM.gov Permalink
(https://sam.gov/workspace/contract/opp/fd8e18558a734d64ad912a71eacba2a8/view)
 
Place of Performance
Address: Patuxent River, MD 20670, USA
Zip Code: 20670
Country: USA
 
Record
SN07668155-F 20251218/251216230041 (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.