Federal Bid

Last Updated on 24 Nov 2016 at 9 AM
Sources Sought
Martin Pennsylvania

Sources Sought for the Overhaul/Upgrade/Repair of the AH-64 Servocylinder Directional, Servocylinder Longitudinal, and Servocylinder

Solicitation ID W58RGZ-16-R-0286
Posted Date 26 Oct 2016 at 7 PM
Archive Date 24 Nov 2016 at 5 AM
NAICS Category
Product Service Code
Set Aside No Set-Aside Used
Contracting Office Not Specified
Agency Department Of Defense
Location Martin Pennsylvania United states
This is a sources sought announcement. This announcement is in support of market research to determine the feasibility of a competitive acquisition and to identify potential sources that can provide the overhaul/upgrade/repair of the following items:


NOMENCLATURE: Overhaul/Upgrade/Repair of the SERVOCYLINDER DIRECTIONAL
INPUT NSNs: 1650-01-273-7608
                        1650-01-494-0083
INPUT P/Ns: 289400-1021
                       289400-1027
OUTPUT NSN: 1650-01-494-0083
OUTPUT P/N: 289400-1027
ESTIMATED QUANTITY RANGE: Minimum 180 each - Maximum 1200 each (Maximum includes a Foreign Military Sales (FMS) Quantity of 200 each)


NOMENCLATURE: Overhaul/Upgrade/Repair of the SERVOCYLINDER LONGITUDINAL
INPUT NSNs: 1650-01-273-7609
                        1650-01-494-0084
INPUT P/Ns: 308900-1027
                       308900-1033
OUTPUT NSN: 1650-01-494-0084
OUTPUT P/N: 308900-1033
ESTIMATED QUANTITY RANGE: Minimum 170 each - Maximum 1428 each (Maximum includes a Foreign Military Sales (FMS) Quantity of 238 each)


NOMENCLATURE: Overhaul/Repair of the SERVOCYLINDER
INPUT NSN: 1650-01-273-7610
INPUT P/N: 289300-1031
OUTPUT NSN: 1650-01-273-7610
OUTPUT P/N: 289300-1031
ESTIMATED QUANTITY RANGE: Minimum 300 each - Maximum 1800 each (Maximum includes a Foreign Military Sales (FMS) Quantity of 300 each)


The applicable North American Industry Classification System (NAICS) code is 336413 and the size standard is 1250 employees. Interested parties who have the capability to perform the above effort should respond to this notice and identify your business size and socio-economic status as applicable. All submissions must include full company names, Point of Contacts (POCs) to include, name, position, office and mobile telephone numbers and email address.


A Depot Maintenance Work Requirement (DMWR) is not available for this requirement. The Servocylinder Directional, Servocylinder Longitudinal, and Servocylinder have been identified as a Critical Safety Items (CSI). Pursuant to the provisions of Public Law No. 108-136, National Defense Authorization Act Fiscal Year 2004, Section 802, Quality Control in Procurement of Aviation Critical Safety Items and related services, as implemented for acquisition by Department of Defense Acquisition Regulation Supplement (DFARS 209-270), contracts for modification, repair, or overhaul of CSI items can only be awarded to a source approved by the head of the design control activity. Both a Product Verification Audit (PVA) and M&O CSI Quality Systems Requirement (QE-STD-2) are required for the overhaul/repair/upgrade. There are two approved sources, Parker-Hannifin Corp. (CAGE Code 82106) and Boeing Company (CAGE Code 8V613). This requirement will be an other than Full and Open Competitive Acquisition. Contractors are encouraged to seek Source Approval Requests (SAR) in order to become an approved source by submitting documentation in accordance with the Competition Advocate's Shopping List (CASL) procedures. These procedures are outlined at the following website: http://amcomdmz.redstone.army.mil/casl_cmo/casl_cmo_home.


This announcement is for information and planning purposes only and should not be construed as a commitment by the Government for any purpose. This announcement does not constitute a RFP. A synopsis will be issued at a later date for this requirement. Requests for a solicitation will not receive a response. No reimbursement will be made for any costs associated with providing information in response to this announcement and any follow-up information requested. No basis for claim against the Government shall arise as a result of a response to this announcement or Government use of any information provided. This announcement does not restrict the Government to an ultimate acquisition strategy. The Government reserves the right to consider acquisition strategies as deemed appropriate. Submittal of information is requested via electronic mail only to Caroline Ethridge, Contract Specialist, [email protected], no later than 9 November 2016.

Bid Protests Not Available

Similar Past Bids

Location Unknown 29 Jul 2010 at 7 PM
Martin Pennsylvania 13 Aug 2019 at 7 PM
Redstone arsenal Alabama 23 Jul 2018 at 1 PM

Similar Opportunities

Pennsylvania 24 Jul 2025 at 4 AM (estimated)
Pennsylvania 24 Jul 2025 at 4 AM (estimated)
Redstone arsenal Alabama 11 Aug 2025 at 5 PM
Camp murray Washington 11 Jul 2025 at 7 PM