Pre-Solicitation Synopsis for the Overhaul of the Computer Subassembly for the UH-60 Black Hawk
Overview
Buyer
Place of Performance
NAICS
PSC
Set Aside
Original Source
Timeline
Qualification Details
Fit reasons
- NAICS alignment with historical contract wins in similar service areas.
- Scope strongly matches core technical capabilities and delivery model.
Risks
- Past performance thresholds may require one additional teaming partner.
- Potential clarification needed on staffing minimums before bid/no-bid.
Next steps
Validate eligibility requirements, assign capture owner, and schedule partner outreach to confirm teaming strategy before submission planning.
The contractor shall furnish all services, facilities, labor, parts, materials, equipment, tools, and data (other than Government Furnished Property), necessary to accomplish the Overhaul of the following assets:
NOMENCLATURE: Computer Subassembly
INPUT NSNs: P/Ns:
7050-01-684-6246 6B04942-0002
OUTPUT NSN: P/N:
7050-01-684-6246 6B04942-0002
ESTIMATED QUANTITY RANGE: Minimum 5 each – Maximum 54 each
(Maximum includes a Foreign Military Sales (FMS) Quantity of 9 each)
The proposed contractual action will be a Five (5) year, Firm-Fixed-Price (FFP) Indefinite Delivery Indefinite Quantity (IDIQ) Maintenance and Overhaul type contract, with minimum / maximum quantities listed above. These items are not commercial; FAR Part 12 will not be utilized. Required delivery shall be FOB Origin. This item is not a Critical Safety Item (CSI); however, there is no DWMR available for this acquisition. Currently, the only known source for the Computer Subassembly is Northrop Grumman (Large Business).
If any contractor has access to this proprietary data, please provide a capabilities statement to the Contract Specialist or Contracting Officer detailing the authorization from Northrop Grumman to utilize the proprietary data necessary for this requirement. All offerors must have the ability to procure the requisite proprietary data from the aforementioned sources in order to be eligible for award.
This procurement will follow the procedures of FAR Part 15. No telephone requests for the solicitation will be accepted. Requests for the solicitation shall be by email only. Email requests should be sent to andrew.e.cameron.civ@army.mil. proposals shall be emailed. No fax or hard copy responses will be accepted. 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.