UH=1N Audible Visual Alarm
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.
Quick Summary
The Defense Logistics Agency (DLA) Aviation at Warner Robins, GA, on behalf of the Department of Defense, is conducting market research to identify potential sources for a one-time surplus procurement of UH-1N Audible Visual Alarms. This Request for Information (RFI) seeks to identify vendors capable of supplying 10 units of NSN:6350-00-459-7701GA, PN:209-075-326-001. Responses are due by February 16, 2026.
Scope of Work
The Government is seeking sources for the surplus procurement of UH-1N Audible Visual Alarms, Model 209-075-326-001, which are mission-essential items for the UH-1N helicopter. These alarms provide RPM limit warnings for the main rotor and engines, including visual and audio alerts. Interested sources must demonstrate expertise, capability, and experience, specifically with traceability for surplus units.
Contract & Timeline
- Type: Sources Sought / Request for Information (RFI)
- Set-Aside: None specified (market research encourages both large and small businesses)
- Response Due: February 16, 2026, 2:00 PM EST
- Published: January 30, 2026
- NAICS: Recommended 423690 (Search, Detection, Navigation, Guidance, Aeronautical, and Nautical System and Instrument Manufacturing)
Evaluation
This is market research for informational planning and budgetary forecasting; it is not a solicitation for contract award. Responses will be used to assess industry capabilities and potential small business participation. The Government will not reimburse participants for expenses.
Additional Notes
The item has an Acquisition Method Code (AMC) of 3/R, indicating acquisition directly from the actual manufacturer due to the Government not owning data rights, making it uneconomical to reverse engineer or buy data. Contractors are requested to complete a Contractor Capability Survey, providing business information, facility capabilities, past experience on similar projects, and details on the condition, quantity, and trace information for any surplus units offered. Joint ventures and teaming arrangements are encouraged. Questions should be directed to the LMS, Engineer, and copied to the PCO/Buyer.