Loading...
W58RGZ-26-B-0007_StepOne
Response Deadline
May 15, 2026, 10:00 PM(CDT)29 days
Eligibility
Contract Type
Presolicitation
Step-One (Technical Evaluation) Solicitation- W58RGZ-26-B-0007
DATE: 16 APR 2026
Product or Service Code: 4320
Contracting Office Address:
U.S. Army Aviation and Missile Command (W58RGZ)
ATTN: CCAM-AVA-B, Building 5303, Martin Road Redstone Arsenal, AL 35898-5280 (US)
SUBJECT: Overhaul, PUMPING UNIT, HYDRAULIC for the (UH-60) Blackhawk TECHNICAL SUBMISSION (STEP-1)
SOLICITATION NUMBER: W58RGZ-26-B-0007
RESPONSE DATE: 15 May 2026, 5PM, CST
Contracting Officer: Edward A. Peterson, email:edward.a.peterson4.civ@army.mil
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: 4320-01-147-2150
INPUT P/N: 70652-02950-105
OUTPUT NSN: 4320-01-147-2150
OUTPUT P/N: 70652-02950-105
ESTIMATED QUANTITY RANGE: Minimum 36 each – Maximum 216 each (Maximum includes a Foreign Military Sales (FMS) Quantity of 36 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 non- commercial; FAR Part 12 will not 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 PUMPING UNIT, HYDRAULIC. 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. This begins the start of step-one technical submission. The technical information (step-one) will be submitted no later than 15 May 2026, 5 PM CST.
2. Technical proposals (Step-One) shall not include prices or pricing information.
3. Bidders shall ensure 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 120 days after receipt of bids.
Technical acceptability for step-one 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 PUMPING UNIT, HYDRAULIC for the UH-60? If not, has your company performed 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.
D. Please provide contact information for the Defense contract management Agency (DCMA) that served as your administrative contracting officer.
E. 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.
What are the required minimal qualifications and specialized skills of a technician?
Describe experience in repairing hydraulic systems.
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?
F. 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 access to standard shop tools?
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.
G. Do you have an overhaul plan for the subject 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, procedures covering the following major categories, and sample run sheet(s), at a minimum:
*NOTE* A routing document or shop traveler is NOT an acceptable substitution for an overhaul plan.
H. Can your company acquire all necessary parts, tooling and materials to complete an overhaul?
I. If you have worked with Sikorsky, Cage 78286 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.
J. 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.
K. Provide a copy of the purchase order, or other evidence that you have the rights to the data or drawings in your possession.
Bidders should submit proposals that are acceptable without additional explanation or information.
The Government may make a final determination regarding a proposal’s acceptability solely on the basis of the proposal as submitted; and may proceed with the second step without requesting further information from any bidder. However, the Government may request additional information from bidders of proposals that it considers reasonably susceptible of being made acceptable and may discuss proposals with their bidders.
A notice of unacceptability will be forwarded to the bidder upon completion of the proposal evaluation and final determination of unacceptability.
Multiple technical proposals may be submitted by each bidder. No telephone requests for the solicitation will be accepted. The pricing piece of the solicitation (Step 2) will not be posted on SAM.gov and will only be provided to the contractors who pass step 1. Requests for step 2 of the solicitation shall not be responded to.
Colby Stewart
Edward A. Peterson
DEPT OF DEFENSE
DEPT OF THE ARMY
AMC
ACC
ACC-CTRS
ACC RSA
W6QK ACC-RSA
W6QK ACC-RSA
AMCOM CONTRACTING CENTER AIR
SPARKMAN CIR BLDG 5303
REDSTONE ARSENAL, AL, 35898-0000
NAICS
Other Aircraft Parts and Auxiliary Equipment Manufacturing
PSC
POWER AND HAND PUMPS