Loading...
W58RGZ-26-R-0064
Response Deadline
May 7, 2026, 9:00 PM(CDT)14 days
Eligibility
Contract Type
Presolicitation
The contractor shall furnish all services, facilities, labor, parts, materials, equipment, tools, and data necessary to accomplish the inspection and overhaul for the following assets:
Noun: Actuator Assembly, E.
NSN: 1680-01-118-5607
Input P/N: SYLC50480-1
Output P/N: 145CS100-5
Estimated Quantity: 164 Maximum
Estimated Quantity Range: 25 Minimum / 200 Maximum (includes / 32 FMS)
The applicable North American Industry Classification System (NAICS) Code is 336413 and the size standard is 1,250 employees.
The proposed contractual action will be a limited source, five-year, Firm Fixed Price (FFP) Indefinite Delivery Indefinite Quantity (IDIQ) Maintenance and Overhaul (M&O), with maximum quantities listed above. Technical Data is currently available to support the purchase of the Actuator Assembly, E. This part is identified as a Critical Safety Item (CSI). Per AMCOM Regulation 702-7, all CSI overhaul services shall only be procured from Engineering Support Activity (ESA) approved sources. An approved source(s) has been verified by the ESA (US Army Combat Capabilities Development Command, Systems Readiness Directorate (SRD). Technical Data is currently available to support the purchase of the Actuator Assembly, E. The two approved sources are Airtronics, LLC and The Boeing Company. The Boeing Company advised the Army that it did not wish to participate in this requirement. DMWR has been identified for this effort.
Interested parties must have secured the rights to the technical data package to be a potential source for the overhaul of this part. If a new source acquires the proprietary data from the approved sources during the contract period of performance, the new source can compete in future procurements. This procurement is now only restricted to Airtronics, LLC (CAGE Code: 58078) (UEI: U8ZKGNNR4YR8) (SMALL).
An RFP will be issued at a later date for this requirement. 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. All responsible sources may submit an offer which shall be considered by the agency. The closing date annotated is an estimated date dependent upon the date of the release of the solicitation; however, the solicitation will not open prior to the closing date stated on the synopsis. No telephone requests for the solicitation will be accepted.
Point of Contact: Nathan DeFranco, email: nathan.p.defranco@army.mil. Foreign firms are reminded that all request for solicitation must be processed through their respective embassies. All responsible sources may submit a proposal which shall be considered by the Agency. This requirement is currently unfunded. Award will be withheld pending receipt of sufficient funds.
Nathan DeFranco
Charles R. Miller
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
MISCELLANEOUS AIRCRAFT ACCESSORIES AND COMPONENTS
Set-Aside
No Set aside used