Loading...
N00019-26-SIMACQ-APM299-0409
Response Deadline
Apr 17, 2026, 8:00 PM(EDT)12 days
Eligibility
Contract Type
Sources Sought
1.0 INTRODUCTION
The Naval Air Systems Command (NAVAIR), in support of PMA-299 MH-60 Multi-Mission Helicopter Program Office, is seeking information regarding the current capability to provide evaluation, identification, and proposed engineering solution for the Winch Controller Assembly (WCA part number 38010-2; NIIN 016444306) Bumper Bean Isolator (part number PRV-0891-23) within the Airborne Mine Countermeasure (AMCM) Carriage, Stream, Tow and Recovery System (CSTRS) Weapons Replaceable Assembly (WRA). The proposed solution should include development of preliminary redline drawing markups, and a non-indentured Bill of Material (BOM) of the bumper bean isolator. Additionally, the Contractor will deliver an engineering obsolescence report summarizing all obsolescence issues currently residing in the CSTRS.
2.0 DISCLAIMER
THIS SOURCES SOUGHT IS FOR INFORMATIONAL PURPOSES ONLY. THIS IS NOT A REQUEST FOR PROPOSAL. IT DOES NOT CONSTITUTE A SOLICITATION AND SHALL NOT BE CONSTRUED AS A COMMITMENT BY THE GOVERNMENT. RESPONSES IN ANY FORM ARE NOT OFFERS AND THE GOVERNMENT IS UNDER NO OBLIGATION TO AWARD A CONTRACT AS A RESULT OF THIS ANNOUNCEMENT. NO FUNDS ARE AVAILABLE TO PAY FOR PREPARATION OF RESPONSES TO THIS ANNOUNCEMENT. ANY INFORMATION SUBMITTED BY RESPONDENTS TO THIS TECHNICAL DESCRIPTION IS STRICTLY VOLUNTARY. RESPONSES TO THIS SOURCES SOUGHT WILL NOT BE RETURNED. RESPONDENTS WILL NOT BE NOTIFIED OF THE RESULTS OF THE REVIEW.
3.0 BACKGROUND
The Bumper Bean Isolator is part of the Winch Controller Assembly and is obsolete, requiring analysis of alternatives. The incumbent is Enterprise Ventures Corporation (EVC).
4.0 ELIGIBILITY
The applicable NAICS code for this requirement is 334511 with a Small Business Size Standard of 1,350 employees. The applicable product service code is 5845, Underwater Sound Equipment. Businesses of all sizes are encouraged to respond; however, each respondent must clearly identify their business size.
5.0 ANTICIPATED PERIOD OF PERFORMANCE
The estimated period of performance is 6 months. Assume the earliest contract award date of 30 May 2026.
6.0 PLACES OF PERFORMANCE
90% Contractor location, 5% Cherry Point, NC, 5% Patuxent River, MD
7.0 REQUIRED CAPABILITIES
8.0 SUBMISSION INFORMATION
It is requested that interested businesses submit to the contracting office a brief capabilities statement package (no more than 12 pages in length, single-spaced, 12-point font minimum) demonstrating ability to perform the tasking listed under the required capabilities. This documentation must address at a minimum the following:
Your response to this Sources Sought, including any capabilities statement, shall be electronically submitted via email to morgan.p.mckay.civ@us.navy.mil, in either Microsoft Word or Portable Document Format (PDF). The deadline for response to this request is 4:00 p.m., Eastern Daylight Time, 17 April 2026.
All data received in response to this Sources Sought that is marked or designated as corporate or proprietary will be protected. Information and materials submitted in response to this request WILL NOT be returned. Classified material SHALL NOT be submitted.
No phone calls will be accepted.
All questions must be submitted via e-mail. The Government is not committed nor obligated to pay for the information provided, and no basis for claims against the Government shall arise as a result of a response to these Sources Sought.
Morgan P. McKay
Lynn E. Fletcher
DEPT OF DEFENSE
DEPT OF THE NAVY
NAVAIR
NAVAIR HQS
NAVAL AIR SYSTEMS COMMAND
NAVAL AIR SYSTEMS COMMAND
NAVAL AIR SYSTEMS CMD HEADQUARTERS
NAVAL AIR STATION
PATUXENT RIVER, MD, 20670-5000
NAICS
Search, Detection, Navigation, Guidance, Aeronautical, and Nautical System and Instrument Manufacturing
PSC
UNDERWATER SOUND EQUIPMENT
Set-Aside
No Set aside used