Active Solicitation · DEPT OF DEFENSE

    BELL INDEFINITE DELIVERY-INDEFINITE QUANTITY (IDIQ) FOLLOW-ON CONTRACT

    Sol. W58RGZ-26-R-0041Sources SoughtREDSTONE ARSENAL, AL
    Open · 25d remaining
    DAYS TO CLOSE
    25
    closes May 18, 2026
    POSTED
    Apr 20, 2026
    Publication date
    NAICS CODE
    336
    Primary industry classification
    PSC CODE
    1520
    Product & service classification

    AI Summary

    This Sources Sought Notice seeks to identify parties capable of producing and delivering Bell 407, 412, 429, and 505 helicopters, along with related support services. Interested parties must demonstrate their capabilities and comply with specific security and engineering requirements. Responses are due within 30 days of posting, and all submissions must be unclassified.

    Contract details

    Solicitation No.
    W58RGZ-26-R-0041
    Notice Type
    Sources Sought
    Posted Date
    April 20, 2026
    Response Deadline
    May 18, 2026
    NAICS Code
    336AI guide
    PSC / Class Code
    1520
    Issuing Office
    W6QK ACC-RSA
    Primary Contact
    Shana Freeman
    State
    AL
    ZIP Code
    35898-0000
    AI Product/Service
    both

    Description

    NOTICE TYPE: SOURCES SOUGHT

    1. DESCRIPTION:

    This is a Sources Sought Notice only.  This Notice is in support of market research to determine the feasibility of a competitive acquisition and to identify parties having an interest in and the resources capable of supporting the requirement for production and delivery aircraft, including but not limited to, the following types over a ten-year period from 2028 – 2038 and provide related support services to include publications, spares, training and technical data:

    1. Bell 407, Bell 412, Bell 429, and Bell 505 Helicopters

    1. In the past, this requirement has been restricted to Bell Textron Inc., 3255 Bell Flight Boulevard, Fort Worth, Texas, 76118; Cage Code 97499 under the basis of Defense Federal Acquisition Regulation Supplement (DFARS) 206.302-4(c) International Agreement in which the terms of an agreement or treaty or the written directions, such as a Letter of Offer and Acceptance (LOA), has the effect of requiring the use of other than competitive procedures for the acquisition.  Bell has been the only known source that has the required tooling, facilities, trained staff and proprietary data necessary to manufacture the above mentioned aircraft.  All Offerors must meet pre-qualification requirements in order to be eligible for award. 

    1. Interested parties responding to this Notice shall demonstrate their capability to provide all personnel, materials, and supplies required to satisfy all requirements.  The applicable North American Industry Classification System (NAICS) code assigned to this procurement is 3366411, Aircraft Manufacturing.  Customers include Foreign Military Sales (FMS) as well as potential sales to Other Government Agencies (OGA).  The result of this market research will contribute to determining the method of procurement. 

    1. This Notice is issued solely for information and planning purposes.  It does not constitute a Request for Proposals (RFP) or a promise to issue an RFP in the future.  Solicitations are not available at this time.  Requests for a solicitation will not receive a response.  This Notice does not constitute a commitment by the United States Government (USG) to contract for any supply or service whatsoever.  All information submitted in response to this announcement is voluntary.  The USG will not pay for information requested, nor will it compensate any Respondent for any cost incurred in developing information provided to the USG.  Not responding to this Notice does not preclude participation in any future RFP, if any is issued. 

    1.  REQUIREMENT:

    1. Requirement is for production and delivery of Bell 407, Bell 412, Bell 429, and Bell 505 aircraft and related services to include publications, spares, training and technical data.  This requirement is for potential sales to FMS and OGA. 

    1. The interested Party shall be capable of providing non-recurring engineering and logistics effort to address changes to any baseline configuration. 

    1. The interested party shall be able to obtain and maintain personnel and facilities at the secret clearance level.  The interested party shall be capable of complying with the Safeguarding Covered Defense Information and Cyber Incident Report clause at DFARS 252.204-7012 and shall have a cybersecurity program that follows the National Institute of Standards and Technology (NIST) framework for improving critical compliance assessments performed by the USG.

    1.  RESPONSE:

    a.  Interested parties are requested to submit a Statement of Capability outlining past work related to the requirements delineated above.  The Statement of Capability shall include:

    1. Company Information:

    1. Company name and address

    1. Size of Company (number of personnel, total revenue, ownership, CAGE Code, parent corporation, etc…)

    1. Point(s) of contact including name, phone number, address, and email and length of time in business

    1. Geographic presence

    1. Teaming arrangements, if any.  Delineate between work accomplished by the Prime, Subcontractors, and work accomplished by teaming partners. 

    1. Relevant contract experience/capabilities to provide requirements described above.  Could this be procured commercially, if so please provide rational.

    1. Identify how the complete lifecycle of the aircraft would be supported to include:

    1. Top availability

    1. Technical approach

    1. Production integration

    1. Continuation of system performance/suitability

    1. Integrated logistics support

    1. Facilities/personnel resources

    1. Flight operations

    1. Provide evidence of ensuring an adequately experienced and trained staff to include the process of verifying qualifications, education, certification and professional requirements. 

    1. Provide evidence of compliance with the cybersecurity policies and practices previously identified.

    1. Provide any other pertinent information that will assist the USG in this assessment. 

    1.  The USG’s intent is to better understand the current capabilities and strategies to determine the best solution.  Industry feedback is vitally important and the USG will be receptive to any and all ideas.  Proprietary Information is neither solicited nor prohibited; however, if submitted, it should be appropriately marked. 

    1.  Please limit formal white paper submission to no more than 25 pages and must be UNCLASSIFIED.  Electronic submissions are strongly encouraged.  Electronic transmissions must not exceed 5 megabytes.  All items must be in Microsoft Office 2003 or later format or Adobe PDF format.  All material submitted in response to this Notice must be UNCLASSIFIED. 

    1.  The response date for this Notice is 30 days after the posting of this Notice.  All questions and Industry responses shall be submitted via email to Army Contracting Command – Redstone, Contract Specialist: Shana Freeman, shana.l.freeman.civ@army.mil, with a courtesy copy to Contracting Officer: Dennis Alber, dennis.g.alber.civ@army.mil. 

    Contracting Office Address:

    Army Contracting Command, CCAM-AVD-C

    ATTN:  Dennis Alber, Contracting Officer

    Bldg 5309 Sparkman Center

    Redstone Arsenal, AL 35898-5000

    Points of Contact:

    Shana Freeman, Contract Specialist (520) 674-8269, or shana.l.freeman.civ@army.mil,  or Dennis Alber, Contracting Officer (520) 725-2475, or dennis.g.alber.civ@army.mil.

    Key dates

    1. April 20, 2026Posted Date
    2. May 18, 2026Proposals / Responses Due

    AI search tags

    Frequently asked questions

    BELL INDEFINITE DELIVERY-INDEFINITE QUANTITY (IDIQ) FOLLOW-ON CONTRACT is a federal acquisition solicitation issued by DEPT OF DEFENSE. Review the full description, attachments, and submission requirements on SamSearch before the response deadline.

    SamSearch Platform

    Stop searching. Start winning.

    AI-powered intelligence for the right opportunities, the right leads, and the right time.