Closed Solicitation · DEPT OF DEFENSE
AI Summary
The U.S. Army is seeking proposals for the overhaul of the Electronic Sequencing Control Unit for the UH-60 Blackhawk. This presolicitation requires technical submissions by October 15, 2025. The contract will be a five-year, Firm-Fixed-Price IDIQ with a minimum of 53 and a maximum of 318 units. Bidders must demonstrate technical capability without including pricing information.
STEP 1 Tech Evaluation Overhaul Elec Seq CTR unit (CAR)
W58RGZ-26-B-0005
DATE: 16 SEPTEMBER
YEAR: 2025
CONTRACTING OFFICE ZIP CODE: 35898-5820
Product or Service Code: 6110
Contracting Office Address:
U.S. Army Aviation and Missile Command (W58RGZ)
ATTN: CCAM-ALB, Building 5303, Martin Road Redstone Arsenal, AL 35898-5280 (US)
SUBJECT: OVERHAUL OF THE ELECTRONIC SEQUENCING CONTROL UNIT for the (UH-60) Blackhawk TECHNICAL SUBMISSION (STEP-1)
SOLICITATION NUMBER: W58RGZ-26-B-0005
SET-ASIDE STATUS: N/A
RESPONSE DATE: 15 October 2025, 1700 hours, 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: 6110-01-328-5258
INPUT P/N: 2118806-2
OUTPUT NSN: 6110-01-328-5258
OUTPUT P/N: 2118806-2
ESTIMATED QUANTITY RANGE: Minimum 53 each – Maximum 318 each,
(FMS quantity- 53, US Quantity 265).
The proposed contractual action will be a Five (5) year, Firm-Fixed-Price (FFP) Indefinite Delivery Indefinite Quantity (IDIQ) overhaul contract, with minimum/maximum quantities listed above. These items are commercial; FAR Part 12 will be utilized. Required delivery shall be FOB Origin. This procurement will be solicited as a Full and Open competitive requirement.
The U.S. Army Contracting Command – Redstone Arsenal (ACC-RSA) will issue an Invitation for Bid (IFB) for the overhaul of the ELEC SEQ CONTROL UNIT. 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 is being issued and Step-Two will be issued as a Full and Open Competitive action using the Two-Step Sealed Bidding Method in accordance with FAR Subpart 14.5. This notice constitutes the Step One Request for Technical Proposals in accordance with FAR 14.503-1. FAR 52.214-24 is incorporated by reference in this request. 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 (Step-One) 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 (Step-One) 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 October 15, 2025, 1700 hours CST.
Technical proposals (Step-One) shall not include prices or pricing information.
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 ELEC SEQ CONTROL UNIT 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? Provide the name, organization, and contact information.
d. 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.
Calibration program
Continuous improvement/self-audits program
Non-conformance parts & quality escapes
Parts obsolescence
Periodic training/certification/recertification program
Certification/release of test stand/equipment for production
Traceability of repair & maintenance performed, records keeping program
What are the required minimal qualification and specialized skills of an
electronic technician?
Describe experience in depinning and pinning electrical connectors.
Describe experience in replacing crimp type pins.
Describe experience in circuit-board level repair, desolder and solder of
electrical components.
Describe experience in repairing and replacing electrical wires.
Do you have electrical static discharge (ESD) prevention
program/capability?
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 workbenches with ESD control and access to standard shop tools?
Availability of electronic test equipment necessary for troubleshooting of electrical circuit and performing milliohm electrical bond tests?
If applicable, do you have the required equipment to install, verify, and update application software/firmware?
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 plan to outsource any or all portion of the repair/overhaul work? If yes, will you have any problem to flow-down/enforce Army requirements of line items E-K to the outsourced vendor(s)?
*NOTE* A routing document or shop traveler is NOT an acceptable substitution for an overhaul plan.
h. Can your company acquire all necessary
parts/components/subcomponents, tooling and materials to fully support an overhaul program?
i. If you have worked with Sikorsky, Cage CODE 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? Provide license or certificate for substantiation. Omission is not acceptable.
k. Provide a copy of the purchase order, or other evidence that you have the rights to the data or drawings in your possession.
k. Evaluation of Technical Proposals
The Government may make a final determination regarding a proposal’s acceptability solely based on the proposal as submitted without requesting further information from any offeror. The Government will evaluate the technical proposal and bid samples submitted in response to Step 1 of the solicitation in accordance with (IAW) the evaluation approach indicated below. Overall, the submissions shall be categorized as:
Acceptable: Acceptable means the submitted technical proposal meets all the technical requirements in Section II, Technical Requirements, of the solicitation.
Unacceptable: Failure to provide a full and detailed response and the required substantiation documents to the line items E-K will render the submission unacceptable.
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 bidders upon completion of the proposal evaluation and final determination of unacceptability.
Multiple technical proposals may be submitted by each offeror. No telephone request for the synopsis will be accepted. Request for the synopsis shall not be responded to. Your response to step-one, shall be electronically submitted to the Contract Specialist, Aysia Young in either Microsoft Word or Portable Document Format (PDF), via email aysia.l.young.civ@army.mil no later than 1700 p.m. Central Time on October 15, 2025 and reference the solicitation number in the subject line of the step-one.
This requirement is currently unfunded. Award will be withheld pending receipt of sufficient funds. The closing date annotated is an estimated date and may be adjusted dependent upon the date of release of the synopsis; however, the synopsis will not close prior to the closing date stated above.
STEP ONE TECHNICAL EVALUATION, OVERHAUL ELEC SEQ CTR UNIT 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
AI-powered intelligence for the right opportunities, the right leads, and the right time.