This is a sources sought announcement. This announcement is in support of market research to determine the feasibility of a competitive acquisition and to identify potential sources that can provide the overhaul for the following item:
NOMENCLATURE: Vibration Control System
INPUT NSNs: P/Ns:
6635-01-557-9607 C99081-001
OUTPUT NSN: P/N:
6635-01-557-9607 C99081-001
ESTIMATED QUANTITY RANGE: Minimum 36 each – Maximum 130 each
(Maximum includes a Foreign Military Sales (FMS) Quantity of 22 each)
The applicable North American Industry Classification System (NAICS) code is 334519 and the size standard is 600 employees. Interested parties who have the capability to perform the above effort should respond to this notice and identify your business size and socio-economic status as applicable. All submissions must include full company name, Point of Contacts (POCs) to include, name, position, office and mobile telephone numbers and email address.
No DMWR has been identified for this effort. Currently, the only known approved sources for the repair data for the Vibration Control System are Moog, Inc. (Large Business) and Sikorsky Aircraft Corporation (Large Business).
If any contractor has access to this proprietary data, please provide a capabilities statement to the Contract Specialist or Contracting Officer (KO) detailing the authorization from either Moog, Inc. or Sikorsky Aircraft Corporation to utilize the proprietary data necessary to manufacture this requirement. All offerors must have the ability to procure the requisite proprietary data from aforementioned source(s) in order to be eligible for award.
Contractors are encouraged to seek Source Approval Requests (SAR) in order to become an approved source by submitting documentation or questions to the following address: usarmy.redstone.ccdc- avmc.mbx.ed-sar@army.mil.
This announcement is for information and planning purposes only and should not be construed as a commitment by the Government for any purposes. This announcement does not constitute a Request for Proposal (RFP). A synopsis will be issued at a later date for this requirement. Requests for a solicitation will not receive a response. 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. This announcement does not restrict the Government to an ultimate acquisition strategy. The Government reserves the right to consider acquisition strategies as deemed appropriate. Submittal of information is requested via electronic mail only to Andrew Cameron, Contract Specialist, andrew.e.cameron.civ@army.mil, no later than 10 September 2025. Reference the sources sought number in the subject line of the e-mail and on all enclosed documents. Information and materials submitted in response to this request WILL NOT be returned. DO NOT SUBMIT CLASSIFIED MATERIAL.