SOLICITATION NOTICE
15 -- Sikorsky Aircraft Corporation Presidential Helicopter Indefinite Delivery Indefinite Quantity Contract
- Notice Date
- 2/26/2025 5:38:43 AM
- Notice Type
- Presolicitation
- NAICS
- 336411
— Aircraft Manufacturing
- Contracting Office
- NAVAL AIR SYSTEMS COMMAND PATUXENT RIVER MD 20670-5000 USA
- ZIP Code
- 20670-5000
- Solicitation Number
- 2025-APM274-PresHeloIDIQ-Follow-on-0001
- Response Due
- 3/13/2025 1:00:00 PM
- Archive Date
- 03/28/2025
- Point of Contact
- Brittany S. Reynolds
- E-Mail Address
-
brittany.s.reynolds3.civ@us.navy.mil
(brittany.s.reynolds3.civ@us.navy.mil)
- Description
- The Naval Air Systems Command intends to award an Indefinite Delivery Indefinite Quantity contract to Sikorsky Aircraft Corporation, a Lockheed Martin Company (Sikorsky), in accordance with 10 U.S.C. 3204(a)(1) as implemented by FAR 6.302-1, ""Only One Responsible Source and No Other Type of Supplies or Services Will Satisfy Agency Requirements."" This effort is for the procurement of products and services required to rapidly integrate and field VH Presidential Helicopters (VH-92A�, VH-60N and VH-3D), simulator, training device/aircraft, and GSE modifications that support capability/technology insertions, obsolescence redesigns, and reliability/sustainability improvements. The Government requires Sikorsky, as the Original Equipment Manufacturer (OEM) and Federal Aviation Administration (FAA) Type Certification (TC) holder for the VH-92A, to support requirements development with technical analysis, design and integrate modifications, create aircraft modification certification plans to coordinate with the FAA Organizational Delegated Authority to obtain approval for updates to the S-92 TC, and support retrofit of the VH aircraft with the approved design solution, to include procurement of hardware, software, and initial spares. The effort includes, but is not limited to: program management, engineering; integrated logistics support; configuration management; System Integration Lab operation and maintenance; test and test support; FAA certification activities; aircraft, simulator, trainer and GSE modification support. This is a follow-up announcement to the Sources Sought, 2025-APM274-PresHeloIDIQ-0001, previously posted to SAM.gov. The Sources Sought announcement is now closed. No response was received. This notice of intent is not a request for competitive proposals. However, interested parties are requested to submit a capability statement for the purpose of determining whether to initiate a competitive procurement. All responses received by the Government within fifteen days after date of publication of this synopsis will be considered by the Government. A determination by the Government not to compete these proposed contract actions based upon responses to this notice is solely within the discretion of the Government. Questions regarding this notice should be addressed to Brittany Reynolds via e-mail at brittany.s.reynolds3.civ@us.navy.mil. Small businesses who are interested in subcontracting opportunities for these efforts should contact Deborah Zacharias at deborah.zacharias@lmco.com.
- Web Link
-
SAM.gov Permalink
(https://sam.gov/opp/071e935b1acd4d5ebe60df01bf57feb6/view)
- Place of Performance
- Address: CT 06614, USA
- Zip Code: 06614
- Country: USA
- Zip Code: 06614
- Record
- SN07354411-F 20250228/250226230039 (samdaily.us)
- Source
-
SAM.gov Link to This Notice
(may not be valid after Archive Date)
| FSG Index | This Issue's Index | Today's SAM Daily Index Page |