Skip to main content

An official website of the United States government

You have 2 new alerts

H-60 MEDEVAC Powered Ascender

Looking for contract opportunity help?

APEX Accelerators are an official government contracting resource for small businesses. Find your local APEX Accelerator (opens in new window) for free government expertise related to contract opportunities.

APEX Accelerators are funded in part through a cooperative agreement with the Department of Defense.

The APEX Accelerators program was formerly known as the Procurement Technical Assistance Program (opens in new window) (PTAP).

General Information

  • Contract Opportunity Type: Sources Sought (Updated)
  • Updated Published Date: May 07, 2024 03:38 pm EDT
  • Original Published Date: Apr 25, 2024 03:41 pm EDT
  • Updated Response Date: May 22, 2024 05:00 pm EDT
  • Original Response Date: May 15, 2024 05:00 pm EDT
  • Inactive Policy: 15 days after response date
  • Updated Inactive Date: Jun 06, 2024
  • Original Inactive Date: May 30, 2024
  • Initiative:
    • None

Classification

  • Original Set Aside:
  • Product Service Code: K015 - MODIFICATION OF EQUIPMENT- AIRCRAFT AND AIRFRAME STRUCTURAL COMPONENTS
  • NAICS Code:
    • 336413 - Other Aircraft Parts and Auxiliary Equipment Manufacturing
  • Place of Performance:
    Redstone Arsenal , AL 35898
    USA

Description

1. 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 having the capability/resources to support/provide the H-60 BLACK HAWK fleet with a Powered Ascender to be used as an alternative for Army hoist operations. The H-60 MEDEVAC Product Office is designated as the product manager for the U.S. Army’s H-60 MEDEVAC aircraft and will be the recipient customer of the products sought. The Government is seeking to incorporate this technology into the system, in an effort to provide an alternative carry-on / carry-off solution to BLACK HAWK rescue hoist operations. This technology is currently not available for Army H-60 BLACK HAWK aircraft. The North American Industry Classification System (NAICS) code applicable to this notice is 336413. The Product Service Codes (PSC) are K015, Modification of Equipment- Aircraft and Airframe Structural Components, and 1680 (Miscellaneous Aircraft Accessories And Components). This notice is issued solely for information and planning purposes- it does not constitute a Request for Proposal (RFP) or a promise to issue an RFP in the future. A solicitation is 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 to contract for any supply or service whatsoever. All information submitted in response to this announcement is voluntary; the United States Government will not pay for information requested, nor will it compensate any respondent for any cost incurred in developing information provided to the United States Government. Not responding to this notice does not preclude participation in any future RFP, if any is issued. If a solicitation is released, it will be synopsized on the SAM.gov website. It is the responsibility of the potential offerors to monitor this site for additional information pertaining to this requirement. a. SCOPE The Government requires the Powered Ascender system to be a carry-on / carry-off solution to Army rescue hoist operations in the event an aircraft’s primary rescue hoist is not installed or not operational. In addition, the Powered Ascender shall not be permanently mounted to the aircraft, be easily removable and not electrically connected to the aircraft. The intent of this Sources Sought is to assess the state-of-the art of the technology available in commercial hoisting solutions that could be applied to this requirement. The Government envisions a solution for a portable hoisting device that meets the following operational and program requirements: a.1. Non-Developmental Item The Powered Ascender should be a non-developmental item to the maximum extent possible. The device minimum lift capability is 600 pounds. a.2. Qualification The Powered Ascender must be able to meet the Airworthiness Requirements outlined in Army Regulation (AR) 70-62 and any requirements levied by the United States Army Aeromedical Research Laboratory (USAARL) Joint En Route Care Equipment Test Standard (JECETS). Proof of qualification or at least a path to qualification should be addressed in the response. b. REQUIREMENTS The interested party shall be capable of providing a Powered Ascender able to meet the Airworthiness Requirements described in 1.a SCOPE above. b.1. SECURITY This is unclassified. No DD254 will be required. b.2 OTHER Any resulting contract shall be compliant with the specialty metals restriction of the Berry Amendment (10 U.S.C. 2533a and 2533b) in accordance with DFARS clauses 252.225-7008 and 252.225-7009. b.3 CYBER SECURITY Any resulting contract will require compliance with: i. Defense Federal Acquisition Regulation Supplement (DFARS) 252.204-7012, “Safeguarding Covered Defense Information and Cyber Incident Reporting ii. DoD Instruction (DoDI) 8582.01, “Security of Unclassified DoD Information on Non-DoD Information Systems NIST Special Publication (SP) 800-88, Rev 1, Guidelines for Media Sanitization, December 2014 2. Interested businesses are requested to submit a brief capabilities statement package demonstrating ability to provide the products/systems listed in this Sources Sought notice. The capabilities statement package shall include: a. Company information including: i. Company name and address ii. Size of company (number of personnel, total revenue, ownership, Commercial and Government Entity (CAGE) Code, Parent Corporation, etc.) iii. Socio-economic status iv. Point(s) of contact including name, position, phone number, address, email address and length of time in business v. Geographic presence b. Teaming arrangements, if any. If significant subcontracting or teaming is anticipated in order to deliver technical capability, organizations should address the administrative and management structure of such arrangements. c. Tailored capability statements addressing the requirements of this notice, with appropriate documentation supporting claims of organizational and staff capability. d. Describe how your organization's Cybersecurity policies and practices align with the following: i. Defense Federal Acquisition Regulation Supplement (DFARS) 252.204-7012, “Safeguarding Covered Defense Information and Cyber Incident Reporting ii. DoD Instruction (DoDI) 8582.01, “Security of Unclassified DoD Information on Non-DoD Information Systems iii. NIST Special Publication (SP) 800-88, Rev 1, Guidelines for Media Sanitization, December 2014 e. Provide any other pertinent information that will assist us in this assessment. Respondents shall not be obligated to provide the supplies or services described herein and it is understood by the United States Government that the cost estimates provided as a result of this request are "best" estimates only. The response date for this notice is 30 days after the posting of this notice. No collect calls will be accepted. All responses to this notice may be submitted via e-mail to Levi Peavy, Contract Specialist, at levi.w.peavy.civ@army.mil and courtesy copy to LaNita McGraw-Holloway, Contracting Officer, at lanita.m.mcgraw-holloway.civ@army.mil. Electronic transmissions must not exceed 5 megabytes and responses in the form of white papers should be no more than ten 8.5 X 11-inch pages, font no smaller than 10 point) demonstrating ability to provide the products/systems listed in this Sources Sought notice. Submission shall be in either Microsoft Word or Portable Document Format (PDF). Reference the Sources Sought notice number in subject line of the email and on all enclosed documents. All information and materials submitted in response to this notice must be unclassified. Do not submit classified material. Submitted information/materials will not be returned. All data received in response to this Sources Sought that is marked or designated as corporate or proprietary will be fully protected from any release outside the Government.

Contact Information

Contracting Office Address

  • AMCOM CONTRACTING CENTER AIR SPARKMAN CIR BLDG 5303
  • REDSTONE ARSENAL , AL 35898-0000
  • USA

Primary Point of Contact

Secondary Point of Contact

History