Skip to content
Department of Defense

UH=1N Audible Visual Alarm

Solicitation: FD2060-26-00053
Notice ID: 0238dcc3723743dbbef4ee5342fa2ef9
TypeSources SoughtNAICS 423690PSC6605DepartmentDepartment of DefenseAgencyDefense Logistics AgencyStateGAPostedJan 30, 2026, 12:00 AM UTCDueFeb 16, 2026, 02:00 PM UTCExpired

Sources Sought from DEFENSE LOGISTICS AGENCY • DEPT OF DEFENSE. Place of performance: GA. Response deadline: Feb 16, 2026. Industry: NAICS 423690 • PSC 6605.

DoD CMMC Readiness
Modern compliance support by Federal Bid Partners

CMMC support options for this DoD solicitation

As DoD CMMC rollout expands, approximately 80%+ of DoD solicitations are expected to include cybersecurity/CMMC requirements, including many non-tech scopes.

Done-for-you service
CMMC start-to-finish with FBP
$2,000
Registered Practitioner logo
Guided by a Registered Practitioner with practical DoD workflow support.
  • Gap review, remediation roadmap, and implementation support
  • Policy package, evidence mapping, and submission prep
  • Designed for primes and subs across non-tech and tech work
Start CMMC with Federal Bid Partners →
AI-powered application
CMMC Pulsar™ start-to-finish
$399
CMMC Pulsar logo
First-of-its-kind CMMC Pulsar™ app to run your CMMC workflow with AI assistance.
  • Structured checklist, AI guidance, and progress tracking
  • Build evidence and controls with clearer next-step workflows
  • Ideal for teams that want speed plus affordability
Open CMMC Pulsar™ →
Solicitation context: FD2060-26-00053. Requirements vary by acquisition and contract type; COTS-only exceptions may apply.

Market snapshot

Baseline awarded-market signal across all contracting (sample of 400 recent awards; refreshed periodically).

12-month awarded value
$68,612,635,104
Sector total $68,612,635,104 • Share 100.0%
Live
Median
$159,022
P10–P90
$31,846$8,233,665
Volatility
Volatile200%
Market composition
NAICS share of sector
A simple concentration signal, not a forecast.
100.0%
share
Momentum (last 3 vs prior 3 buckets)
+100%($68,612,635,104)
Deal sizing
$159,022 median
Use as a pricing centerline.
Live signal is computed from awarded notices already observed in the system.
Signals shown are descriptive of observed awards; not a forecast.

Related hubs & trends

Navigate the lattice: hubs for browsing, trends for pricing signals.

We write these bids →
Open on SAM.gov →
Map for GA
Live POP
Place of performance
Warner Robins, Georgia • 31098 United States
State: GA
Contracting office
Robins A F B, GA • 31098-1813 USA

Point of Contact

Name
Terrence Wideman
Email
terrence.wideman.2@us.af.mil
Phone
4784686475
Name
April Walls
Email
april.walls@us.af.mil
Phone
4789265000

Agency & Office

Department
DEPT OF DEFENSE
Agency
DEFENSE LOGISTICS AGENCY
Subagency
DLA AVIATION
Office
DLA AVIATION WARNER ROBINS • DLA AVIATION AT WARNER ROBINS, GA
Contracting Office Address
Robins A F B, GA
31098-1813 USA

More in NAICS 423690

Description

Request for Information

UH-1N Audible Visual Alarm

CAUTION:

The Government is conducting market research to identify potential sources that possess the expertise, capabilities, and experience to meet the requirements for a One-Time surplus procurement of the UH-1N Audible Visual Alarm NSN:6350-00-459-7701GA, PN:209-075-326-001 QTY 10ea

According to the AFMC Form 761 for this NSN, Screening Analysis Worksheet, the AMC/AMSC for this item is 3/R.

AMC = Acquisition Method Code

AMSC = Acquisition Method Suffix Code

3 = Acquire, for the second or subsequent time, directly from the actual manufacturer.

R = The Government does not own the data or the rights to the data needed to purchase this part from additional sources.  It has been determined to be uneconomical to buy the data or rights to the data.  It is uneconomical to reverse engineer the part.  This code is used when the Government did not initially purchase the data and/or rights.  If only one source has the rights or data to manufacture this item, AMCs 3, 4, or 5 are valid.  If two or more sources have the rights or data to manufacture this item, AMCs 1 or 2 are valid.

Contractors/Institutions responding to this market research are placed on notice that participation in this survey may not ensure participation in future solicitations or contract awards. The government will not reimburse participants for any expenses associated with their participation in this survey.

FAR 52.215-3, Request for Information or Solicitation for Planning Purposes (Oct 1997):

(a) The Government does not intend to award a contract on the basis of this request or to otherwise pay for the information solicited except as provided in subsection 31.205-18 Bid and Proposal (B&P) Costs, of Federal Acquisition Regulation

(b) Although "proposal" and "offeror" are used in this Request for Information, your response will be treated as information only.  It shall not be used as a proposal.

(c) This solicitation is issued for the purpose of informational planning and budgetary forecasting by the government.

INSTRUCTIONS:

1. The document(s) below contains a description of the UH-1N Audible Visual Alarm requirement and a Contractor Capability Survey. The Survey allows Contractors to provide their company’s capability.

2. If, after reviewing these documents, you desire to participate in the market research, you should provide documentation that supports your company’s capability in meeting these requirements. Failure to provide documentation may result in the government being unable to adequately assess your capabilities. If you lack sufficient experience in a particular area, please provide details explaining how you would overcome the lack of experience/capabilities in order to perform that portion of the requirement (i.e., teaming, subcontracting, etc.)

a. Identify any areas of work that your organization believes should be broken out exclusively for Small Business.

3. Both large and small businesses are encouraged to participate in this Market Research. Joint ventures or teaming arrangements are encouraged.

4. Questions related to this market research should be addressed to the LMS, Engineer, and CC to the PCO/Buyer. 

UH-1N Audible Visual Alarm

PURPOSE/DESCRIPTION

The Government is conducting market research to identify potential sources that possess the expertise, capability, and experience for the surplus procurement of the UH-1N Audible Visual Alarm NSN:6350-00-459-7701GA, PN:209-075-326-001.  

The UH-1N Audible Visual Alarm Model 209-075-326-001 is a mission essential item used on the UH-1N that receives information relative to the RPM of the main rotor and the RPM of each engine through tachometer sensor circuits. The RPM Limit Warning Control interprets these tachometer signals and causes the RPM warning light to illuminate whenever a low or high RPM condition exists with the main rotor or a low rpm condition with Engine No. 1 or Engine No. 2. It also provides an audio control signal (28V DC) which causes an audio tone to be present in pilot’s and copilot’s headsets whenever a low RPM condition exists with the main rotor.

Interested sources may identify their interest and capability to respond to the requirements. Interest sources must have traceability of surplus UH-1N Audible Visual Alarms.

CONTRACTOR CAPABILITY SURVEY

The UH-1N Audible Visual Alarm NSN:6350-00-459-7701GA, PN:209-075-326-001.  

Part I. Business Information

Please provide the following business information for your company/institution and for any teaming or joint venture partners:

  • Company/Institute Name:
  • Address:
  • Point of Contact:
  • CAGE Code:
  • Phone Number:
  • E-mail Address:
  • Web Page URL:
  • Size of business pursuant to North American Industry Classification System (NAICS) Code: Recommend using NAICS 423690 – Search, Detection, Navigation, Guidance, Aeronautical, and Nautical System and Instrument Manufacturing.

Based on the above NAICS Code, state whether your company is:

  • Small Business (Yes / No)
  • Woman Owned Small Business (Yes / No)
  • Small Disadvantaged Business (Yes / No)
  • 8(a) Certified (Yes / No)
  • HUBZone Certified (Yes / No)
  • Veteran Owned Small Business (Yes / No)
  • Service Disabled Veteran Small Business (Yes / No)
  • System for Award Management (SAM) (Yes / No)
  • A statement as to whether your company is domestically or foreign owned (if foreign, please indicate the country of ownership).

E-mail responses must be received no later than close of business on 12 February 2026.

LMS: kiem.tarpley@us.af.mil

Engineer: robert.guest.4@us.af.mil

Buyer: terrence.wideman.2@us.af.mil

PCO: april.walls@us.af.mil

Questions related to this Market Research should be addressed to the LMS, Engineer, and CC to the PCO/Buyer. 

Part II. Capability Survey Questions

A. General Capability Questions:

1. Describe briefly the capabilities of your facility and nature of the goods and/or services you provide.

2. Describe your company's past experience on previous projects similar in complexity to this requirement. Include contract numbers, a brief description of the work performed, period of performance, agency/organization supported, and individual point of contact.

3. For Surplus Offered Provide the condition, QTY, and trace information.  

DIBBS / DLA Details

Files

Files size/type shown when available.

This solicitation appears to be hosted on DIBBS.

BidPulsar Analysis

A practical, capture-style breakdown of fit, requirements, risks, and next steps.

Analysis is being generated for this notice. Check back shortly.

FAQ

How do I use the Market Snapshot?

It summarizes awarded-contract behavior for the opportunity’s NAICS and sector, including a recent pricing band (P10–P90), momentum, and composition. Use it as context, not a guarantee.

Is the data live?

The signal updates as new awarded notices enter the system. Always validate the official award and solicitation details on SAM.gov.

What do P10 and P90 mean?

P10 is the 10th percentile award size and P90 is the 90th percentile. Together they describe the typical spread of award values.