Skip to content
Department of Defense

Sources Sought for UH-60 STAKING SET, BEARING

Solicitation: W58RGZ-26-R-0040
Notice ID: 839bd2cda4e7496d8cbbdf16fd77cb52
TypeSources SoughtNAICS 334413PSC5980Set-AsideNONEDepartmentDepartment of DefenseAgencyDept Of The ArmyStateALPostedFeb 18, 2026, 12:00 AM UTCDueFeb 25, 2026, 08:00 PM UTCCloses in 3 days

Sources Sought from DEPT OF THE ARMY • DEPT OF DEFENSE. Place of performance: AL. Response deadline: Feb 25, 2026. Industry: NAICS 334413 • PSC 5980.

Market snapshot

Awarded-market signal for NAICS 334413 (last 12 months), benchmarked to sector 33.

12-month awarded value
$6,613,173
Sector total $20,354,308,656 • Share 0.0%
Live
Median
$63,087
P10–P90
$33,641$155,152
Volatility
Volatile193%
Market composition
NAICS share of sector
A simple concentration signal, not a forecast.
0.0%
share
Momentum (last 3 vs prior 3 buckets)
+100%($6,613,173)
Deal sizing
$63,087 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 AL
Live POP
Place of performance
Redstone Arsenal, Alabama • 35898 United States
State: AL
Contracting office
Redstone Arsenal, AL • 35898-0000 USA

Point of Contact

Name
Reginald C. Burrell
Email
reginald.c.burrell2.civ@army.mil
Phone
5206748698
Name
Lindy L. Pinchon
Email
lindy.l.pinchon@army.mil
Phone
2569559304

Agency & Office

Department
DEPT OF DEFENSE
Agency
DEPT OF THE ARMY
Subagency
AMC
Office
ACC • ACC-CTRS • ACC RSA • W6QK ACC-RSA
Contracting Office Address
Redstone Arsenal, AL
35898-0000 USA

More in NAICS 334413

Description

The U.S. Army Contracting Command-Redstone Arsenal (W58RGZ-26-R-0040) ATTN: CCAM-ALB, Building 5303, Martin Road Redstone Arsenal, AL 35898-5280 (US) is issuing this Sources Sought synopsis as a means of conducting market research to identify potential sources having an interest and industry technologies available to support/provide new manufacture of Nomenclature: Staking Set, Bearing, NSN 5980-01-242-3711, Part Number 70700-77353-041.

The result of this market research will contribute to determining the method of procurement if a requirement materializes. Based on the responses to this Sources Sought notice/market research, this requirement may be set-aside for small businesses (in full or in part) or procured through full and open competition. Multiple awards may be made. All small business set-aside categories will be considered. Telephone inquiries will not be accepted or acknowledged, and no feedback or evaluations will be provided to companies regarding submissions.

DISCLAIMER

THIS SOURCES SOUGHT IS FOR INFORMATIONAL PURPOSES ONLY. THIS IS NOT A REQUEST FOR PROPOSAL (RFP) TO BE SUBMITTED. IT DOES NOT CONSTITUTE A SOLICITATION AND SHALL NOT BE CONSTRUED AS A COMMITMENT BY THE GOVERNMENT. RESPONSES IN ANY FORM ARE NOT OFFERS AND THE GOVERNMENT IS UNDER NO OBLIGATION TO AWARD A CONTRACT AS A RESULT OF THIS ANNOUNCEMENT. NO FUNDS ARE AVAILABLE TO PAY FOR PREPARATION OF RESPONSES TO THIS ANNOUNCEMENT. ANY INFORMATION SUBMITTED BY RESPONDENTS TO THIS TECHNICAL DESCRIPTION IS STRICTLY VOLUNTARY.

REQUIRED CAPABILITIES

The Government requires that contractors be able to provide all services, facilities, labor, parts, materials, equipment, tools, and data necessary to accomplish a new manufacture of the Nomenclature: Staking Set, Bearing, NSN 5980-01-242-3711, Part Number 70700-77353-041. The items shall be packaged and shipped to the required destination(s). This item is a non-Critical Safety Item (CSI). A technical data package list (TDPL) is not available.

SPECIAL REQUIREMENTS

The Government requires that contractors have a plan to meet all the Government’s special tooling and test equipment requirements with either: Physical possession of the required tools, 2. Confirmed requisitions for the required tools, 3. Confirmed arrangements for subcontracting the processes requiring the special tools, or 4. Specific plans describing their technical approach to develop equivalent

tools.

ELIGIBILITY

The applicable NAICS code for this requirement is 334413 with a Small Business Size Standard of 1,250. The Product Service Code (PSC) is 5980. The Government does not own the proprietary data necessary to compete this requirement. If any contractor has access to this proprietary data, please provide a capabilities statement to the CS or KO detailing the authorization from either 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 the 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:

https://www.avmc.army.mil/Directorates/SRD/TechDataMgmt/

SUBMISSION DETAILS

Interested businesses should submit a brief capabilities statement package (no more than ten 8.5 X 11- i n c h pages, font no smaller than 10 point) demonstrating ability to provide the products/systems listed in this Technical Description.

Documentation should be in bullet format. No phone or email solicitations with regards to the status of the RFP will be accepted prior to its release.

Your response to this Sources Sought, including any capabilities statement, shall be electronically submitted to the Contract Specialist, Reginald C. Burrell in either Microsoft Word or Portable Document Format (PDF), via email reginald.c.burrell.civ@army.mil no later than 3:00 p.m. Central Time on 06 March 2026 and reference this synopsis 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.

If your organization has the potential capacity to provide the required products/systems, please provide the following information: 1) Organization name, address, primary points of contact (POCs) and their email address, Web site address, telephone number, and type of ownership for the organization; and 2) Tailored capability statements addressing the requirements of this notice, with appropriate documentation supporting claims of organizational and staff capability. If significant subcontracting or teaming is anticipated in order to deliver technical capability, organizations should address the administrative and management structure of such arrangements.

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.

Files

Files size/type shown when available.

No downloadable attachments detected for this notice.

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.