- 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
Winch Controller Assembly Bumper Bean Isolator Obsolescence
Sources Sought from DEPT OF THE NAVY • DEPT OF DEFENSE. Place of performance: MD. Response deadline: Apr 17, 2026. Industry: NAICS 334511 • PSC 5845.
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.
- Structured checklist, AI guidance, and progress tracking
- Build evidence and controls with clearer next-step workflows
- Ideal for teams that want speed plus affordability
Market snapshot
Awarded-market signal for NAICS 334511 (last 12 months), benchmarked to sector 33.
Related hubs & trends
Navigate the lattice: hubs for browsing, trends for pricing signals.
Applicable Wage Determinations
SAM WDOL references matched to this opportunity's location and scope language.
View more for this contract3 more WD matches and 78 more rate previews.↓
Point of Contact
Agency & Office
More in NAICS 334511
Description
1.0 INTRODUCTION
The Naval Air Systems Command (NAVAIR), in support of PMA-299 MH-60 Multi-Mission Helicopter Program Office, is seeking information regarding the current capability to provide evaluation, identification, and proposed engineering solution for the Winch Controller Assembly (WCA part number 38010-2; NIIN 016444306) Bumper Bean Isolator (part number PRV-0891-23) within the Airborne Mine Countermeasure (AMCM) Carriage, Stream, Tow and Recovery System (CSTRS) Weapons Replaceable Assembly (WRA). The proposed solution should include development of preliminary redline drawing markups, and a non-indentured Bill of Material (BOM) of the bumper bean isolator. Additionally, the Contractor will deliver an engineering obsolescence report summarizing all obsolescence issues currently residing in the CSTRS.
2.0 DISCLAIMER
THIS SOURCES SOUGHT IS FOR INFORMATIONAL PURPOSES ONLY. THIS IS NOT A REQUEST FOR PROPOSAL. 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. RESPONSES TO THIS SOURCES SOUGHT WILL NOT BE RETURNED. RESPONDENTS WILL NOT BE NOTIFIED OF THE RESULTS OF THE REVIEW.
3.0 BACKGROUND
The Bumper Bean Isolator is part of the Winch Controller Assembly and is obsolete, requiring analysis of alternatives. The incumbent is Enterprise Ventures Corporation (EVC).
4.0 ELIGIBILITY
The applicable NAICS code for this requirement is 334511 with a Small Business Size Standard of 1,350 employees. The applicable product service code is 5845, Underwater Sound Equipment. Businesses of all sizes are encouraged to respond; however, each respondent must clearly identify their business size.
5.0 ANTICIPATED PERIOD OF PERFORMANCE
The estimated period of performance is 6 months. Assume the earliest contract award date of 30 May 2026.
6.0 PLACES OF PERFORMANCE
90% Contractor location, 5% Cherry Point, NC, 5% Patuxent River, MD
7.0 REQUIRED CAPABILITIES
- Design solutions shall comply with the requirements of the MH-60S Airborne Mine Countermeasures (AMCM) System Specification, document number 233A172 Rev J, dated 16 February 2015 or it’s superseding Government approved revision, whichever is available at potential contract award. This shall include all aspects of the design, qualification and testing of the solutions.
- Design solutions shall be backward compatible at the WRA/SRA level to the AMCM CSTRS WCA.
- Design solutions shall adhere to the latest US Department of Defense cybersecurity requirements.
- Provision of life cycle estimates for new components within the WCA.
8.0 SUBMISSION INFORMATION
It is requested that interested businesses submit to the contracting office a brief capabilities statement package (no more than 12 pages in length, single-spaced, 12-point font minimum) demonstrating ability to perform the tasking listed under the required capabilities. This documentation must address at a minimum the following:
- An UNCLASSIFIED or Controlled Unclassified Information (CUI) description of the respondent’s general capabilities to support this effort.
- CAGE code, Unique Entity Identifier, and mailing address.
- Business size. Indicate whether Contractor is a Large Business or qualify as a Small, Small Disadvantaged, Women-Owned, 8(a), Hub Zone or Service-Disabled Veteran-Owned Small Business Concern.
- If a small business, the company’s ability to perform 50% of the work, in accordance with either FAR 52.219-14 or 52.219-27, as applicable.
- Point of Contact to receive/provide additional information or clarification, including email address and phone number.
- A full capability summary, which contains a detailed proposed approach to meet the Government’s complete requirements either directly or through teaming arrangements.
- Information on current products and services, relevant history, and capability of supporting in full the functions and services identified herein.
- Legal authority (data rights) to provide the Government access to appropriate technical manuals and a description of how the offeror will compliantly handle the AMCM data rights.
- Describe Contractor's ability to manage and secure classified information.
- Describe Contractor’s ability to meet Cybersecurity Maturity Model Certification (CMMC) Level 2 CMMC Third Party Assessor Organization (C3PAO).
Your response to this Sources Sought, including any capabilities statement, shall be electronically submitted via email to morgan.p.mckay.civ@us.navy.mil, in either Microsoft Word or Portable Document Format (PDF). The deadline for response to this request is 4:00 p.m., Eastern Daylight Time, 17 April 2026.
All data received in response to this Sources Sought that is marked or designated as corporate or proprietary will be protected. Information and materials submitted in response to this request WILL NOT be returned. Classified material SHALL NOT be submitted.
No phone calls will be accepted.
All questions must be submitted via e-mail. The Government is not committed nor obligated to pay for the information provided, and no basis for claims against the Government shall arise as a result of a response to these Sources Sought.
Files
Files size/type shown when available.
BidPulsar Analysis
A practical, capture-style breakdown of fit, requirements, risks, and next steps.
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.