Opportunity
SAM #SPE4A726R0568
DLA Aviation Seeks Sources for Sikorsky H-60 Helicopter Latch Assembly (NSN 1560-01-406-8974)
Buyer
DLA Aviation
Posted
April 23, 2026
Respond By
April 29, 2026
Identifier
SPE4A726R0568
NAICS
336413
DLA Aviation is seeking sources to manufacture and supply a Latch Assembly, Aircraft (NSN 1560-01-406-8974) for the H-60 Helicopter. - Government Buyer: - Defense Logistics Agency (DLA) Aviation, DLA AV Richmond - OEMs and Approved Vendors: - Sikorsky (OEM, CAGE 78286) - Centroid Inc. (CAGE 21856) - Adams Rite Aerospace (CAGE 80477) - Apex Mfg. Co., Inc. (CAGE 2V343) - Products/Services Requested: - Latch Assembly, Aircraft for H-60 Helicopter - NSN: 1560-01-406-8974 - Primary part number: Sikorsky 4195-7 - New manufacture required (no used or refurbished parts) - Includes all labor, materials, facilities, equipment, supply chain management, logistics planning, and shipping - Unique/Notable Requirements: - DLA does not possess complete technical data for this part - Interested contractors not already approved must submit a Source Approval Request (SAR) - Estimated as a long-term contract (LTC) with a 5-year base period - No specific purchase quantity provided
Description
SOURCES SOUGHT SYNOPSIS
The DLA AVIATION is issuing this sources sought synopsis as a means of conducting market research to identify parties having an interest in and the resources to support this requirement for NSN 1560-01-406-8974: LATCH ASSEMBLY, AIRCRAFT. The result of this market research will contribute to determining the method of procurement. The applicable North American Industry Classification System (NAICS) code assigned to this procurement is 336413.
THERE IS NO POSTED SOLICITATION AT THIS TIME. This request for capability information does not constitute a request for proposals; submission of any information in response to this market survey is purely voluntary; the government assumes no financial responsibility for any costs incurred.
If your organization has the potential capacity to perform these contract services, please provide the following information: 1) Organization name, address, email address, Web site address, telephone number, and size and type of ownership for the organization; and 2) Tailored capability statements addressing the particulars of this effort, 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.
The government will evaluate market information to ascertain potential market capacity to 1) provide services consistent in scope and scale with those described in this notice and otherwise anticipated; 2) secure and apply the full range of corporate financial, human capital, and technical resources required to successfully perform similar requirements; 3) implement a successful project management plan that includes: compliance with tight program schedules; cost containment; meeting and tracking performance; hiring and retention of key personnel and risk mitigation; and 4) provide services under a performance based service acquisition contract.
BASED ON THE RESPONSES TO THIS SOURCES SOUGHT NOTICE/MARKET RESEARCH, THIS REQUIREMENT MAY BE SET-ASIDE FOR SMALL BUSINESSES OR PROCURED THROUGH FULL AND OPEN COMPETITION, and multiple awards MAY be made. Telephone inquiries will not be accepted or acknowledged, and no feedback or evaluations will be provided to companies regarding their submissions.
Submission Instructions: Interested parties who consider themselves qualified to perform the above-listed services are invited to submit a response to this Sources Sought Notice by 08/22/2025. All responses under this Sources Sought Notice must be emailed to CHRISTOPHER.ROSE@DLA.MIL.
If you have any questions concerning this opportunity, please contact: CHRISTOPHER.ROSE@DLA.MIL.
APPENDIX 1: Purpose and Objectives
Potential sources shall be capable of furnishing all labor, materials, facilities and equipment required to accomplish the new manufacture of the item(s). Generally, this entails the procurement/manufacture of component parts, inspection, testing, preservation/packaging, and shipping. Additionally, potential sources may be responsible for supply chain management, logistics planning, forecasting production requirements, long-lead time parts procurement, diminishing manufacturing sources and material shortage issues, and shipping serviceable assets. The unit prices will be established at the time of a contract award.
The specific requirement for this effort is below:
The specific requirement for this effort is below: Part Number: SIKORSKY (CAGE 78286) p/n 4195-7
Nomenclature: LATCH ASSEMBLY, AIRCRAFT NSN: 1560-01-406-8974 Estimated Requirement: LTC – 5 YEAR BASE PERIOD
Approved sources are Centroid Inc. (CAGE 21856), Adams Rite Aerospace (CAGE 80477) and Apex Mfg. Co., Inc. (CAGE 2V343).
Any other interested contractor would have to submit a Source Approval Request (SAR) package for approval to be added as a source by the assigned ESA. DLA Aviation does not possess complete technical data on this part.