Overhaul/Repair of TH-1H Dynamic Components
ID: FA852424R0008_0002Type: Solicitation
Overview

Buyer

DEPT OF DEFENSEDEPT OF THE AIR FORCEFA8524 AFSC PZAAAROBINS AFB, GA, 31098-1670, USA

NAICS

Aircraft Manufacturing (336411)

PSC

MAINT/REPAIR/REBUILD OF EQUIPMENT- AIRCRAFT COMPONENTS AND ACCESSORIES (J016)
Timeline
    Description

    The Department of Defense, specifically the Department of the Air Force, is soliciting proposals for the overhaul and repair of dynamic components for the TH-1H helicopter under solicitation number FA852424R0008. The primary objective is to ensure that critical safety items are overhauled in accordance with the original equipment manufacturer's standards, thereby maintaining the operational readiness of the U.S. Air Force's fleet for training and combat missions from FY25 to FY30. This procurement is vital for sustaining flight safety and operational integrity, as it involves essential components such as the Main Transmission Assembly and Tail Rotor Drive Quill Assembly. Proposals are due by September 26, 2024, at 4 PM EST, and interested contractors should contact Shawna Barrett at shawna.barrett.1@us.af.mil or Leigh Ann Taylor at leigh.taylor.3@us.af.mil for further information.

    Point(s) of Contact
    Shawna Barrett, Contracting Officer
    (478) 973-7806
    shawna.barrett.1@us.af.mil
    Files
    Title
    Posted
    The document outlines a series of Contract Line Item Numbers (CLINs) related to maintenance and reporting requirements for government assets, encapsulated in Schedule B descriptions. These include services such as overhaul, repair, and various reports necessary for asset visibility and management, which emphasize the importance of data requirements in government contracts. The pricing arrangements are predominantly fixed-price (FFP) and no service provision (NSP) types, with several references to the Performance Work Statement (PWS) for specific tasks. Provisions regarding liability limitations, inspections, quality assurance, and delivery schedules are meticulously stated, ensuring compliance with regulatory frameworks. The document highlights acceptance protocols, such as required inspection reports and quality assurance documentation using the Wide Area Workflow (WAWF) system. Critically, it underscores the need for adherence to stringent safety and identification protocols, reflected in the Item Unique Identification (IUID) requirements. This comprehensive framework serves to facilitate clear communication between government entities and contractors, ensuring effective asset management and service delivery while upholding regulatory compliance and safety standards across various operational scopes within federal and state/local contexts.
    This Performance Work Statement (PWS) outlines the requirements for overhauling dynamic components specific to the TH-1H helicopter program under Purchase Request FD2060-24-00013. The primary objective is to ensure that critical safety items are overhauled in adherence to the original equipment manufacturer's standards, enabling the U.S. Air Force to maintain an operational fleet for training and combat missions. The contract spans from FY25 to FY30, detailing contractor responsibilities, including meeting delivery schedules and ensuring the quality of serviceable components. The document emphasizes the need for accurate reporting, adherence to safety and environmental regulations, and compliance with various government standards and reporting requirements. The contractor is accountable for both government property and the quality of deliverables, with strict guidelines for inspections and possible condemnations of items that exceed repair costs. This PWS aims to enhance the operational readiness of the TH-1H helicopter while ensuring safety and quality throughout the overhaul process.
    The document outlines an inventory of various helicopter component assemblies listed by their National Stock Numbers (NSN), including parts such as transmission assemblies, rotor mast assemblies, and gear box assemblies. Alongside each assembly, the document provides associated part numbers and a delivery schedule indicating expected basic operational quantities (BEQs) for multiple contract line item numbers (CLINs). It summarizes multiple schedules detailing various operations, including overhaul, repair, and actions for missing parts. Schedules also encompass requirements for countermeasure plans, government property reporting, and maintenance reporting, reflecting the organized framework necessary for effective inventory management and operational readiness. Overall, the document serves as a comprehensive reference for managing helicopter component procurement and maintenance as part of federal support initiatives, streamlining the supply chain for military and governmental operations. It emphasizes the importance of precise documentation in adherence to government contracting standards and operational efficiency.
    The document is a government solicitation pertaining to transportation data for a procurement contract, specifically Purchase Instrument FD20602400013-00, initiated on April 25, 2024. It provides comprehensive details on transportation provisions, freight classifications, and instructions for contractors handling shipments. Key directives include contacting the Defense Contract Management Agency (DCMA) for shipping instructions and regulatory clearances, both for domestic and overseas shipments. The document lists multiple National Stock Numbers (NSNs) related to specific items being procured, alongside their corresponding Purchase Instrument Line Item Numbers. Each item is designated for specific shipping addresses, primarily to the DLA Distribution in Warner Robins, Georgia, and Corpus Christi, Texas. The transportation funding information is meticulously outlined with appropriate account codes and funding specifications. Overall, this document serves as an essential guide ensuring compliance with federal procurement regulations and effective transport logistics for defense-related supplies, illustrating the importance of adhering to stringent shipping protocols to avoid extra expenditures and regulatory issues during the shipping process.
    The document outlines comprehensive packaging requirements for military shipments, emphasizing compliance with international standards regarding wood packaging material (WPM) to prevent the spread of invasive species. It specifies that all wooden items used in packaging, such as pallets and containers, must be constructed from debarked wood and heat-treated to certain temperatures for adequate pest prevention. Certifications from recognized agencies are mandated, adhering to the latest International Standards for Phytosanitary Measures (ISPM) No. 15. It also details additional military packaging and marking standards, referencing MIL-STD-2073-1 and MIL-STD-129 for packaging and marking respectively. This document stipulates protocols for reclaiming, storing, and protecting shipping containers suitable for return shipment versus the disposal of unserviceable containers. The purpose of the document falls in line with government RFPs and grants, focusing on ensuring proper compliance and standards in military logistics and packaging. By upholding these guidelines, the military aims to ensure effective supply chain management while adhering to environmental responsibilities associated with transportation worldwide.
    The document outlines various government Request for Proposals (RFPs) and grants, focusing on federal and state/local levels. It emphasizes the critical role of these proposals in securing funding for projects aimed at public welfare and infrastructure enhancements. Key points include the importance of thorough documentation, adherence to federal regulations, and the need for compliance with specific guidelines when submitting proposals. Various stakeholders, including public agencies and private entities, are encouraged to engage in the proposal process to leverage available resources effectively. The document underscores the significance of transparency and accountability in managing grant funds, ultimately aiming to foster collaboration between government entities and community organizations for sustainable development initiatives. Overall, the content serves as a guide for applicants, highlighting best practices in navigating the complexities of government-funded projects while emphasizing the potential benefits to public service and community improvement.
    The document outlines special instructions for a Requirements Type Contract under the Federal Acquisition Regulation (FAR) 16.503. It specifies that the government is not obligated to adjust prices due to failure in providing estimated government property items. The contract will utilize Firm Fixed Price (FFP) Contract Line Items (CLINs), with all Data CLINs listed as Not Separately Priced (NSP). The ordering period consists of a total of 60 months, divided into one 12-month basic ordering period followed by four additional 12-month periods. Each period has designated CLINs for record-keeping. Additionally, price negotiations and delivery schedules for each ordering period are included in an appendix referred to as Atch_4_Master_Price_List_11Jul2024, which needs to be filled out during the solicitation phase. Overall, the document emphasizes contract structure, pricing conditions, and compliance requirements critical for potential contractors participating in the government procurement process.
    The document outlines a government solicitation for the overhaul of TH-1H dynamics components, specifically focusing on flight safety critical parts. The solicitation number FA852424R0008 details several non-serialized items essential for the main transmission assembly and associated systems. Key components include the Main Transmission Assembly, Main Input Quill Assembly, Tail Rotor Drive Quill Assembly, and Stabilizer Bar Assembly, among others, each described with their respective National Stock Numbers (NSNs), part descriptions, quantities, and unit acquisition costs. All parts listed are critical to maintaining flight safety and operational integrity, with their functions ranging from driving angle changes and speed reductions to stabilizing rotor systems. The document highlights the necessity for timely delivery and outlines the required quantities, reinforcing the urgency and importance of the procurement in supporting aerospace operations. This solicitation not only illustrates the federal government's commitment to maintaining critical defense equipment but also serves as an invitation to potential contractors to submit proposals for fulfilling these essential supply needs.
    The document outlines guidelines for a federal RFP process and includes information regarding the management, collection, and maintenance of data relevant to the proposal. It specifies that public reporting burdens for the collection of information are estimated at an average of 20 hours per response, which encompasses review and submission processes. It sets forth instructions for content preparation for government contractors, including a focus on performance periods and specific ordering periods. The contractor is required to deliver electronic submissions through designated platforms, ensuring compliance with federal requirements. The document emphasizes the importance of data integrity, indicating that any identified issues must be addressed proactively to avoid potential penalties. Additional references to regulatory frameworks and responsibilities of contracting officers appear throughout, underscoring the document's aim to streamline processes while ensuring adherence to legal standards in the proposal and execution of government contracts. Overall, the content serves as a critical guide for parties engaging with federal procurement, aiming for clarity, efficiency, and regulatory compliance in the contracting process.
    The document is an amendment to a solicitation for government contracting (FA8524-24-R-0008) related to fixed and rotary wing services, effective August 27, 2024. It specifies that proposals must be submitted by September 26, 2024, no later than 4 PM EST. The amendment replaces several attachments that detail performance work statements, CLIN descriptions, and pricing information, ensuring the most current documents govern the contract. The updated attachments include key data files such as the Performance Work Statement, CLIN Descriptions, and a Master Price List. The amendment maintains that all other terms and conditions of the contract remain unchanged, reiterating the importance of acknowledging receipt of this amendment to avoid rejection of offers submitted. The document is typical of federal solicitations where updates and clarifications are necessary to maintain compliance and operational efficiency in government contracts.
    Lifecycle
    Title
    Type
    Solicitation
    Similar Opportunities
    Overhaul/Repair of TH-1H Dynamic Components
    Active
    Dept Of Defense
    The Department of Defense, specifically the Department of the Air Force, is soliciting proposals for the overhaul and repair of TH-1H dynamic components under solicitation FA852424R0008 0003. This procurement involves various maintenance and reporting services, including inspections and quality assurance, with a focus on compliance with Item Unique Identification (IUID) standards and the submission of essential documentation such as Accident/Incident Reports and Counterfeit Prevention Plans. The services are critical for maintaining the operational readiness of military aviation assets, ensuring that helicopter components are effectively managed and maintained. Proposals are due by September 26, 2024, and interested contractors should contact Shawna Barrett at shawna.barrett.1@us.af.mil or Leigh Ann Taylor at leigh.taylor.3@us.af.mil for further information.
    Overhaul/Repair of TH-1H Dynamic Components
    Active
    Dept Of Defense
    The U.S. Air Force seeks proposals for the overhaul and repair of dynamic components vital to the operation of TH-1H helicopters, ensuring the fleet's availability for pilot training and mission readiness. This extended solicitation, now due on September 26, 2024, emphasizes OEM-certified services for critical parts and adherence to strict quality and delivery standards. A range of associated files details the requirements for this project, focusing on efficient procurement and delivery processes, stringent standards for parts and packaging, and comprehensive maintenance and support services. The Air Force requires comprehensive solutions for several key projects, including cybersecurity enhancements, large-scale language model development, data storage improvements, drone-based surveillance systems, disaster response enhancements, smart city infrastructure development, and digital transformation consulting. These projects aim to upgrade the government's capabilities across various domains, leveraging technology and innovation. Contractors interested in bidding for these opportunities should review the detailed files accompanying this solicitation, which outline specific requirements, delivery schedules, and evaluation criteria.
    FA811824R0044 Overhaul of B-2/B-52 Hydraulic Drive Unit, Common Strategic Rotary Launcher (CSRL) power drive unit (PDU), NSN: 1650-01-276-4376, P/N 741322E
    Active
    Dept Of Defense
    The Department of Defense, specifically the Department of the Air Force, is seeking proposals for the overhaul of the B-2/B-52 Hydraulic Drive Unit, known as the Common Strategic Rotary Launcher (CSRL) Power Drive Unit (PDU), under solicitation FA811824R0044. The procurement involves comprehensive services including disassembly, inspection, rehabilitation, and testing of the hydraulic drive unit, with a focus on maintaining operational readiness for critical military assets. This contract is vital for ensuring the functionality of strategic defense systems, with a firm-fixed-price structure over a ten-year period, including five one-year options. Interested contractors must submit their proposals by September 30, 2024, and can direct inquiries to Jacqueline West at jacqueline.west@us.af.mil or Shirley V. Harmon at Shirley.Harmon.1@us.af.mil for further assistance.
    Overhaul for AH-64 Apache: SWASHPLATE CONTROL
    Active
    Dept Of Defense
    The Department of Defense, specifically the Army Contracting Command, is soliciting proposals for the overhaul of swashplate controls for the AH-64 Apache helicopter, under solicitation number W58RGZ-24-R-0052. This procurement involves a five-year Firm Fixed Price (FFP) Indefinite Delivery Indefinite Quantity (IDIQ) contract, with a minimum order of 50 units and a maximum of 300 units, which includes provisions for Foreign Military Sales (FMS). The swashplate control is classified as a Critical Safety Item (CSI), underscoring the importance of compliance with stringent safety and performance standards throughout the overhaul process. Proposals are due by September 30, 2024, and interested parties can contact Tamesha Jordan at tamesha.d.jordan.civ@army.mil or Jessica Mangum at jessica.t.mangum.civ@army.mil for further information.
    AGE Helicopter Jack Repair
    Active
    Dept Of Defense
    The Department of Defense, specifically the Department of the Air Force, is soliciting proposals for the repair of 12 HH-60 helicopter jacks under the project titled "AGE Helicopter Jack Repair." The procurement involves a non-personnel services contract that requires contractors to perform diagnostics, repairs, and certification of the jacks, adhering to specific technical standards and providing detailed reports for each unit. This service is critical for maintaining the operational readiness of military aircraft, ensuring that the jacks are functioning safely and effectively. Interested small businesses must submit their quotes by September 18, 2024, and are encouraged to contact Zachary Laurenz at zachary.laurenz.1@us.af.mil or Heather Shepard at heather.shepard.5@us.af.mil for further information.
    HH-60W Ux Validator II Test Set Repair
    Active
    Dept Of Defense
    The Department of Defense, specifically the Air Force Life Cycle Management Center, is seeking proposals for the repair and refurbishment of the Ux Validator II Test Set and associated equipment to support the HH-60W helicopter. The procurement aims to ensure the operational readiness and availability of critical test sets used for aircraft maintenance, which are essential for verifying the functionality of various aircraft systems and components. This long-term contract is structured as a ten-year agreement, including a base year and nine optional years, with an estimated quantity of 24 units per year and a required delivery timeframe of 12 months after receipt of funded orders. Proposals are due by 5:00 PM EDT on October 3, 2025, and interested parties should contact Dominique Doyle at Dominique.doyle@us.af.mil or Hillary Souther at Hillary.souther@us.af.mil for further information.
    Overhaul of the UH-60 SERVO, ROLL TRIM
    Active
    Dept Of Defense
    The Department of Defense, specifically the Department of the Army, is soliciting proposals for the overhaul and maintenance of the UH-60 Blackhawk Servo Roll Trim, a Critical Safety Item (CSI). The contract will be structured as a five-year, Firm-Fixed-Price (FFP) Indefinite Delivery Indefinite Quantity (IDIQ) agreement, with an estimated quantity range of 150 to 900 units, including foreign military sales. This procurement is crucial for ensuring the operational readiness and safety of military aviation systems, as the Servo Roll Trim is integral to the functionality of the UH-60 aircraft. Interested contractors must submit their proposals via email to the designated contacts, Reginald C. Burrell and Lindy L. Pinchon, with the understanding that the requirement is currently unfunded and subject to the availability of funds. The solicitation is expected to close on an estimated date, which may be adjusted based on the release of the solicitation documents.
    BARREL-ROTARY,CONTR
    Active
    Dept Of Defense
    The Department of Defense, through the Defense Logistics Agency (DLA Aviation), is soliciting proposals for the procurement of 970 units of barrel-rotary components for the H-60 helicopter, identified by NSN: 1615-010957107 and Part Number: 70301-02114-104. This procurement is classified as a Critical Safety Item and requires compliance with Enhanced Export Control and NIST SP 800-171 DOD Assessment Requirements. The solicitation is set to be issued on September 30, 2024, and interested vendors must submit their proposals in writing, with offers due to the specified fax number. For further inquiries, potential offerors can contact Cindy Hunt at (804) 971-7217 or via email at cindy.hunt@dla.mil.
    PITCH HORN ASSEMBLY / 40A, UH-60A, UH-60L, HH/UH-60M, UH-60V BLACK HAWK HELICOPTER
    Active
    Dept Of Defense
    The Department of Defense, through the Defense Logistics Agency (DLA Aviation), is seeking contractors for the procurement of Pitch Horn Assemblies for various models of the Black Hawk helicopter, specifically the UH-60A, UH-60L, HH/UH-60M, and UH-60V. This procurement involves an indefinite quantity contract (IQC) for a base period of five years, with an estimated annual quantity of 76 units, requiring first article testing and government production lot testing prior to delivery. The Pitch Horn Assembly is critical for the operational capabilities of the Black Hawk helicopters, and contractors must be certified by the Department of Defense to access the necessary technical data. Interested parties can find the solicitation on the DLA Internet Bid Board System (DIBBS) around September 13, 2024, and should direct any inquiries to Gladys Brown at gladys.brown@dla.mil or by phone at 804-279-1561.
    Overhaul of the UH-60 ACTUATOR, ELECTROMEC
    Active
    Dept Of Defense
    The Department of Defense, specifically the Department of the Army, is seeking contractors for the overhaul of the UH-60 Blackhawk's Electromec Actuator, under a presolicitation notice. The contractor will be responsible for providing all necessary services, facilities, labor, parts, materials, equipment, tools, and data to accomplish the maintenance and overhaul of this critical aviation component, with an estimated quantity range of 120 to 720 units over a five-year period. This procurement is significant as the Electromec Actuator is classified as a Critical Safety Item, and only approved sources can perform the overhaul, with Kearfott Corporation and Sikorsky Aircraft Corporation currently recognized as such. Interested parties must submit their requests for solicitation via email to Reginald C. Burrell at reginald.c.burrell2.civ@army.mil, noting that the requirement is currently unfunded and the closing date for proposals is subject to change based on the solicitation release.