The Performance Work Statement (PWS) outlines the requirements for a non-personal services contract to replace liners on the AH-64 helicopter's non-rotating control swashplate (P/N 7-311527061). The contractor is responsible for all necessary resources and must comply with specific quality control and assurance standards as defined by the government. The main tasks include replacing Teflon liners and applying Dicronite coating, adhering to Original Equipment Manufacturer (OEM) guidelines. The performance period is twelve months, and the contractor will work under the oversight of the Corpus Christi Army Depot (CCAD), where all repaired assemblies will be inspected.
The contractor will receive forty government-furnished swashplates and is tasked with furnishing all other necessary items. The document emphasizes compliance with cleaning and quality standards, detailing insurance of serial number protection, and providing certificates of conformity for processed components. Security requirements are outlined to protect government and contractor information. Overall, the contract aims to ensure the reliability and safety of components used in current military operations, with strict adherence to established protocols and documentation demanded throughout the process.
The memorandum outlines a proposal for a sole-source contract by the Army Contracting Command to Sargent Aerospace & Defense, LLC for the replacement of liner bearings in the Non-Rotating Control Swashplate, identified as P/N 7-311527061. This action is categorized as a non-personal services contract and is expected to span 12 months and utilize FY 2025 Army Operations and Maintenance funds. The justification for sole sourcing refers to Federal Acquisition Regulation (FAR), indicating that only one source is available due to urgency and the requirement to use the Original Equipment Manufacturer (OEM). Market research confirmed Sargent Aerospace as the sole qualified vendor for this proprietary process. Prior contracts for similar services have also been awarded to the same company, highlighting the lack of alternative suppliers and establishing a historical dependency on Sargent Aerospace for these specialized components. The contracting officer approved the justification, deeming it in the government’s best interests to proceed with this sole-source acquisition, ensuring timely overhaul of critical military equipment.