OVERHAUL OF THE MODULE ASSEMBLY, PILOT, UH-60
ID: W58RGZ-25-B-0025Type: Sources Sought
Overview

Buyer

DEPT OF DEFENSEDEPT OF THE ARMYW6QK ACC-RSAREDSTONE ARSENAL, AL, 35898-0000, USA

NAICS

Other Aircraft Parts and Auxiliary Equipment Manufacturing (336413)

PSC

AIRCRAFT HYDRAULIC, VACUUM, AND DE-ICING SYSTEM COMPONENTS (1650)
Timeline
    Description

    The Department of Defense, specifically the Department of the Army, is soliciting proposals for the overhaul of the Module Assembly, Pilot, under a Total Small Business Set-Aside. This procurement aims to enhance the operational readiness of military aircraft by ensuring the proper maintenance and functionality of critical components, specifically focusing on airframe structural components. Interested contractors must comply with specific requirements outlined in the solicitation, including access to the Total Asset Visibility – Contractor (TAV-C) system for inventory management and adherence to military standards for reporting and quality assurance. The closing date for submissions is August 22, 2025, at 1700 CST, and interested parties can contact Maryssa Sanchez at maryssa.d.sanchez.civ@army.mil or Edward A. Peterson at edward.a.peterson4.civ@army.mil for further information.

    Files
    Title
    Posted
    The document outlines the requirements and processes for contractors accessing the Total Asset Visibility – Contractor (TAV-C) system utilized by the Army Materiel Command for inventory management concerning Government Furnished Equipment (GFE). It describes two access methods: the Defense Logistics Management Standards (DLMS) interface or the TAV-C Portal. Contractors must meet specific qualifications and provide necessary computer systems and security credentials, such as a Common Access Card (CAC) or a Department of Defense approved Multi-Factor Authentication certificate for access. The document specifies performance requirements, including the confirmation of material receipts and transaction data submissions via DLMS or the TAV-C Portal. It emphasizes the importance of training and proper user authentication to ensure secure operation within the system. The overall purpose of the TAV-C capability is to enhance visibility and accuracy in Army property management, thus supporting Army Readiness and compliance with audit requirements. The process requires coordination between contractors and the Army personnel (Contracting Officer Representatives) for successful implementation and system access.
    The document appears to be a corrupted or improperly formatted text that makes it difficult to extract coherent information. It ostensibly involves components related to federal and state/local government Requests for Proposals (RFPs) and grants. Given the context, one can infer that it may cover funding opportunities or application processes for organizations seeking financial assistance or contracts from the government. Key topics likely include eligibility criteria, grant application procedures, and specifics regarding funding allocations. However, due to the encoding issues within the text, it does not present clear directives or actionable information, limiting the ability to summarize any substantive details. Overall, the file's intent seems aligned with informing stakeholders about governmental funding or contracting avenues but fails to deliver this effectively due to the current technical difficulties in accessing legible content.
    The document, identified as FB376, provides a comprehensive summary of related documents associated with the MODULE ASSEMBLY, PILOT, under the category of federal Request for Proposals (RFPs) and grants. The file lists a total of 13 documents with various Data Item Numbers and titles, most focusing on inventory management, technical reporting, and military standards related to the pilot assembly component. Key documents include directives on inventory reporting, shipping discrepancies, depot maintenance requirements, and airworthiness for aircraft systems. The latest entries highlight procedures for marking military property and protocols for quality deficiencies within the U.S. Army. These documents collectively outline the requirements for maintaining organizational standards in the management, transportation, and maintenance of military-related inventory. The purpose of this file is to ensure compliance with established protocols critical for operational efficiency within military contexts. In summary, the document serves as an essential organizational tool for the effective administration of government property and its associated documentation protocols.
    This document pertains to governmental contracting and property management concerning custodial procurement, specifically outlining details surrounding the acquisition of government-furnished property (GFP). The contracting officer is Edward Peterson, with provided contact information, including an email address and phone number. The document lists essential fields for items, such as item name, line number, item description, National Stock Number (NSN), manufacturer information, quantity, acquisition cost, and delivery requirements. It highlights the management of both serially and non-serially managed items and specifies that certain minimum fields must be completed for accurate record-keeping. Key features include a note on delivery events and unserviceable asset handling, indicating the importance of rigorous property management protocols during acquisitions. The focus is on ensuring that together these elements facilitate compliance and efficient operational procedures in federal contracting environments, consistent with applicable FAR guidelines. This notation suggests the document’s purpose is to guide government purchasers in tracking and managing property acquisition under government contracts.
    The document pertains to Solicitation W58RGZ-25-B-0025, specifically Attachment 0006, which outlines the pricing template for the module assembly pilot for the UH-60 Black Hawk. It provides detailed instructions for offerors on how to complete the pricing submission, emphasizing the importance of accuracy in calculations. Offerors are required to propose a total firm-fixed price (FFP) for the Product Verification Audit (PVA) and individual unit prices for various ordering periods related to overhaul modules, scrap, and containers. The pricing template consists of a Price Table and a Summary for Evaluation purposes that requires input of proposed prices for several Contract Line Item Numbers (CLINs). Emphasis is placed on maintaining the general format of the document for consistent evaluation and contract administration. Additionally, offerors must ensure accuracy in their submissions as these figures will be integral to the government’s evaluation of their proposals amidst federal contracting requirements. This solicitation represents a structured process for securing necessary services for the Black Hawk program, illustrating the careful evaluation and administrative procedures typical in government contracting.
    The document appears to be a heavily corrupted or improperly formatted government file, likely related to federal or state/local RFPs and grants. The primary subject matter is difficult to ascertain due to the overwhelming presence of unreadable characters and fragmented text. Key themes likely revolve around competitive bidding opportunities for government contracts and grants, including specifications, eligibility criteria, and requirements for applicants. Given the context of government procurement, the file probably provides crucial information on procedures and instructions that organizations or businesses must follow to effectively respond to RFPs. However, the exact details, data, and intentions are obscured by the corrupted formatting. The document structure suggests an overview of the funding opportunities available, and necessary compliance measures but lacks coherent supporting details or clear directives due to its illegibility. Without proper restoration, the vital information regarding specific programs or deadlines can't be accurately represented. Further investigation or recovery efforts would be required to extract meaningful insights from this material.
    Similar Opportunities
    MODULE ASSY - CABIN
    Dept Of Defense
    The Department of Defense, through the Defense Logistics Agency (DLA) Aviation at Philadelphia, PA, is soliciting proposals for the procurement of aircraft components, specifically a module assembly for the cabin. This procurement aims to acquire commercial items that are currently in production and available in the commercial marketplace, ensuring compliance with the Government's form, fit, and function requirements. The components must be new, unused, and accompanied by necessary certification and traceability documentation, including FAA Form 8130-3. Interested vendors should contact Mary Lindsay at 215-737-3832 or via email at Mary.Lindsay@DLA.mil for further details, as the solicitation is issued under Emergency Acquisition Flexibilities and requires timely submissions.
    Link Assembly Aircraft /CTN (WSDC) V-22 Peculiar Support Equipment (PSE); PR: 7005901843; NSN: 4920-015016762
    Dept Of Defense
    The Department of Defense, through the Defense Logistics Agency (DLA Aviation), is seeking proposals for the procurement of Link Assembly Aircraft /CTN (WSDC) V-22 Peculiar Support Equipment (PSE), specifically identified by NSN 4920-015016762, with a requirement for 25 units. This equipment is critical for aircraft maintenance and repair operations, ensuring the operational readiness of the V-22 aircraft. The solicitation is set aside for small businesses, with a delivery schedule of 263 days after receipt of order, and the anticipated contract award decision will consider price, past performance, and other evaluation factors. Interested parties should prepare to submit their proposals by January 15, 2026, and may contact Melinda Johnson at Melinda.Johnson@dla.mil or 804-279-1627 for further information.
    Control Module
    Dept Of Defense
    The Defense Logistics Agency (DLA) is seeking proposals for the acquisition of two Control Modules (NSN 1660-01-024-5628, PN 169375-5-1) as part of a Request for Quotation (SPRTA1-26-Q-0136) issued to Aero International, LLC. The procurement requires a firm fixed price proposal to be submitted by January 5, 2026, with a requested delivery date on or before August 16, 2029, for shipment to DODAAC DK7003 (Foreign Military Sales). These Control Modules are critical components for aircraft air conditioning, heating, and pressurizing systems, underscoring their importance in maintaining operational readiness for military aircraft. Interested parties can reach out to Howard Heflin at howard.heflin@us.af.mil for further details regarding the solicitation and compliance requirements.
    F-16 Assembly Module
    Dept Of Defense
    The Department of Defense, specifically the Department of the Air Force, is seeking proposals for the F-16 Assembly Module, identified by NSN 5998-01-602-9116 WF, through a Combined Synopsis/Solicitation process. The procurement aims to award a firm-fixed-price contract for the assembly module, which is critical for the F-16 Fighting Falcon aircraft, ensuring compliance with stringent military standards and requirements. Contractors must adhere to comprehensive guidelines regarding preservation, packaging, marking, and counterfeit prevention, as outlined in the associated documents, to ensure the integrity and reliability of the components supplied. Quotations are due by December 30, 2025, and interested parties can contact Thomas Worthington at thomas.worthington@us.af.mil or Jo Blakley at Jo.Blakley@us.af.mil for further information.
    SPE4A726R0200
    Dept Of Defense
    The Department of Defense, through the Defense Logistics Agency (DLA Aviation), is seeking proposals for a firm fixed-price contract to procure a quantity of 612 parts kits for valve overhaul, identified by NSN: 1660-004422007 and part number: 9776122-10. This procurement is a total small business set-aside, emphasizing the importance of supporting small enterprises in the defense supply chain. The delivery of the production units is expected within 395 days, with the FOB at destination and inspection and acceptance at origin. Interested vendors can access the solicitation on or around December 10, 2025, via the DLA Internet Bid Board System (DIBBS), and should direct inquiries to Xuan Thanh Phan at xuan.phan@dla.mil or Robert Winchester at robert.winchester@dla.mil.
    PANEL, ASSY, TRAI
    Dept Of Defense
    The Department of Defense, through the Defense Logistics Agency (DLA Aviation), is seeking proposals for the procurement of a panel assembly for the KC-135 and E-3A aircraft, identified by NSN 1560-006306027. This solicitation is for an Indefinite Quantity Contract with an estimated maximum order quantity of 40 units over a five-year period, emphasizing the critical nature of the item and its configuration control requirements. The procurement is set aside for small businesses, and interested parties must submit their proposals in writing by the specified deadline, with the solicitation issue date set for December 31, 2025. For further inquiries, potential offerors can contact Cindy Hunt at (804) 971-7217 or via email at cindy.hunt@dla.mil.
    16--AFMC, IN REPAIR/MODIFICATION OF
    Dept Of Defense
    The Department of Defense, specifically the Department of the Navy through NAVSUP Weapon Systems Support, is soliciting proposals for the repair and modification of aircraft parts under the contract titled "16--AFMC, IN REPAIR/MODIFICATION OF." The procurement aims to establish a contractor capable of performing comprehensive repair, testing, and inspection of specified aircraft components, ensuring they meet operational readiness standards. This opportunity is critical for maintaining the functionality and reliability of military aircraft, thereby supporting national defense operations. Interested contractors should contact Peter A. Kobryn at 215-697-4313 or via email at PETER.A.KOBRYN.CIV@US.NAVY.MIL for further details, with a required delivery turnaround time for units set by January 3, 2028.
    Overhaul of B-1 Electro-Mechanical Actuator NSN 1680015097158RK
    Dept Of Defense
    The Department of Defense, specifically the Department of the Air Force, is soliciting offers for the overhaul of B-1 Electro-Mechanical Actuators (NSN 1680015097158RK) under Solicitation Number FA8118-26-R-0002. This procurement involves a five-year, firm-fixed-price requirements contract, which includes a three-year basic period from 2025 to 2028 and two one-year option periods extending to 2030. The overhaul of these critical components is essential for maintaining the operational readiness and performance of the B-1 aircraft, which plays a vital role in national defense. Interested contractors must submit their proposals by the extended deadline of January 7, 2026, at 1:00 PM, and can direct inquiries to Merry Curry at merry.curry.1@us.af.mil or Jacqueline West at jacqueline.west@us.af.mil for further information.
    FSG53 HARCD Modification 0001 for SPE4A2-26-R-0001
    Dept Of Defense
    The Department of Defense, through the Defense Logistics Agency (DLA Aviation), is soliciting proposals for the FSG53 HARCD Modification 0001 related to the Hardware Acquisition Recompete-Customer Direct (HARCD) contract. This procurement is a total small business set-aside and focuses on the manufacturing of aircraft components, specifically bolts, under NAICS code 336411. The solicitation is critical for maintaining the supply chain of essential aircraft parts, ensuring operational readiness for military operations. Interested parties must submit their proposals by March 3, 2026, and can direct inquiries to Christina Richardson at christina.richardson@dla.mil for further clarification.
    Lever, Assembly, Pilot Seat
    Dept Of Defense
    The Department of Defense, through the Defense Logistics Agency (DLA Aviation), is seeking proposals for an Indefinite Quantity Contract for the Lever, Assembly, Pilot Seat, under solicitation number SPE4A7-26-R-0245. This procurement involves a total of five one-year base periods for the supply of 40 units of the specified item, which is classified as a Critical Application Item and a Life Support Item, necessitating Government First Article Testing and Export Control Certification. The contract is exclusively set aside for small businesses, and offers will only be considered from eligible vendors, with the final award decision based on price, past performance, and other evaluation factors. Interested parties can access the solicitation on DLA DIBBS starting December 9, 2025, and should direct inquiries to Juline Tenorio at JULINE.TENORIO@DLA.MIL or Adrienne Davis at Adrienne.Davis@dla.mil for further information.