Solicitation for the Overhaul/Upgrade of the Blade, Rotary Wing for the UH-60 Black Hawk
ID: W58RGZ-25-R-0067Type: Solicitation
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

HELICOPTER ROTOR BLADES, DRIVE MECHANISMS AND COMPONENTS (1615)
Timeline
  1. 1
    Posted Apr 15, 2025, 12:00 AM UTC
  2. 2
    Updated Apr 15, 2025, 12:00 AM UTC
  3. 3
    Due Jun 16, 2025, 10:00 PM UTC
Description

The Department of Defense, specifically the Army Contracting Command at Redstone Arsenal, is soliciting proposals for the overhaul and upgrade of the Blade, Rotary Wing for the UH-60 Black Hawk helicopter. This procurement involves an Indefinite Delivery Indefinite Quantity (IDIQ) contract for the inspection, overhaul, and upgrade of a Critical Safety Item (CSI), with a contract duration of three years and a minimum order quantity of 15 units, potentially increasing to a maximum of 54 units. The selected contractor will be required to submit a Maintenance and Overhaul Plan within 30 days of contract award, adhere to stringent quality standards, and comply with various Army regulations to ensure the safety and operational readiness of military aviation components. Interested parties should contact Maggie Bevis at maggie.g.bevis.civ@army.mil or Lindy L. Pinchon at lindy.l.pinchon@army.mil for further details and to ensure compliance with submission timelines.

Point(s) of Contact
Files
Title
Posted
Apr 15, 2025, 7:06 PM UTC
Apr 15, 2025, 7:06 PM UTC
The document provides a summary of various data items related to the maintenance and management of a specific blade assembly (NSN 1615-01-691-8821) as outlined in the SOW (Statement of Work) for project AB499. It includes a routine status and presents a comprehensive list of documents required for compliance, including reports on inventory, shipping discrepancies, technical reports, and airworthiness guidelines. Key documents include the Government Property Inventory Report, Logistics Product Data, and various Army regulations on maintenance and quality deficiencies. The document categorizes materials into two categories, with Category 1 representing mandated compliance documents and Category 2 focusing on additional relevant regulations. The purpose of this document is to establish strict standards and guidelines for handling, reporting, and maintaining military equipment, ensuring safety and effectiveness in operations. The structured list helps ensure all necessary protocols are followed during the lifecycle of the blade assembly and related aviation components.
Apr 15, 2025, 7:06 PM UTC
The Report of Discrepancy (ROD) details the procedures for reporting and addressing discrepancies in shipping, packaging, and invoicing within federal and state RFPs and grants. It includes sections for essential information such as the preparation date, report number, shipper details, transportation document numbers, shipping data, discrepancy data, and action codes related to various issues, including shipment quality and quantity discrepancies. The categories include conditions like damaged shipments, misdirected materials, and overages. Furthermore, the document provides guidelines for resolving discrepancies, processing adjustments in billing, and stipulates crucial timelines and documentation needed for resolution. The ROD serves as a standard form to ensure accountability and clarity in federal procurement operations, highlighting the importance of accurate shipments and billing processes in adherence to government regulations and efficiency in supplier interactions. Maintaining thorough documentation and precise communication is emphasized to facilitate prompt resolution of issues, ensuring compliance and serviceability within the framework of governmental procurement.
Apr 15, 2025, 7:06 PM UTC
The document outlines the procedure for reporting shipping and packaging discrepancies within the Department of Defense (DOD) framework. It provides a step-by-step guide for completing a report, designated by 'SHIPPING' for shipping issues or 'PACKAGING' for packaging issues. Key sections include fields for date, report number, contact information (sender and recipient), shipper details, requisition numbers, discrepancies, and total costs. Specific coding for discrepancies and actions is also required. Supporting documents and photographs must be attached, and a continuation sheet may be utilized for unresolved parts, ensuring all have appropriate authorization. This structured approach aims to maintain accountability and facilitate corrective action for supply chain issues, which is critical within government procurement and contract administration contexts. The systematic recording and processing of discrepancies are vital for compliance with federal regulations and efficient operational procedures involving federal grants and local RFPs.
Apr 15, 2025, 7:06 PM UTC
The document outlines the standards and requirements for the manufacturing of Critical Safety Items (CSIs) pertinent to U.S. Army aviation. It establishes the minimum level of activity necessary to ensure the integrity of critical characteristics associated with CSIs, which can lead to catastrophic failures affecting safety. The policy mandates that CSIs be procured only from approved sources, aligning with federal law and Department of Defense directives. Key requirements include detailed manufacturing planning, stringent controls on critical processes, traceability of components, and comprehensive personnel training. All critical characteristics must undergo 100% inspection, ensuring compliance with clearly defined acceptance criteria. Additionally, there are established processes for managing nonconformances; any discovered issues must be promptly reported and addressed. These standards integrate with existing quality systems like ISO 9001 and AS9100, enhancing the overarching quality control framework. The purpose of the standard is to enhance safety and maintain compliance throughout the manufacturing process of CSIs, thereby ensuring the reliability of aviation systems. The document serves as a critical guide for contractors involved in the procurement and manufacturing of aviation-related components, stressing the importance of exacting processes and thorough documentation for maintaining safety and quality.
Apr 15, 2025, 7:06 PM UTC
The QE-STD-2 document outlines comprehensive guidelines for the Maintenance and Overhaul (M&O) of Critical Safety Items (CSIs) in military aviation, focusing on ensuring the integrity and quality of components identified by the Aviation Engineering Directorate (AED). The standard mandates strict compliance with quality requirements for CSIs, including detailed processes for overhaul planning, critical characteristic identification, scrutiny of subcontractors, and rigorous inspection protocols. It emphasizes the necessity for full traceability of items through serialization, ensuring that each component can be traced back to its overhaul history. Furthermore, all personnel involved must be adequately trained and certified to uphold safety and quality standards. The document also stipulates that nonconforming CSIs cannot be accepted or repaired without proper authorization, and outlines procedures for audits and record retention to ensure ongoing compliance. Additionally, it specifies the importance of proper handling and documentation of Government Furnished Material (GFM) and mandates adherence to higher-level quality programs. The overarching goal is to maintain operational safety and reliability in aviation systems through stringent oversight of CSI management throughout their lifecycle. This framework serves as a critical reference for contractors involved in federal RFPs, reinforcing the government's commitment to safety and quality in defense-related engineering and maintenance operations.
Apr 15, 2025, 7:06 PM UTC
The document outlines the requirements for contractors involved in the Army Materiel Command's Total Asset Visibility - Contractor (TAV-C) capabilities, essential for managing Government Furnished Equipment, Materiel, or Property (GFE/M/P) in various contracts. It details two primary methods for contractors to exchange inventory data with the Logistics Management Program (LMP): the Defense Logistics Management Standards (DLMS) interface and the TAV-C Portal. Key requirements for accessing the TAV-C Portal involve security credentials, such as possession of a Common Access Card (CAC) or a Department of Defense-approved Multi-Factor Authentication (MFA) certificate. Contractors must complete user training and address technical specifications for computer systems used for data submission. The document also specifies the types of transactions required for maintenance and oversight, outlining the responsibilities of contractors in managing incoming and recorded materials. This regulation supports the Army's efforts in achieving enhanced asset visibility and readiness through improved inventory management practices. The purpose of the document aligns with ensuring compliance in government contracts and promoting effective coordination among contractors and the Department of Defense for logistical operations.
Apr 15, 2025, 7:06 PM UTC
The Army IT User Access Agreement outlines the responsibilities and guidelines for users accessing Department of Defense (DoD) information systems. This agreement emphasizes that users consent to government monitoring, interception, and inspection of data, acknowledging that communications on these systems are not private. It specifies that the Army's IT resources are for official use only, forbidding illegal or harmful activities, and mandates adherence to cybersecurity training and protocols. Users must safeguard information from unauthorized access, report suspicious activities, and comply with regulations regarding classified (SIPRNet) and unclassified (NIPRNet) systems. The document also details the importance of Public Key Infrastructure (PKI) for securing communications, as well as the responsibilities of users regarding social media use and political activity. Access to Army resources is a revocable privilege, subject to disciplinary actions for violations. The agreement serves to protect the integrity of information systems while ensuring users are aware of their obligations to maintain security and compliance with military standards.
Apr 15, 2025, 7:06 PM UTC
The document pertains to government-furnished property related to a custodial procurement contract overseen by the Department of Defense (DoD). The contracting officer, Lindy Pinchon, is detailed alongside her contact information. The file contains specifications for requisitioned items under various categories, including both serially and non-serially managed property. Key fields such as item name, description, quantity, acquisition cost, and delivery date are outlined, emphasizing compliance with federal procurement standards as per the Federal Acquisition Regulation (FAR). Specific items are noted, including a "Blade Assembly," with relevant identifiers such as National Stock Number (NSN) and manufacturer codes. The document underscores requirements for complete item records, including mandatory fields and conditions for delivery events. It illustrates structured organization in procurement documentation, essential for tracking government assets and ensuring accurate acquisition processes. The purpose of the file is to support the administration of government contracts and to facilitate the management and accountability of government-furnished property throughout the procurement lifecycle.
Apr 15, 2025, 7:06 PM UTC
The document primarily consists of digital signatures from Kathryn Riggs, timestamped on November 21, 2024. These signatures likely authenticate a submission related to government processes, especially in the context of federal Requests for Proposals (RFPs) or grants. While the file does not contain substantive content regarding a specific RFP or grant, the presence of digital signatures suggests the culmination of required documentation for a proposal or response. The filing reflects compliance with procedural protocols essential for engaging in federal or state/local procurement activities. This signals the importance of digital verification in ensuring the integrity and authenticity of submissions in government dealings.
Apr 15, 2025, 7:06 PM UTC
The document reflects the digital signing by Kathryn L. Riggs, dated November 21, 2024. It appears to be part of an official government workflow, likely indicating the completion of a process, possibly related to federal RFPs (Requests for Proposals) or other grant-related activities. However, the content extracted does not provide substantive information about specific RFPs, grants, or project details. Lacking in context and substantive details, the primary focus is on the digital authentication of the document, which implies its role in formalizing governmental transactions or approvals. Overall, the document serves as a digital signature verifying identity and timestamp, essential for procedural integrity in government operations.
Apr 15, 2025, 7:06 PM UTC
The document presents a Contract Data Requirements List (CDRL) for a technical report related to the Maintenance and Overhaul (M&O) Process Plan for a blade assembly (NSN: 1615-01-691-8821) under a specified contract. It outlines critical details such as the data submission frequency, distribution statement, and requirements for contractor submissions. The contractor must provide a plan tailored to the established M&O guidelines, electronically submit it for government review, and be prepared for resubmission within set timelines if disapproved. A distribution statement is included, indicating that the report is authorized for U.S. government agencies. The document specifies that revisions affecting critical safety characteristics must be resubmitted within ten days and emphasizes compliance with the Department of Defense's standards. Overall, this CDRL ensures that contractors adhere to precise documentation and safety protocols while contributing to government operations involving complex equipment maintenance.
Apr 15, 2025, 7:06 PM UTC
The document includes digital signatures from Kathryn L. Riggs, which are timestamped to November 21, 2024. It serves administrative purposes rather than providing substantive information about RFPs, grants, or related topics. The signatures indicate official completion of paperwork or approval, but no details about proposals or funding requests are present. Consequently, the file lacks a clearly defined topic, key ideas, or structured content associated with federal or local RFPs and grants. The primary focus appears to be on the authentication of the document through digital signatures, suggesting that it might have been part of a formal process rather than a comprehensive report or proposal.
Apr 15, 2025, 7:06 PM UTC
The document outlines a government procurement solicitation for an Indefinite Delivery Indefinite Quantity (IDIQ) contract pertaining to the inspection, overhaul, and upgrade of the Blade, Rotary Wing, a Critical Safety Item (CSI) used in military helicopters. The Army Contracting Command at Redstone Arsenal intends to issue a firm-fixed-price contract that spans three years, with a minimum order quantity of 15 units and a maximum of 54 units, including provisions for Foreign Military Sales (FMS). Key elements include the requirement for a Maintenance and Overhaul Plan to be submitted within 30 days of contract award, adherence to specific quality standards for CSIs (as per AMCOM Regulation 702-7), and requirements for Product Verification Audits (PVA) to validate process integrity. The proposal acceptance period is set at 120 days, and there are strict guidelines for reporting discrepancies and ensuring technical data access. The solicitation emphasizes the importance of quality control, supplier qualification, and compliance with various Army technical manuals and regulations. Contractors are obligated to comply with military packaging and marking standards, ensuring accurate tracking and accountability throughout the overhaul process. The solicitation aims to maintain high operational readiness for critical aviation component safety and performance.
Similar Opportunities
Solicitation for the Overhaul/Upgrade of the Common Hydro Mechanical Unit
Buyer not available
The Department of Defense, specifically the Department of the Army, is soliciting proposals for the overhaul and upgrade of the Common Hydro Mechanical Unit (CHMU) associated with the T700 engine, which is critical for UH60 and AH64 aircraft. This procurement aims to ensure the maintenance and enhancement of a vital aerospace component, emphasizing compliance with stringent quality and safety standards throughout the overhaul process. The contract will be structured as a five-year Firm-Fixed-Price Indefinite Delivery Indefinite Quantity (IDIQ) agreement, with a minimum of 300 units and a maximum of 3,000 units to be managed, including provisions for Foreign Military Sales (FMS). Interested contractors should reach out to Maggie Bevis at maggie.g.bevis.civ@army.mil or Lindy L. Pinchon at lindy.l.pinchon.civ@mail.mil for further details and to ensure compliance with the submission requirements outlined in the solicitation documents.
Synopsis Overhaul of the PANEL, CONTROL, ELECT for the (UH-60)
Buyer not available
The Department of Defense, specifically the U.S. Army Aviation and Missile Command, is seeking contractors for the overhaul of the PANEL, CONTROL, ELECT for the UH-60 Blackhawk helicopter. The procurement involves providing all necessary labor, materials, and equipment to accomplish the overhaul, with an estimated quantity range of 80 to 480 units, including a Foreign Military Sales component. This contract will be a five-year, Firm-Fixed-Price Indefinite Delivery Indefinite Quantity (IDIQ) type, and will be solicited as a Full and Open competitive requirement, with technical proposals due within 15 days of posting. Interested parties should direct inquiries to Jason Howell or Edward A. Peterson via the provided contact information, noting that the solicitation is currently unfunded and the award is contingent upon the availability of funds.
Pre-Solicitation Synopsis for the Overhaul of the Computer Subassembly for the UH-60 Black Hawk
Buyer not available
The Department of Defense, specifically the Department of the Army, is seeking contractors for the overhaul of the Computer Subassembly for the UH-60 Black Hawk. The procurement involves furnishing all necessary services, facilities, labor, parts, materials, equipment, tools, and data to accomplish the overhaul of the specified assets, with an estimated quantity range of 5 to 54 units, including a Foreign Military Sales quantity of 9. This contract will be a five-year, Firm-Fixed-Price Indefinite Delivery Indefinite Quantity (IDIQ) type, and it is important to note that the items are not commercial and FAR Part 12 will not be utilized. Interested contractors must submit their capabilities statements and proposals via email to Andrew E. Cameron, as no telephone requests will be accepted, and the procurement is currently unfunded with the award pending receipt of sufficient funds.
Synopsis Overhaul of the Display Unit Flight Information
Buyer not available
The Department of Defense, specifically the U.S. Army Aviation and Missile Command, is seeking contractors for the overhaul of the Display Unit Flight Information for the UH-60 Blackhawk under solicitation number W58RGZ-25-B-0018. The contractor will be responsible for providing all necessary labor, materials, and equipment to complete the overhaul, with an estimated quantity range of 60 to 216 units, including a potential Foreign Military Sales quantity of 36 units. This procurement is critical for maintaining operational readiness and safety in military aviation, and it will be conducted as a Full and Open competitive requirement using a Two-Step Sealed Bidding Method. Interested bidders must submit their technical proposals by the deadline established upon solicitation issuance, and they can direct inquiries to Maryssa Sanchez or Edward A. Peterson at the provided contact information. Note that the requirement is currently unfunded, and award will be contingent upon the availability of sufficient funds.
Head, Rotary Wing for the Apache AH-64
Buyer not available
The Department of Defense, specifically the Army Contracting Command, is soliciting proposals for the maintenance and overhaul of the Head, Rotary Wing for the Apache AH-64 helicopter, identified by NSN: 1615-01-512-0889. This limited competitive procurement is aimed at ensuring the operational readiness and safety of critical aviation components, with a focus on compliance with stringent quality and safety standards throughout the overhaul process. The contract will be a Firm Fixed Price (FFP) Indefinite Delivery Indefinite Quantity (IDIQ) agreement, with a total of 360 units to be ordered, including provisions for both U.S. and Foreign Military Sales. Interested contractors must submit their bids by April 25, 2025, with the bid opening scheduled for April 29, 2025. For further inquiries, potential bidders can contact Meagan M. Melton at meagan.m.melton.civ@army.mil or Jessica Mangum at jessica.t.mangum.civ@army.mil.
OVERHAUL OF THE MODULE ASSEMBLY, PILOT, UH-60
Buyer not available
The Department of Defense, specifically the U.S. Army Contracting Command-Redstone Arsenal, is conducting a Sources Sought notice to identify potential sources for the overhaul of the Module Assembly, Pilot for the UH-60 aircraft. The procurement aims to secure inspection and overhaul services for the Module Assembly, Pilot, with a focus on returning the items to condition code A as per Army regulations, and the contract will be structured as a 5-year Indefinite Delivery Indefinite Quantity (IDIQ) firm fixed-price contract with a minimum/maximum quantity of 100/600 units. This opportunity is crucial for maintaining the operational readiness of the UH-60 aircraft, and interested parties must submit their capabilities statements electronically to the primary contact, Maryssa Sanchez, at maryssa.d.sanchez.civ@army.mil by 1700 Central Time, 15 days after the posting of this notice.
AH-64 Maintenance and Overhaul of Manifold, Hydraulic
Buyer not available
The Department of Defense, specifically the Department of the Army, is seeking contractors for the maintenance and overhaul of hydraulic manifolds for the AH-64 aircraft at Redstone Arsenal, Alabama. The contractor will be responsible for providing all necessary services, facilities, labor, parts, materials, equipment, tools, and data to accomplish the inspection and overhaul of the hydraulic manifold, with an estimated quantity ranging from 24 to 144 units. This procurement is critical for maintaining the operational readiness of the AH-64 fleet, and the contract is expected to be a Firm Fixed Price Indefinite Delivery Indefinite Quantity (IDIQ) with a performance period of 60 months. Interested parties should note that proposals must be submitted without discussions, and the solicitation will be available electronically on the PIEE Solicitation module. For further inquiries, contact Meagan M Melton at meagan.m.melton.civ@army.mil or Jessica Mangum at jessica.t.mangum.civ@army.mil.
16--BLADE ASSEMBLY,MAIN, IN REPAIR/MODIFICATION OF
Buyer not available
The Department of Defense, specifically the Department of the Navy through NAVSUP Weapon Systems Support, is soliciting proposals for the repair and modification of the Main Blade Assembly, a critical component used in helicopter rotor systems. The procurement is a sole source requirement, indicating that the government does not possess sufficient data to contract with any source other than the current supplier, and all repairs must adhere strictly to approved procedures outlined in the Statement of Work. This contract is essential for maintaining operational readiness and reliability of naval aviation assets. Interested contractors must ensure they are an approved source and submit the necessary documentation as specified in the NAVSUP WSS Source Approval Brochure, with inquiries directed to Jacob Wells at jacob.r.wells1@navy.mil or by phone at 215-697-1227.
PUSHROD ASSEMBLY, A / NSN 1680-01-159-4618 / UH-60 HELICOPTER
Buyer not available
The Department of Defense, through the Defense Logistics Agency (DLA Aviation), is seeking to establish an Indefinite Quantity Contract (IQC) for the PUSHROD ASSEMBLY, A, with National Stock Number (NSN) 1680-01-159-4618, specifically for the UH-60 helicopter. This procurement is critical as the item is classified as an Army Critical Safety Item, with an estimated annual quantity of 144 units required over a five-year base period. The contract will involve production units delivered FOB Destination, with inspection and acceptance occurring at the origin, and interested contractors must submit a Source Approval Request (SAR) if they are not already an approved source. Interested parties should contact Chris Rose at CHRISTOPHER.ROSE@DLA.MIL or Jeremy Prince at Jeremy.Prince@dla.mil for further information, and proposals must be submitted within 45 days of the notice publication, with the solicitation expected to be issued on April 18, 2025.
UH-1N Transmission Assembly
Buyer not available
The Department of Defense, specifically the Department of the Air Force, is seeking qualified vendors to provide overhaul services for the Transmission Assembly of UH-1N helicopters, a critical component for ensuring flight safety. Interested contractors must demonstrate relevant experience, possess necessary equipment, and adhere to stringent quality assurance standards, including engineering source approval due to the safety-critical nature of the part. This procurement is vital for maintaining operational integrity in combat search and rescue operations, with a deadline for submissions set for May 19, 2025, at 4:00 PM EDT. Interested parties should direct their inquiries to Leigh Ann Taylor at leigh.taylor.3@us.af.mil or Jessica Cobb at Jessica.cobb.3@us.af.mil for further information.