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
    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, maintenance, and enhancement 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 operational readiness and safety of military aviation components. Interested parties must submit their proposals by the extended deadline of October 23, 2025, and can direct inquiries to Maggie Bevis at maggie.g.bevis.civ@army.mil or Lindy L. Pinchon at lindy.l.pinchon@army.mil.

    Point(s) of Contact
    Files
    Title
    Posted
    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.
    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.
    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.
    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.
    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.
    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.
    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.
    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.
    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.
    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.
    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.
    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.
    This document is an amendment to a solicitation for a contract administered by the Army Contracting Command-Redstone. The primary purpose of Amendment 0001 is to extend the proposal submission deadline from June 16, 2025, to October 23, 2025. The amendment ensures all other terms and conditions of the original solicitation, referenced as W58RGZ-25-R-0067, remain unchanged. The form requires the acknowledgment of receipt of this amendment by the contractors, and it outlines the procedures for making changes to previously submitted offers. It includes details about the contracting officer and the responsible buyer, Maggie G. Bevis, and specifies it is a Firm Fixed Price contract for maintenance services. The amendment reflects the typical structure for government procurement, affirming flexibility in timelines while maintaining the integrity of existing contractual obligations.
    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
    Pre-Solicitation Synopsis for the Overhaul of the Computer Subassembly for the UH-60 Black Hawk
    Dept Of Defense
    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.
    UH-60 GEARBOX, ASSEMBLY UPGRADE AND OVERHAUL
    Dept Of Defense
    The Department of Defense, specifically the U.S. Army Contracting Command-Redstone Arsenal, is seeking potential sources for the inspection, overhaul, and upgrade of the UH-60 Gearbox, Assembly. This procurement aims to ensure the availability of services, facilities, labor, and materials necessary to return the gearbox to a condition code A, as defined by Army regulations, highlighting its critical safety status. Interested contractors must submit a capabilities statement by December 29, 2025, to the primary contact, Jason Howell, at jason.l.howell4.civ@army.mil, with the possibility of a single award contract structured as a Firm Fixed Price, Five Year Indefinite Delivery Indefinite Quantity (IDIQ) contract. The applicable NAICS code for this opportunity is 336413, and the government encourages responses from small businesses, with a minimum quantity of 30 and a maximum of 180 units anticipated.
    Overhaul of Dynamic Components on the UH-1N Helicopters
    Dept Of Defense
    The Department of Defense, specifically the Department of the Air Force, is seeking qualified contractors for the overhaul of dynamic components on UH-1N helicopters through a combined synopsis/solicitation. The procurement involves the repair and overhaul of critical safety items, including the Swashplate and Support Assembly, Scissors and Sleeve Assembly, Main Rotor Mast Assembly, and Tail Rotor Hub Assembly, with strict adherence to quality control and delivery schedules. This contract is vital for maintaining the operational readiness and safety of military helicopters, ensuring that these essential components are functional and reliable. Proposals are due by December 19, 2025, at 3:00 PM EST, and interested parties should direct inquiries to Shawna Barrett at shawna.barrett.1@us.af.mil or Leigh Ann Taylor at leigh.taylor.3@us.af.mil.
    BALL SCREW ASSEMBLY / 40A, UH-60A, UH-60L, HH/UH-60M, UH-60V BLACK HAWK HELICOPTER
    Dept Of Defense
    The Department of Defense, through the Defense Logistics Agency (DLA Aviation), is seeking suppliers for the procurement of a Ball Screw Assembly for various models of the Black Hawk helicopter, including the UH-60A, UH-60L, HH/UH-60M, and UH-60V. This opportunity involves an indefinite quantity contract (IQC) with a base period of five years, requiring an estimated annual quantity of 80 units, with delivery expected 343 days after order placement. The Ball Screw Assembly, identified by NSN 1680-01-222-2551 and manufactured by Cef Industries LLC, is critical for the operational functionality of the helicopters. Interested vendors can access the solicitation on or about November 24, 2025, via the DLA Internet Bid Board System (DIBBS), and should direct inquiries to Gladys Brown at gladys.brown@dla.mil or by phone at 445-737-4113.
    MULTIPLE DISK BRAKE / 40A, UH-60A, UH-60L, HH/UH-60M, UH-60V BLACK HAWK HELICOPTER
    Dept Of Defense
    The Department of Defense, through the Defense Logistics Agency (DLA) Aviation, is seeking qualified small businesses to provide multiple disk brakes for various models of the Black Hawk helicopter, including 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 requirement of 440 units, and delivery expected within 60 days after order placement. The brakes are critical components for the aircraft's wheel and brake systems, ensuring operational safety and efficiency. Interested vendors must register on DLA's Procurex platform to participate in the reverse auction process, with the solicitation expected to be issued around November 24, 2025. For further inquiries, contact Gladys Brown at gladys.brown@dla.mil or call 445-737-4113.
    Overhaul of Spindles, Modulation Valves, Bifilar Assemblies, Hubs and Retention Plate Assemblies.
    Homeland Security, Department Of
    The Department of Homeland Security, specifically the U.S. Coast Guard's Aviation Logistics Center, is seeking proposals for the overhaul of spindles, modulation valves, bifilar assemblies, hubs, and retention plate assemblies for its MH-60T aircraft. The procurement involves a sole-source contract with Sikorsky Aircraft Corporation, requiring all components to have traceability to the OEM and compliance with FAA guidelines to ensure safety and airworthiness. The contract will be structured as an Indefinite Delivery Requirements type with a one-year base period and two optional one-year extensions, totaling a maximum duration of three years. Interested vendors must submit their quotations by February 27, 2026, with the anticipated award date around June 17, 2026; inquiries can be directed to Trenton Twiford at trenton.c.twiford@uscg.mil.
    16 - FMS REPAIR - BLADE, ROTARY WING
    Dept Of Defense
    The Department of Defense, through the NAVSUP Weapon Systems Support, is soliciting proposals for the sole-source repair of 12 rotary wing blades (NSN: 7RE 1615 011589679 VH, Part No: 70150-29100-041), which are classified as Critical Safety Items for Foreign Military Sales (FMS Case: AT-P-GXO). The procurement aims to restore these government-owned components to operational condition under a Firm Fixed Price contract, emphasizing compliance with ISO 9001 quality management standards and strict packaging requirements as outlined in MIL-STD-2073-1. Proposals are due by 2:00 PM EST on October 1, 2025, and interested parties must contact Mrs. Dana Scott at dana.scott@navy.mil for further information and to ensure compliance with the necessary source approval processes.
    “NSN 1740-01-174-6769, BLADE RACK ASSEMBLY, WSDC: CFN, HELICOPTER CH/MH-53E.”
    Dept Of Defense
    The Department of Defense, through the Defense Logistics Agency (DLA Aviation), is seeking proposals for the procurement of 19 units of the Blade Rack Assembly, NSN 1740-01-174-6769, specifically for the CH/MH-53E helicopter. This procurement is crucial for maintaining the operational readiness of military aircraft, as the Blade Rack Assembly is a vital component in the helicopter's functionality. The contract will be a firm-fixed price arrangement, with delivery required within 250 days after receipt of order to San Diego, CA. Interested suppliers should note that the solicitation is expected to be issued on December 26, 2025, with a closing date of January 25, 2026. For further inquiries, potential bidders can contact Samuel Kogi at 445-737-9377 or via email at Samuel.Kogi@dla.mil.
    SPE4A726R0108-1680 – BELL CRANK / 40A/Helicopter, UH60
    Dept Of Defense
    The Department of Defense, through the Defense Logistics Agency (DLA Aviation), is seeking proposals for the procurement of 553 units of a Bell Crank (NSN: 1680-011589685) for the UH60 helicopter. This procurement is classified as a total small business set-aside and will be awarded as a firm fixed-price contract, with a delivery timeline of 390 days from the contract award. The Bell Crank is a critical component used in helicopter operations, ensuring the effective control and maneuverability of the aircraft. Interested vendors can access the solicitation on or around November 11, 2025, via the DLA Internet Bid Board System (DIBBS), and should direct any inquiries to Leslea Newlon at Leslea.Newlon@dla.mil or by phone at 445-737-9902.
    Repair of Transmission Assemblies Applicable to the UH-1N Helicopters
    Dept Of Defense
    The Department of Defense, specifically the Department of the Air Force, is seeking proposals for the repair of transmission assemblies applicable to UH-1N helicopters under solicitation FA8524-26-R-0001. This procurement involves a Firm-Fixed Price, Requirements Type, Indefinite Delivery Contract (IDC) for the overhaul of these critical components, with a performance period anticipated from FY26 to FY31. The selected contractor must demonstrate Bell Certification or be an Air Force qualified source of repair, ensuring compliance with stringent quality standards essential for military operations. Proposals are due by December 19, 2025, at 3 PM EST, and interested parties can contact Leigh Ann Taylor at leigh.taylor.3@us.af.mil or Jessica Cobb at Jessica.cobb.3@us.af.mil for further information.