Repair of Transmission Assemblies Applicable to the UH-1N Helicopters
ID: FA8524-26-R-0001Type: Combined Synopsis/Solicitation
Overview

Buyer

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

NAICS

Search, Detection, Navigation, Guidance, Aeronautical, and Nautical System and Instrument Manufacturing (334511)

PSC

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

Set Aside

No Set aside used (NONE)
Timeline
    Description

    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 five-year, Firm Fixed Price Requirements contract, requiring offerors to be Bell certified OEM, Air Force qualified, or possess an approved Source Approval Request (SAR). The services are critical for maintaining operational readiness of military helicopters, ensuring they meet stringent quality and safety standards. Proposals are now due by December 14, 2025, at 3:00 PM EST, and interested parties should direct inquiries to Leigh Ann Taylor at leigh.taylor.3@us.af.mil or Jessica Cobb at jessica.cobb.3@us.af.mil.

    Point(s) of Contact
    Files
    Title
    Posted
    Solicitation FA852426R0001 has been extended, with the proposal due date moved from November 5, 2025, to December 14, 2025. All other terms and conditions of the solicitation remain unchanged. This adjustment provides additional time for potential bidders to submit their proposals for this federal government RFP.
    This Performance Work Statement (PWS) outlines the requirements for overhauling UH-1N helicopter transmissions for the U.S. Air Force. The services include functional testing, inspection, overhaul, and post-overhaul testing, ensuring the transmissions are serviceable and meet ISO 9001:2015 quality standards. The contract is a Firm-Fixed Price Indefinite Delivery Contract with a one-year basic ordering period and four one-year options. Overhauls must be completed within 150 days (100 days for MICAP/SURGE), with strict reporting requirements through the Commercial Asset Visibility Air Force (CAVAF) system. Key performance objectives include limiting Product Quality Deficiency Reports (PQDRs) and late deliveries to one per contract year. The contractor is responsible for government property, including reporting losses and conducting annual inventories. The PWS also details requirements for Item Unique Identification (IUID), packaging, supply chain risk management, counterfeit electronic parts, safety, security clearances, and mishap reporting. This acquisition ensures the availability of critical transmission assemblies to support Special Operations Forces and Presidential missions.
    This government file outlines the evaluation factors for award in a price-only acquisition, emphasizing the importance of a responsible offeror submitting the lowest price while meeting all RFP terms and Special Standards of Responsibility (SSR). The evaluation process includes assessing proposed prices for reasonableness and balance, with a Total Evaluated Price (TEP) calculated for Firm Fixed Price (FFP) CLINs X001, X002, and 0005. Offerors are cautioned against unbalanced pricing, which could lead to proposal rejection if it poses an unacceptable risk to the Government. The TEP is solely for evaluation purposes, and the document provides examples of TEP and quantity range calculations to ensure offeror understanding.
    This government file, initiated on June 17, 2025, details transportation data for solicitations under Purchase Instrument Number FD20602600008-00. It outlines F.O.B. Destination terms, recommended for this procurement, and references FAR clauses 52.247-29, 52.247-52, and 52.247-53 concerning F.O.B. Origin, Clearance and Documentation, and Freight Classification. A key instruction requires contractors to ensure carrier rates are equal to or better than government rates, with shipping costs listed on invoices and carrier billings attached for reimbursement. The document specifies transportation funds information, including LOA: 97X4930.FC04 645 47GR 15443H 01K010 00000 UJJTWG 503000 F03000 FSR: 013720 PSR: K39301, and designates DLA Distribution Corpus Christi, TX, as the ship-to address for multiple line items (0001-0004) with NSNs 1615010616615GA and 1615DTL250247GA. Each shipment requires a 3-5 day prior notification to SP Corey Collins. Darrick D. Hogan from 406 SCMS / GULAA is listed as the contact for other transportation data.
    This government file outlines packaging requirements for federal procurements, emphasizing compliance with international and military standards. It details regulations for Wood Packaging Material (WPM), including heat treatment and debarking, to prevent invasive species in global shipments. The document specifies adherence to MIL-STD 129 for military marking and MIL-STD 2073-1 for military packaging. It also includes specific packaging instructions for different items (PACRN AAA and AAB), with additional marking criteria for shipping containers, such as unit serial numbers and OEM information. The file is critical for vendors to ensure proper packaging and marking for government contracts, guaranteeing compliance with both environmental and military logistics standards.
    This document is an attachment for Solicitation Number FA852426R0001, titled "UH-1N Transmission Overhaul." It details the provisioned item, which is the overhaul of UH-1N Transmissions. The item's NSN is 161501061661, CAGE Code is 56SR03, and Part Number is 212-040-001-111. The solicitation is for 75 units, with each unit having an acquisition cost of $631,688.32. The property is classified for "Use As-Is" and is indicated as not serially managed but upgradable. This attachment outlines the specific requirements and details for a federal government procurement related to aircraft maintenance.
    This document outlines the pre-qualification requirements for contractors interested in overhauling and repairing the Transmission Assembly (P/N: 212-040-001-111), a critical safety item for military helicopters. The requirements, mandated by Public Law 98-525, emphasize engineering source approval, rigorous quality control, and adherence to USAF Technical Orders. Contractors must demonstrate capabilities through detailed company summaries, factory layouts, equipment lists, and certifications for inspection operators. Experience with similar critical safety components, a detailed quality plan (AS9100 or ISO 9001 certified), and comprehensive repair/overhaul plans are also required. A minimum of 75% of the workload must be performed in-house, with testing on certified stands. Certain companies, including Bell Helicopter Textron and Arista, are pre-qualified. The estimated cost for source qualification evaluation is $6,000, primarily for administrative labor. The Air Force reserves the right to witness post-award testing and will review submissions within 45 working days, with a final qualification response within 180 days. The government contact for technical requirements is Coby Giddens.
    This document outlines the First Article Requirements for a federal contract, effective June 12, 2025, referencing AFMCI 23-110, AFMCDAFI 20-102, and FAR, Subpart 9.3. The contract requires one first article unit, which will be part of the production quantity and will not serve as a manufacturing standard. Long lead time items and special production facilities are required. Contractor testing is mandated, following overhaul instructions and QA requirements in USAF TO 3R7-2-6-3 and drawing 212-040-001. A test plan is required, with government approval or disapproval within 30 days. The contractor must notify the ACO and traci.polk@us.af.mil 20 days prior to testing. A test report is also required, to be delivered to AFLCMC/WIU via Traci Polk, Attn: Coby Giddens. Government approval or disapproval of the report is due 20 days after receipt. The estimated cost for government testing is $1,730.00. Approved first articles will be sent to Supply, while disapproved articles will be returned to the contractor. Waiver of first article approval is generally not permitted, except for OEM Bell, Bell certified vendors, and SQS approved vendors, as noted in the remarks. The document also specifies detailed content for the test report and the involvement of DCMA during testing.
    This government file outlines various contract clauses applicable to federal acquisitions, covering a wide range of regulatory requirements. Key areas include safeguarding defense information, prohibiting certain telecommunications equipment, ensuring unique item identification for delivered goods, and mandating electronic submission of payment requests via Wide Area WorkFlow (WAWF). The document also details clauses related to labor standards, small business subcontracting, restrictions on foreign procurements, and ethical conduct. It emphasizes compliance with FAR and DFARS regulations, outlining specific conditions for applicability and flow-down requirements for subcontractors. Additionally, it establishes an ombudsman for conflict resolution and lists critical safety items, along with instructions for reporting and various payment terms. The document highlights the government's commitment to security, ethical practices, and compliance throughout the acquisition process.
    The document outlines a price matrix for Solicitation FA8524-25-R-0017, detailing a federal government Request for Proposal (RFP) for overhaul and repair services for transmission assemblies. The solicitation includes a basic ordering period and four subsequent ordering periods (I-IV), each with recurring line items. Key services across all periods are "Overhaul - Transmission Assembly" (15 units per period), "BER/NFF - Transmission Assembly" (1 unit per period) for Beyond Economical Repair/No Fault Found items, and "Data" (1 lot per period). The basic ordering period also includes a "First Article - Overhaul - Transmission Assembly" (1 unit). All contract line items (CLINs) are Fixed-Firm Price (FFP). Offerors are required to populate only the yellow-highlighted fields for unit price and total amount, with "NSP" (Not Separately Priced) indicated for data CLINs. This structure allows for a clear breakdown of costs over the contract's lifecycle for these essential maintenance and data services.
    This document outlines instructions and conditions for a Firm-Fixed Price, Requirements Type, Indefinite Delivery Contract (IDC) for the overhaul of UH-1N Transmission Assemblies. The acquisition, conducted under FAR Parts 12 and 15, is a price-only competition, with the government reserving the right to award without discussions. Offerors must submit a completed Price Matrix with a cover letter detailing any exceptions and total proposed price. Mandatory requirements include demonstrating Bell Certification, Air Force qualified source of repair, or an approved Source Approval Request (SAR). Proposals must include prices for all CLINs, rounded to the nearest whole dollar. The anticipated contract performance period is FY26-FY31, with proposals due by November 5, 2025, 3:00 PM EDT. Failure to comply with instructions may result in proposal rejection.
    The Department of the Air Force has issued a combined synopsis/solicitation, FA8524-26-R-0001, for the repair of transmission assemblies for UH-1N helicopters. This procurement seeks a five-year, Firm Fixed Price, Requirements contract. Key details include a NAICS code of 334511, a response deadline of November 5, 2025, at 3 PM EST, and a requirement for offerors to be Bell certified OEM, Air Force Qualified, or possess an approved Source Approval Request (SAR). The solicitation is available on www.sam.gov and prohibits foreign participation at the prime contractor level. Inspection and acceptance will be at the source (Robins AFB, GA), with a routine delivery of 150 calendar days. Specific attachments provide further instructions and evaluation factors.
    This government file outlines the Contract Data Requirements List (CDRL) for the UH-1N Helicopter program, detailing nine data items required from the contractor. These items include an annual Government Property (GP) Inventory Report, an Item Unique Identification (IUID) Marking Plan, an IUID Marking Activity, Validation, and Verification Report, Commercial Asset Visibility (CAV) Reporting, a Contract Depot Maintenance (CDM) Monthly Production Report, First Article Test/Inspection Procedures and Report (FAT/IPP), First Article Test/Inspections Procedures and Plan (FAT/IPP), a Government Industry Data Exchange Program (GIDEP) Alert/Safe Alert Report, and an Accident/Incident Report. Each data item specifies its purpose, authority, submission frequency (ranging from daily to as required), submission dates, required distribution, and specific remarks regarding content and formatting. The document also provides contact information for various government personnel involved in the review and acceptance of these reports, emphasizing the electronic submission of most deliverables.
    Lifecycle
    Title
    Type
    Combined Synopsis/Solicitation
    Similar Opportunities
    Overhaul of Dynamic Components on the UH-1N Helicopters
    Buyer not available
    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 under solicitation FA8524-26-R-0002. The procurement involves comprehensive services for critical safety items, including Swashplate and Support Assemblies, Scissors and Sleeve Assemblies, Main Rotor Mast Assemblies, and Tail Rotor Hub Assemblies, with a focus on quality assurance and adherence to strict delivery schedules. This contract is vital for maintaining the operational readiness and safety of military helicopters, ensuring that all components meet rigorous standards. Proposals are due by December 14, 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.
    UH-1N Rotor Masts
    Buyer not available
    The Department of Defense, through the Defense Logistics Agency (DLA) Aviation at Warner Robins, GA, is conducting a Sources Sought notice for the procurement of UH-1N Rotor Masts, specifically the assembly identified by National Stock Number (NSN) 1615-00-255-2896 and Part Number (PN) 204-040-366-15. This rotor mast is a critical component that connects the transmission to the rotor hub of the UH-1N helicopter, ensuring the proper functioning of the main rotor assembly. The DLA intends to award a sole source contract to Bell Textron Inc., the Original Equipment Manufacturer, due to their exclusive technical expertise and proprietary data necessary for the manufacturing of this component. Interested parties are encouraged to express their interest and capabilities by submitting responses to Anthony Light at anthony.light.2@us.af.mil and Adam Randall at timothy.randall.4@us.af.mil by December 5, 2025, at 12 PM EST.
    BARREL-ROTARY, CONTR | 40A | UH-60 SERIES
    Buyer not available
    The Department of Defense, through the Defense Logistics Agency (DLA Aviation), is seeking proposals for the procurement of Barrel-Rotary components for the UH-60 series helicopters, specifically under the National Stock Number (NSN) 1615-010957108. This opportunity is a total small business set-aside and involves an indefinite quantity contract with a base period of two years, requiring an estimated annual quantity of 280 units, along with government testing and evaluation processes. The selected contractor will be responsible for delivering the first article units within 365 days after receipt of order, with subsequent production units due 30 days after government approval. Interested parties can obtain the solicitation via the DLA Internet Bid Board System (DIBBS) on or about November 12, 2025, and should direct inquiries to Ryan Loeffelholz at ryan.loeffelholz@dla.mil or by phone at 804-279-1452.
    BALL SCREW ASSEMBLY / 40A, UH-60A, UH-60L, HH/UH-60M, UH-60V BLACK HAWK HELICOPTER
    Buyer not available
    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.
    SPRRA1-25-R-0066/NSN: 1560-01-221-2619/NOUN: SUPPORT ASSEMBLY,BE
    Buyer not available
    The Department of Defense, through the Defense Logistics Agency Aviation at Huntsville, AL, is soliciting offers for a five-year Indefinite Delivery Requirements Firm Fixed Price contract for the Support Assembly, BE (NSN: 1560-01-221-2619, P/N: 70400-08162-042) specifically for the UH-60 (BE) Blackhawk helicopter. This procurement is limited to Sikorsky Aircraft Corporation, Transaero, Inc., and Air Industries Machining, Corp., and includes critical requirements such as First Article Testing (FAT), Production Lot Testing (PLT), and compliance with specific aviation maintenance markings. The contract is classified as a Critical Safety Item (CSI), emphasizing the importance of the assembly in maintaining flight safety standards. Proposals must be submitted electronically by December 8, 2025, at 12:00 PM, and interested parties can contact Stacy Hood at Stacy.Hood@dla.mil or 256-986-0897 for further information.
    SPE4A726R0108-1680 – BELL CRANK / 40A/Helicopter, UH60
    Buyer not available
    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.
    16 - FMS REPAIR - BLADE, ROTARY WING
    Buyer not available
    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 1680-014943019, SEAT, AIRCRAFT, WSDC: 40A, HELICOPTER, UH-60A, UH-60L, UH-60V
    Buyer not available
    The Department of Defense, through the Defense Logistics Agency (DLA Aviation), is seeking proposals for a Firm Fixed Price Contract for the procurement of 26 aircraft seats for the UH-60A, UH-60L, and UH-60V helicopters. This solicitation is critical for flight safety and involves export control, with approved sources including BAE Systems Land & Armaments L.P. and Sikorsky Aircraft Corporation. The solicitation will be issued on December 8, 2025, and will close on January 12, 2026, with evaluations based on price, past performance, and other factors. Interested parties can contact Jessica Gentry at jessica.gentry@dla.mil or Leslie Adams at leslie.adams@dla.mil for further information.
    Overhaul of Spindles, Modulation Valves, Bifilar Assemblies, Hubs and Retention Plate Assemblies.
    Buyer not available
    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.
    AH-64 Maintenance and Overhaul of Nitrogen Inerting Unit (NIU)
    Buyer not available
    The Department of Defense, specifically the Army Contracting Command at Redstone Arsenal, is soliciting bids for the maintenance and overhaul of the Nitrogen Inerting Unit (NIU) for the Apache AH-64 helicopter under Solicitation W58RGZ-25-B-0034. This firm-fixed-price contract encompasses a two-year Indefinite Delivery Indefinite Quantity (IDIQ) arrangement, focusing on the overhaul and repair of NIUs, including services for both U.S. and Foreign Military Sales, while adhering to strict quality standards. The procurement is limited to Mission Systems Davenport, Inc. and The Boeing Company due to the unavailability of technical data, with proposals due electronically by December 9, 2025, and the bid opening scheduled for December 10, 2025, at 1:30 PM CST. Interested parties should direct inquiries to Meagan M Melton or Jessica Mangum via their respective email addresses for further information.