Sole Source Helitune
ID: W912NW25Q0011Type: Solicitation
Overview

Buyer

DEPT OF DEFENSEDEPT OF THE ARMYW6QK CCAD CONTR OFFCORPUS CHRISTI, TX, 78419-5260, USA

NAICS

Commercial and Industrial Machinery and Equipment (except Automotive and Electronic) Repair and Maintenance (811310)

PSC

MAINT/REPAIR/REBUILD OF EQUIPMENT- MAINTENANCE AND REPAIR SHOP EQUIPMENT (J049)
Timeline
    Description

    The Department of Defense, specifically the Army Contracting Command at Corpus Christi Army Depot, is seeking to award a sole-source contract to Helitune, Inc. for the maintenance and calibration of the Helitune WhirlTrak System, which is vital for ensuring helicopter rotor blade quality control. The contract encompasses annual calibration, preventative maintenance, spare parts provisioning, and on-site repair services, structured as a Hybrid Firm-Fixed Price/Time and Material contract with a base year and two additional option years. This procurement is critical as Helitune, Inc. is the only vendor with the proprietary rights and expertise necessary to maintain the system according to OEM specifications, ensuring compliance with safety standards. Interested parties can contact Carlos Bernal at carlos.s.bernal.civ@mail.mil for further information, with proposals due by November 8, 2024, at 4:00 PM.

    Point(s) of Contact
    Files
    Title
    Posted
    The memorandum outlines a sole-source contract justification for the Army Contracting Command at Corpus Christi Army Depot. The contract, to be awarded to Helitune, Inc., involves annual calibration and maintenance of the Helitune WhirlTrak System, which is critical for helicopter rotor blade quality control. The period of performance spans a base year with two additional years. Helitune, Inc. is the only vendor with proprietary rights and the necessary expertise to maintain this system according to Original Equipment Manufacturer (OEM) specifications. The justification cites urgency and the lack of alternative sources as reasons for limiting competition, adhering to FAR guidelines. Previous contracts with Helitune demonstrate a historical precedence for their services. The memorandum stresses the rationale for the sole-source determination, highlighting Helitune’s exclusive capability to fulfill the government's needs and ensure operational compliance with safety standards.
    This document presents a Request for Proposals (RFP) for the acquisition of preventative maintenance, calibration, spare parts, and on-site repair services for Helitune Whirl Towers 1 & 2 at the Corpus Christi Army Depot. The government plans to award a Hybrid Firm-Fixed Price/Time and Material contract under FAR Part 12 and FAR 13, structured as an Indefinite Delivery/Indefinite Quantity (IDIQ) contract with three one-year ordering periods. Key undertakings include annual calibrations, inspection services, call-out repairs, and spare parts provisioning, with specified quantities outlined for each service. The contract requires evaluation on the basis of price and the capability to meet the government’s needs. The solicitation incorporates terms and conditions under various FAR clauses, ensuring compliance with requirements for small businesses, including categories for service-disabled veteran-owned, women-owned, and HUBZone small businesses. The document also includes representations and certifications required from offerors, ensuring adherence to federal regulations on labor standards, child labor provisions, and ethical business practices. The deadline for submission is set for November 8, 2024, at 4:00 PM.
    Lifecycle
    Title
    Type
    Sole Source Helitune
    Currently viewing
    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.
    Apache AH-64 Composite Main Rotor Blade
    Buyer not available
    The Department of Defense, specifically the Department of the Army, is soliciting proposals for a five-year Firm Fixed Price (FFP) Indefinite Delivery Indefinite Quantity (IDIQ) contract focused on the Maintenance and Overhaul (M&O) of Apache AH-64 Composite Main Rotor Blades (CMRB). This procurement aims to ensure the operational readiness and safety of the Apache helicopter fleet by providing necessary upgrades, repairs, and compliance with stringent quality standards, as CMRBs are classified as Critical Safety Items (CSI). Proposals must be submitted electronically by March 11, 2026, at 3:00 PM CST, and interested parties can reach out to primary contact Meagan M Melton at meagan.m.melton.civ@army.mil or secondary contact Jessica Mangum at jessica.t.mangum.civ@army.mil for further information.
    Repair of Transmission Assemblies Applicable to the UH-1N Helicopters
    Buyer not available
    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.
    Equipment Calibration and Software/Hardware Service Contract
    Buyer not available
    The Department of Defense, specifically the Department of the Army's 646th Support Detachment, is seeking to establish a sole source contract for equipment calibration and software/hardware services. This procurement is aimed at maintaining and repairing vehicular equipment components, which are critical for operational readiness and efficiency. The justification for this sole source contract has been documented and is available for review in the attached file. Interested parties can reach out to Yun P. Hong at yun.p.hong.civ@army.mil or by phone at 05033635685 for further details regarding this opportunity.
    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.
    16 - FMS REPAIR: ROTARY WING BLADE
    Buyer not available
    The Department of Defense, through the NAVSUP Weapon Systems Support office, is seeking a sole-source contract for the repair of two rotary wing blades (NSN: 7RE 1615 011589679 VH, Part Number: 70150-29100-041), classified as Critical Safety Items. The procurement is necessary due to the lack of sufficient data to contract with other sources, and the award will be made under an existing Basic Ordering Agreement. These blades are vital components for military aviation, emphasizing the importance of compliance with stringent packaging and marking standards as outlined in MIL-STD-2073-1 and MIL-STD-129. Interested vendors must submit proposals that include detailed information from the NAVSUP WSS Source Approval Brochure, with a performance period from January 5, 2026, to April 6, 2026. For inquiries, contact Dana Scott at dana.l.scott14.civ@us.navy.mil or call 771-229-0557.
    813 Torque Meter System (TMS) Readout
    Buyer not available
    The Department of Defense, through the Naval Air Warfare Center Aircraft Division, intends to procure 22 units of the 813 Torque Management System Readout from Concepts NREC, LLC, located in White River Junction, VT. This procurement is being conducted on a sole source basis due to the proprietary nature of the system, with Concepts NREC being the Original Equipment Manufacturer and the exclusive data rights holder. The items are critical for aircraft maintenance and repair, ensuring operational efficiency and safety. Interested parties may submit responses by December 11, 2025, at 1:00 pm EST, with inquiries directed to Mr. Juan Carlos Belmonte at juancarlos.r.belmonte.civ@us.navy.mil.
    N0038326Q0038, NIIN 011618379, VALVE, MODULATING, EC
    Buyer not available
    The Department of Defense, through the NAVSUP Weapon Systems Support office, is soliciting a sole-source contract for the repair of a 'VALVE, MODULATING, EC' and a 'DAMPENER, VIBRATION' specifically for the MH-60R platform, with Sikorsky identified as the only responsible source. The procurement involves comprehensive evaluation, labor, materials, and parts necessary to restore government-owned articles to operational condition, adhering to ISO 9001 quality standards and specific packaging and marking requirements outlined in MIL-STD-2073-1 and MIL-STD-129. This opportunity is critical for maintaining the operational readiness of military aircraft systems. Interested parties can contact Jacob R. Wells at (215) 697-1227 or via email at JACOB.R.WELLS14.CIV@US.NAVY.MIL for further details, with the anticipated award date set for December 2025.
    Helicopter Hangar Door Parts
    Buyer not available
    The Department of Defense, specifically the Department of the Navy's Mid Atlantic Regional Maintenance Center, is seeking to procure helicopter hangar door parts through a firm-fixed-price (FFP) contract. This procurement is justified on a sole source basis under the authority of 13.106-1(b)(1)(i), indicating that the parts are essential for maintaining operational readiness and safety of naval aviation facilities. The contract falls under the category of marine hardware and hull items, highlighting the critical nature of these components in supporting naval operations. Interested vendors can reach out to Morgan Alvey at morgan.alvey@navy.mil or by phone at 757-400-0330 for further details regarding this opportunity.
    Procurement of Propeller Assemblies, Spare Parts and Components
    Buyer not available
    The Department of Homeland Security, specifically the U.S. Coast Guard's Aviation Logistics Center (ALC), is seeking proposals for the procurement of propeller assemblies, spare parts, and components. This opportunity involves a sole source contract with Hamilton Sundstrand DBA Collins Aerospace, Inc., aimed at fulfilling ongoing requirements for various aircraft components over a one-year base period with four additional one-year option periods. The procurement is critical for maintaining operational readiness and efficiency of Coast Guard aviation assets, ensuring the availability of essential parts such as valves, actuators, and sensors. Interested vendors must submit their proposals by December 12, 2025, at 11:59 PM EST, and all inquiries should be directed to Dmitri E. Mercer via email, with the solicitation number 70Z03826QL0000013 included in the subject line.