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 the UH-1N Main Rotor Hub Assembly
    Buyer not available
    The Department of Defense, specifically the U.S. Air Force, is seeking contractors to overhaul the UH-1N Main Rotor Hub Assembly, a critical component for military helicopters. The procurement involves comprehensive services including functional testing, inspection, and depot-level overhauls, ensuring the operational readiness of the UH-1N helicopters used for various mission types. This contract, structured as a Firm Fixed-Price Requirements agreement, spans one year with two optional years, and requires adherence to stringent quality control measures and delivery schedules. Interested parties must submit their proposals by March 28, 2025, and can contact Leigh Ann Taylor at leigh.taylor.3@us.af.mil or Jorja Chesnut at jorja.chesnut@us.af.mil for further information.
    TRUNNION DAMPER ROT
    Buyer not available
    The Department of Defense, through the Defense Logistics Agency (DLA Aviation), is seeking proposals for the procurement of Trunnion Damper Rot components for the AH-64-D Longbow Aircraft. The contract will cover an Indefinite Quantity Contract with an estimated annual requirement of 620 units over a five-year base period, with a delivery schedule of 350 days after receipt of order. This procurement is crucial for maintaining the operational readiness of the AH-64-D Longbow, a key asset in the U.S. Army's aviation capabilities. Interested vendors must submit their proposals by fax to (804) 279-4165, with the solicitation issue date set for February 7, 2025. For further inquiries, contact Renee Griffin at renee.griffin@dla.mil or by phone at 804-279-3379.
    SPRRA125R0030 - OEM Boeing Company CH-47 Chinook Helicopter Weapon System, Sole Source One-Time Buy (OTB)
    Buyer not available
    The Department of Defense, through the Defense Logistics Agency (DLA) Aviation in Huntsville, Alabama, is seeking to procure a one-time buy (OTB) of Original Equipment Manufacturer (OEM) parts for the Boeing Company CH-47 Chinook Helicopter Weapon System. This sole-source solicitation aims to acquire specific helicopter rotor blades, drive mechanisms, and components, which are critical for maintaining the operational readiness of the Chinook helicopters. The procurement falls under the NAICS code 336413 and PSC code 1615, highlighting its focus on specialized aircraft parts manufacturing. Interested vendors can reach out to Lesley Odom at lesley.odom@dla.mil or by phone at 256-690-5442, or Phanicia Montgomery at PHANICIA.MONTGOMERY@DLA.MIL or 256-690-5421 for further details.
    Head, Rotary Wing for the Apache AH-64
    Buyer not available
    The Department of Defense, specifically the Department of the Army, is soliciting proposals for the overhaul and maintenance of the Head, Rotary Wing for the Apache AH-64 helicopter. This procurement involves a Firm Fixed Price (FFP) Indefinite Delivery Indefinite Quantity (IDIQ) contract, focusing on the management of critical safety items and compliance with military standards throughout the overhaul process. The selected contractor will be responsible for delivering 360 units, ensuring adherence to safety regulations, quality standards, and detailed reporting requirements, with a significant emphasis on maintaining airworthiness and operational readiness. Interested contractors should contact Meagan M Melton or Jessica Mangum via email for further details and to ensure compliance with submission protocols.
    Sources Sought for Spectrum Tech Annual Preventive Maintenance
    Buyer not available
    The Department of Defense, specifically the Department of the Army, is seeking qualified contractors for a Sources Sought opportunity focused on the annual preventive maintenance of Spectrum Technologies Laser Wire and Cable marking machines at the Corpus Christi Army Depot (CCAD) in Texas. The procurement involves a non-personal services contract that requires contractors to provide scheduled preventative maintenance, emergency on-site repairs, and necessary parts and materials support to ensure optimal functionality of the equipment. This maintenance is critical for minimizing equipment downtime and ensuring compliance with safety and environmental regulations, as outlined in the Performance Work Statement (PWS). Interested parties can contact Harold "Jay" Russell Jr. at harold.w.russell.civ@army.mil or call 361-961-7831 for further details regarding this opportunity.
    Sole Source X-ray Repair
    Buyer not available
    The Department of Defense, specifically the Army Contracting Command, is seeking a sole source contractor to provide repair services for X-ray Imaging Systems at the Corpus Christi Army Depot in Texas. The procurement involves the replacement and testing of electrical panels, which requires proprietary software and mechanical adjustments that only VJ Technologies Inc. can provide, thus limiting competition due to urgency and exclusivity. This initiative is critical for maintaining the operability and compliance of the X-ray systems, ensuring they are up-to-date with necessary upgrades. Interested contractors must submit their offers by March 5, 2025, and can direct inquiries to Carlos Bernal at carlos.s.bernal.civ@army.mil.
    Procurement of Swashplate Assemblies
    Buyer not available
    The Department of Homeland Security, specifically the U.S. Coast Guard's Aviation Logistics Center, is seeking proposals for the procurement of Swashplate Assemblies under a Combined Synopsis/Solicitation notice. This procurement aims to acquire essential components for helicopter rotor systems, with an estimated requirement of 15 assemblies for the base year and increasing quantities of 20 and 25 assemblies for the subsequent option periods. The procurement process emphasizes transparency and compliance with federal regulations, as outlined in the accompanying justification and approval documents. Interested vendors should direct inquiries to Trenton Twiford at trenton.c.twiford@uscg.mil, with the solicitation anticipated to take effect on December 17, 2024.
    repair of ROTOR,TURBINE,AIRCR
    Buyer not available
    The Department of Defense, through the Department of the Navy's NAVSUP Weapon Systems Support, is seeking contractors for the repair of rotor turbine aircraft components. This procurement aims to ensure the operational readiness and reliability of critical aircraft systems by addressing maintenance and repair needs for gas turbines and jet engines. The services are vital for maintaining the performance and safety of military aircraft, which play a crucial role in national defense operations. Interested parties can reach out to Charles Horan at 215-697-1303 or via email at charles.f.horan@navy.mil for further details regarding the solicitation process.
    Ideal Aerosmith Rate Table Calibration
    Buyer not available
    The Department of Defense, specifically the Department of the Air Force, is seeking qualified contractors for the Ideal Aerosmith Rate Table Calibration project at Robins Air Force Base in Georgia. The procurement involves providing Tear-Down and Evaluation (T&E) services to ensure the Ideal Aerosmith Rate Table Controller is fully operational following necessary repairs and calibrations, with a focus on compliance with safety and environmental standards. This contract is critical for maintaining the operational integrity of military equipment, ensuring adherence to rigorous quality and regulatory standards throughout the calibration process. Interested vendors must submit their proposals by March 11, 2023, and can direct inquiries to Carmen Davis at carmen.davis.2@us.af.mil or Joshua Sharpe at joshua.sharpe.6@us.af.mil.
    Keysight Multi-Year Calibration & Repair Services(C&RS) Agreement
    Buyer not available
    The Department of Defense, specifically the U.S. Army Contracting Command-Redstone, is seeking vendors to provide multi-year Calibration and Repair Services (C&RS) for Keysight equipment. This procurement aims to establish a long-term contract for the calibration and repair of various Test Measurement and Diagnostic Equipment (TMDE) over a twelve-month period, ensuring compliance with original equipment manufacturer (OEM) standards and traceability to relevant measurement standards. The services are critical for maintaining the operational reliability and accuracy of military equipment, reflecting the Army's commitment to efficient service procurement in support of defense operations. Interested vendors must submit a white paper response by March 14, 2025, detailing their capabilities and business information to the primary contact, Taylor Siskoff, at taylor.c.siskoff.civ@army.mil, or the secondary contact, Portia Sampson, at portia.r.sampson.civ@army.mil.