Solicitation for the Overhaul/Upgrade of the Common Hydro Mechanical Unit
ID: W58RGZ-25-R-0042Type: Solicitation
Overview

Buyer

DEPT OF DEFENSEDEPT OF THE ARMYW6QK ACC-RSAREDSTONE ARSENAL, AL, 35898-0000, USA

NAICS

Aircraft Engine and Engine Parts Manufacturing (336412)

PSC

ENGINE FUEL SYSTEM COMPONENTS, AIRCRAFT AND MISSILE PRIME MOVERS (2915)
Timeline
    Description

    The Department of Defense, specifically the Army Contracting Command, is soliciting proposals for the overhaul and upgrade of the Common Hydro Mechanical Unit (CHMU) for the T700 engine used in UH60/AH64 aircraft. This procurement involves a three-year Firm-Fixed-Price Indefinite Delivery Indefinite Quantity (IDIQ) contract, with a planned quantity of 300 to 1,500 units, and emphasizes adherence to stringent quality and safety standards due to the CHMU's designation as a Critical Safety Item (CSI). Interested contractors must comply with various regulations, including AMCOM Regulation 702-7 and specific quality standards, while managing Government-Furnished Property and submitting required documentation. Proposals are due by July 11, 2025, and interested parties can contact Maggie Bevis at maggie.g.bevis.civ@army.mil or Lindy L. Pinchon at lindy.l.pinchon.civ@mail.mil for further information.

    Point(s) of Contact
    Files
    Title
    Posted
    The document "M&O Packaging Requirements" outlines the packaging and preservation requirements for the COMMON HYDRO MECHANICAL UNIT (CHMU), Part Number 4046T52G42, NSN 2915-01-587-7242, with Packaging Specialist Kacie Andrade. It details specific dimensions and weight for unit packaging, along with MIL-STD-2073-1 and MIL-STD-129 marking requirements. The document specifies both commercial and military levels of preservation and packing. It notes that reusable containers will be Government Furnished Material and emphasizes that all Wood Packaging Material must be ISPM-15 Compliant. The contractor is required to use the latest versions of all applicable specifications, standards, and regulations. This file is a critical component for ensuring proper handling and shipping within federal government procurement processes.
    This document lists 19 critical government documents and standards related to the T700 Common Hydromechanical Unit (CHMU), identified by PRID/PRON T305-01 and NSN 2915-01-587-7242. The listed documents, categorized as CAT 1 or CAT 2, cover various aspects of military property management, maintenance, safety, and logistics. Key themes include government property inventory, shipping and packaging discrepancy reporting, technical studies, logistics product data, airworthiness, depot maintenance, critical safety item management, painting and marking of Army aircraft, maintenance management systems, quality deficiency reporting, unique item identification, and military packaging and marking for shipment and storage. Several documents also address electrostatic discharge control for electrical and electronic parts. The file emphasizes compliance with Army regulations, military standards, and industry best practices for the lifecycle management of the CHMU.
    This document, QE-STD-1 Revision E, dated June 19, 2017, establishes minimum requirements for manufacturing Critical Safety Items (CSI) and their Critical Characteristics (CCs) within federal government procurement. Its purpose is to maintain the integrity of CCs throughout the manufacturing process, applying to all aspects of CSI manufacturing in conjunction with higher-level quality programs like ISO 9001 and AS9100. Key areas covered include manufacturing planning, frozen planning requirements and changes, audits, inspection and control of CCs, handling of nonconforming CCs, traceability, personnel requirements (training and certification), test and measurement equipment calibration, purchasing documentation, higher-level quality programs, and scrap material management. The Aviation Engineering Directorate (AED) is the sole authority for determining CSIs and their associated CCs. The document emphasizes rigorous quality control, 100% inspection of CCs (unless statistical process control is approved), strict deviation and waiver procedures, and comprehensive record retention for at least ten years.
    QE-STD-2, Revision C (June 19, 2017), outlines the minimum requirements for Maintenance and Overhaul (M&O) of Critical Safety Items (CSIs) and their Critical Characteristics (CCs) within the US Army Aviation. Its purpose is to ensure the integrity of CCs throughout the M&O process. The standard applies to all aspects of CSI M&O, complementing higher-level quality programs like ISO 9001 and AS9100. Key areas covered include overhaul planning, changes to frozen planning, audits, inspection of CCs, management of nonconforming CCs, installation guidelines, traceability (forward and backward), serialization and marking, record retention, personnel training and certification, and calibration of test equipment. The Aviation Engineering Directorate (AED) is the sole authority for determining CSIs and CCs. Strict adherence to these requirements by contractors and subcontractors is mandatory, with nonconformances requiring specific approval processes and prompt notification to the government.
    The document lists critical safety items (CSIs) and their associated characteristics, manufacturers (primarily Woodward, Inc. and General Electric Company), and testing requirements. Each entry details a specific part, such as rings, bearings, pump assemblies, and control assemblies, indicating whether it is a critical safety item, if a serial number, engineering test, fatigue, or endurance test is required, and if interchangeability is applicable. Many items, particularly assemblies, note that they contain lower-level CSIs, requiring specific inspections like FPI, X-Ray, MPI, and load tests to ensure structural integrity and absence of defects. The document also provides CAGE codes and CSI dates, indicating the approval or last update of the critical safety item status. This file serves as a comprehensive inventory and specification guide for critical components within government procurement and maintenance operations.
    The document outlines requirements for contractors to utilize the Total Asset Visibility – Contractor (TAV-C) capability within the Army Materiel Command’s Logistics Management Program (LMP). TAV-C accounts for Government Furnished Equipment, Materiel, or Property (GFE/M/P) used in contracts for maintenance, overhaul, upgrade, stock, store, and issue (SSI), or new production. Contractors must use either a Defense Logistics Management Standards (DLMS) interface or the Army TAV-C Portal to exchange inventory data with LMP. Access approval depends on work type, existing accountability systems, and economic factors. Portal users need a Common Access Card (CAC) or a DoD-approved ICAM Multi-Factor Authentication (MFA) Certificate, a compliant computer system, and must complete government-provided online training. Contractors are responsible for physically confirming material receipts and providing inventory management transactions. The document emphasizes the mandatory use of TAV-C for Army Working Capital Fund (AWCF) managed property to improve asset visibility and support Army readiness. It also details the setup process for ICAM accounts for non-CAC users and the annual training requirements.
    The Army IT User Access Agreement (SEP 2021) outlines the terms and conditions for accessing Department of Defense (DoD) information systems, emphasizing that these systems are for authorized U.S. Government (USG) use only. Users acknowledge and consent to routine monitoring, interception, and seizure of communications and data for purposes including network operations, law enforcement, and counterintelligence. While privileged communications (e.g., attorney-client) are protected, users consent to their interception for network administration. The agreement details responsibilities for safeguarding information, acceptable internet and email use, and the revocability of access. It differentiates between classified (SIPRNet) and unclassified (NIPRNet) systems, outlining security protocols, including Public Key Infrastructure (PKI) use and minimum security rules. Prohibited activities include commercial gain, illegal actions, political activism on duty, and misuse of social media. Users must complete mandatory cybersecurity training and are accountable for their account activity. Violations can lead to administrative or judicial sanctions, access revocation, and negatively impact security clearances.
    The document outlines the packaging requirements for a Common Hydro Mechanical Unit (CHMU) under the federal government’s specification guidelines. It specifies the size (52.5 x 25.0 x 19.0 inches), estimated maximum weight, and intermediate container quantities. Key aspects include compliance with MIL-STD-2073-1 and MIL-STD-129 marking standards, emphasizing the need for commercial preservation and packing methods as per ASTM-D-3951. Reusable containers are designated as either Government Furnished Material or Contractor Furnished Material. The document also mandates that all wooden packaging materials be ISPM-15 compliant. The contractor is required to utilize the latest versions of all relevant specifications and standards. This underscores the precision and compliance necessities involved in government procurement processes and the attention to packaging details essential for governmental logistics and security.
    The provided document outlines a collection of data item reports and guidelines relevant to the T700 Common Hydromechanical Unit (CHMU) under various categories. It includes essential operational and maintenance documentation, such as the Government Property Inventory Report and technical reports on shipping and packaging discrepancies, reflecting the focus on proper inventory management and compliance. The document emphasizes maintaining airworthiness through the inclusion of Army regulations and maintenance manuals, underscoring critical safety items and standards for military equipment. The structure presents itemized reports dating from 1987 to 2023, categorized primarily as critical for effective management of military aviation systems. Notable entries include reports on the logistics product data pertinent to aircraft maintenance, standard practices for military packaging, and requirements for item identification and reporting quality deficiencies. The comprehensive inventory highlights the government's commitment to safety, compliance, and efficiency in aviation operations, ensuring thorough documentation and adherence to established military standards.
    The document outlines the Quality Assurance Standards for manufacturing Critical Safety Items (CSIs) in aviation, focusing on safety, adherence to regulations, and maintaining manufacturing integrity. It establishes the requirements for the manufacturing process, including critical characteristics identification, audits, traceability, and the certification of personnel involved in the production of CSIs. The standards mandate that all CSIs must be produced by approved sources and conform to stringent quality guidelines to ensure safety and reliability. Key sections cover manufacturing planning, inspection of critical characteristics, nonconformance management, and the retention of records for traceability. It emphasizes the need for documentation and compliance to higher-level quality programs like ISO 9001 or AS9100. The process incorporates detailed requirements for frozen planning, change management, and training, underscoring the importance of personnel competency and equipment calibration. Overall, this standard aims to ensure that CSIs are manufactured to the highest quality and safety standards to mitigate risks associated with aviation operations.
    The QE-STD-2 document outlines the standards for Maintenance and Overhaul (M&O) of Critical Safety Items (CSI) in the U.S. Army, focusing on maintaining the integrity of critical characteristics (CC) throughout the M&O process. It mandates that all M&O activities adhere to established quality requirements, including rigorous audit protocols and traceability measures for components and processes. The document specifies roles such as the Engineering Support Activity (ESA) in determining CSIs, emphasizing that only approved sources may perform M&O to ensure safety and compliance with regulations. Key areas include the classification and control of critical characteristics, detailed planning requirements for overhaul, and the certification and training of personnel involved in M&O. Any nonconformance must undergo a formal review process by a Material Review Board (MRB). The document also addresses how to manage updates to procedures and requires thorough record-keeping and documentation for traceability, allowing both forward and backward tracking of nonconformances. Overall, this standard seeks to ensure the highest safety and quality standards in the maintenance of aviation-related critical components, aligned with federal contracting and safety regulations.
    This document outlines a series of federal and state/local government RFPs related to critical safety items in the aerospace sector, specifically involving components supplied by Woodward Inc. and General Electric Company. Each entry lists various parts, including their part numbers, NSN, safety characteristics, and testing requirements. Key items categorized include bearings, pumps, springs, and control assemblies, many of which are marked as critical safety items requiring serial numbers, engineering tests, and fatigue evaluations. The document establishes approved replacement sources and emphasizes adherence to strict engineering standards for safety and reliability in aircraft systems. The overarching purpose is to ensure that all components meet necessary safety and performance criteria before approval for use, demonstrating the commitment to maintaining rigorous standards in aviation safety through the procurement process.
    The document outlines the requirements for contractors to access the Army Materiel Command's (AMC) Total Asset Visibility – Contractor (TAV-C) system within the Logistics Management Program (LMP). It emphasizes the need for contractors to account for Government Furnished Equipment, which is essential for maintenance, overhaul, or upgrades. Contractors may choose between a Defense Logistics Management Standards (DLMS) interface or the TAV-C Portal for data exchange, with specific access eligibility criteria based on the nature of the work and the contractor's existing systems. Security protocols require contractors to maintain adequate authentication measures, such as a Common Access Card (CAC) or a multi-factor authentication system. User training is mandatory before system access, with detailed guidance for creating user accounts through the Army Master Identity Directory (AMID) or via CAC procedures. The TAV-C capability aims to enhance asset visibility, contributing to improved asset management and Army operational readiness. This document plays a crucial role in ensuring compliance and efficiency in contractor operations regarding government property management, aligning with federal regulations and audit standards.
    The Army IT User Access Agreement outlines the responsibilities and conditions under which users access Department of Defense (DoD) information systems. Users acknowledge that these systems are for authorized U.S. Government use only and consent to routine monitoring and potential data interception by the government. Key provisions include users’ roles in safeguarding information, restrictions against unauthorized activities, and protocols for internet and email usage. The document emphasizes the confidentiality of privileged communications related to legal and therapeutic services, encouraging users to seek legal advice regarding their rights. Additionally, users must complete cybersecurity training and adhere to strict security protocols while processing sensitive information. The agreement also prohibits any engagement in political activities during official duties or using government systems for personal gain. Violations may result in disciplinary actions or revocation of access. This agreement is vital for ensuring the secure and responsible use of Army IT resources, aligning with broader cybersecurity regulations and ethical standards within federal operations.
    The document is a Contract Data Requirements List (CDRL), DD Form 1423-1, used in federal government contracting to specify data deliverables. This particular form details the requirement for a "Government Property (GP) Inventory Report" for the T700 CHMU NSN 2915-01-587-7242 system/item. The contractor is required to submit initial inventory data 365 days after receiving Government-furnished Property for overhaul, with subsequent submissions annually. The data must be delivered to a specific AMCOM Logistics Center email address. The document also provides comprehensive instructions for both government personnel and contractors on how to complete the form, including definitions of different price groups (Group I, II, III, and IV) for estimating data item costs based on their essentiality to the primary contract and the effort required to conform to government requirements. It emphasizes that estimated data prices should only include costs directly attributable to the data requirement, not for rights in data.
    DD FORM 1423-1, FEB 2001, titled "CONTRACT DATA REQUIREMENTS LIST (1 Data Item)," is a standardized Department of Defense form for detailing data requirements in federal contracts. It outlines information for both government personnel and contractors regarding data item submissions. The form specifies fields such as Data Item No., Title, Authority, Contract Reference, and Requiring Office. It also details submission frequency, dates, and distribution requirements. A key section provides instructions for completing the form, including categories for technical data packages (TDP), technical manuals (TM), and other data. Additionally, it defines different price groups (Group I, II, III, and IV) for estimating data item costs, distinguishing between data essential to contract performance and data required for government purposes. The form emphasizes reporting discrepancies, particularly for shipping and packaging, and specifies procedures for submitting Supply Discrepancy Reports (SDRs). It serves as a critical tool for managing data deliverables, ensuring compliance, and clarifying cost structures in government contracting.
    The DD Form 1423-1, titled "CONTRACT DATA REQUIREMENTS LIST," is a crucial document in federal government contracting, particularly for RFPs and grants. It details the requirements for data items to be delivered by a contractor, ensuring compliance with government standards. The form specifies the data item's title, authority, contract reference, requiring office, and submission details, including frequency and distribution. Key sections address pricing groups for data items, categorizing them based on their essentiality to the primary contracted effort and the additional work required for government conformity. The document also includes instructions for both government personnel in preparing the form and contractors in estimating data item prices. It emphasizes the importance of accurate pricing, excluding costs for data rights. The form facilitates clear communication of data delivery expectations and outlines procedures for government approval and contractor resubmission of plans, especially for critical safety items.
    The DD FORM 1423-1, FEB 2001, is a Contract Data Requirements List (CDRL) used by the Department of Defense to specify data deliverables from contractors. This form, crucial for federal government RFPs and grants, details requirements for data items like 'Logistics Product Data' for systems such as the T700 CHMU NSN: 2915-01-587-7242. It outlines submission procedures, including the use of the Procurement Integrated Enterprise Environment (PIEE), Wide Area Work Flow (WAWF), and the Army Maintenance Management System - Aviation (TAMMS-A)/MCDS web portal. The document provides instructions for both government personnel on completing the form and contractors on estimating prices for data items based on effort groups (Group I to IV). Key aspects include verification of TAMMS-A data by the requiring office, discrepancy resolution, adherence to delivery schedules, and the prohibition of shipments with missing or incorrect TAMMS-A data forms. The form emphasizes the importance of accurate data submission and compliance with specified formats and timelines.
    The document outlines the Contract Data Requirements List (CDRL) for a government project concerning the management of Government Property Inventory Reports. It specifies the obligations of the contractor in terms of frequency and type of data submission related to government-furnished property for overhaul. Initial inventory data must be submitted within 365 days of the initial property delivery, followed by annual inventory updates. The document includes form fields detailing responsibilities, required approvals, and submission guidelines, emphasizing compliance with Department of Defense (DoD) regulations. Specific sections direct the contractor on how to categorize their data submissions by type—Technical Data Package, Technical Manual, or other categories—and outline price groupings for data preparation costs. The document serves as a structured guideline to ensure that required data management protocols are followed accurately within the context of federal contracting, enhancing logistical oversight and accountability in government procurement processes.
    The DD Form 1423-1 is a Contract Data Requirements List used by the Department of Defense to specify data items required from contractors. This form includes critical sections such as contract details, data item titles, and submission requirements, along with guidance for completion tailored for both government personnel and contractors. Key highlights include the stipulations for submitting Shipping and Supply Discrepancy Reports (SDRs) in various scenarios, as well as instructions for categorizing data items based on their relevance to the contract and the responsible offices for each item. The document outlines pricing groups to facilitate the estimation of costs associated with the data requirements and ensures clarity on inspection, acceptance, and distribution of the submitted data items. Overall, this form is vital in the contract management process, supporting compliance with government regulations and effective communication between contracting officers and contractors.
    The DD Form 1423-1 outlines the Contract Data Requirements List (CDRL) for government contracts, specifically detailing the requirements for submitting maintenance and overhaul (M&O) planning documents. It emphasizes the need for contractors to submit plans electronically within specified timelines, with government review and approval processes in place. The document mandates that any changes affecting critical safety characteristics must be resubmitted for government approval within ten days. It categorizes data items based on their relevance to the contracted effort and stipulates the frequency and distribution of reports required. Additionally, instructions are provided for both government personnel and contractors in completing the form, highlighting the need for clarity in data delivery and acceptance. This CDRL aims to streamline communication and ensure compliance with government standards throughout the contract lifecycle.
    The DD Form 1423-1 serves as a Contract Data Requirements List (CDRL) for the Department of Defense, specifying the requirements related to data items for contracts involving the Aviation Maintenance Management System (TAMMS-A). This form outlines the category of data requested, including Technical Data Packages (TDP) and Technical Manuals (TM), and details the submission process and responsibilities of both the contractor and requiring office. Contractors must submit data within specified timelines, including reports on each serial number shipped after a government quality assurance acceptance. The requiring office is tasked with verifying the data's accuracy and identifying discrepancies within a restricted time frame, which the contractor must address before shipment. Additionally, the document provides specific guidelines for completing each section of the form to ensure compliance with government standards. It underscores the importance of accurate data reporting for contract fulfillment and outlines pricing groups related to the preparation of these data items, conveying a structured approach to contract management that supports accountability and performance within federal contracting frameworks. This form is vital for ensuring that data submissions align with contractual obligations and assist in facilitating effective project execution.
    The document is an amendment to a government solicitation and modification of a contract related to a Firm Fixed Price maintenance contract managed by the Army Contracting Command at Redstone Arsenal. The primary purpose of this amendment (0001) is to extend the proposal submission deadline from May 12, 2025, to May 30, 2025. Additionally, the amendment requires contractors to acknowledge receipt of this modification before the new deadline and maintains that all other terms and conditions of the original solicitation remain unchanged. The document outlines the administrative details including contact information of the contracting officer and the specific amendment references. It emphasizes the importance of timely acknowledgment to avoid rejection of offers, reflecting the procedural requirements customary in federal contracting processes. Overall, this amendment facilitates potential bidders by providing extra time to prepare their proposals while ensuring compliance with federal solicitation protocols.
    This document serves as an amendment to a solicitation related to a firm fixed price contract issued by the Army Contracting Command-Redstone. The primary purpose of the amendment (No. 0002) is to extend the proposal submission deadline from May 30, 2025, to June 16, 2025. All other terms and conditions of the original solicitation remain unchanged. The document outlines essential information including the contract ID, requisition numbers, and details on how contractors must acknowledge receipt of the amendment. Proper acknowledgment is crucial, as failure to comply may result in offer rejection. The amendment includes contact information for the buyer and emphasizes the administrative nature of this modification within the framework of federal RFPs. Overall, this amendment is a standard procedure within government contracting to ensure transparency and adherence to timelines.
    This document is an amendment to a federal solicitation, specifically Amendment 0003 of Contract W58RGZ-25-R-0042, issued by the Army Contracting Command-Redstone. Its primary purpose is to extend the proposal submission deadline from June 16, 2025, to July 11, 2025. The amendment outlines the requirements for acknowledging receipt of the amendment by the contractors and emphasizes that the original contract terms remain unchanged except for the date extension. The document is thoroughly structured to provide essential information such as contract identifiers, administrative details, and points of contact, including the buyer's name and contact information. This amendment serves as a formal notification to affected parties regarding the schedule adjustment in the procurement process related to maintenance contracts, reflecting common practices in federal requests for proposals (RFPs). Overall, it underscores the importance of compliance and communication within public procurement procedures.
    This document outlines Amendment 0004 to solicitation W58RGZ-25-R-0042, revising a federal government RFP for overhaul and upgrade services of the Common Hydro Mechanical Unit (CHMU). The amendment shortens the contract from a five-year to a three-year Firm-Fixed-Price Indefinite Delivery Indefinite Quantity (IDIQ) agreement, reducing the maximum estimated quantity from 3,000 to 1,500 units. It also removes the Foreign Military Sales (FMS) requirement from the scope of work. Key changes include revised ordering periods, updated estimated quantities for various CLINs (Contract Line Items), and adjustments to scrap and container provisions to reflect the new contract duration and quantity. The CHMU is identified as a Critical Safety Item (CSI), requiring strict adherence to specific quality and safety standards, including AMCOM Regulation 702-7, QE-STD-1, and QE-STD-2, and compliance with approved sources for overhaul. The amendment details requirements for contractor-furnished containers, data submission, and compliance with various military and federal regulations related to packaging, marking, and asset visibility. The solicitation also clarifies procedures for product verification audits, quality deficiency reports, and the handling of government-furnished property.
    This government solicitation amendment, numbered 0005 for solicitation W58RGZ-25-R-0042, revises the Statement of Work for the overhaul/upgrade of the COMMON HYDRO MECHANICAL UNIT (CHMU) for the T700 engine on UH60/AH64 aircraft. The key change is the incorporation of a comprehensive list of applicable Maintenance Engineering Orders (MEOs) associated with Depot Maintenance Work Requirement (DMWR) DMWR-1-2915-361&P. Several MEOs have also been updated to reflect recent revisions. The CHMU is designated as a Critical Safety Item (CSI), requiring adherence to specific regulations and quality standards (AMCOM Regulation 702-7, QE-STD-1E, QE-STD-2C). The contract outlines requirements for Government-Furnished Property (GFP) management, Product Verification Audits (PVA), Army Maintenance Management System-Aviation (TAMMS-A) data, Product Quality Deficiency Reports (PQDRs), and Item Unique Identification (IUID). The planned quantity for overhaul/upgrade is a minimum of 300 and a maximum of 1500 units over three years. All other terms and conditions of the original solicitation remain unchanged.
    The document outlines a federal Request for Proposal (RFP) for a five-year Firm-Fixed-Price Indefinite Delivery Indefinite Quantity (IDIQ) contract for the overhaul and upgrade of the Common Hydro Mechanical Unit (CHMU), a Critical Safety Item (CSI) for the T700 engine in UH60/AH64 aircraft. It details the acquisition process, stipulating a minimum of 300 units and a maximum of 3,000, including provisions for Foreign Military Sales (FMS). The contractor is required to comply with specific regulations concerning quality and safety, including inspection and documentation standards. Key components include the requirement for a Maintenance and Overhaul (M&O) Plan and a Product Verification Audit (PVA), which must be approved prior to the commencement of any work. The document stresses that the overhaul process must adhere to the Government’s standards for maintaining airworthiness and integrity of components. Additionally, it outlines expectations for managing Government Furnished Property (GFP), reporting requirements, and the need to segregate US and FMS quantities. In essence, this RFP encapsulates critical parameters for contractors regarding quality control, operational guidelines, and compliance with government regulations, emphasizing the significance of the CHMU as a vital aerospace component.
    Similar Opportunities
    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.
    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.
    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.
    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.
    AH-64 Maintenance and Overhaul of Nitrogen Inerting Unit (NIU)
    Dept Of Defense
    The Department of Defense, specifically the Army Contracting Command-Redstone, 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 requires qualified contractors to provide comprehensive services, including the overhaul and repair of NIUs, with a focus on maintaining high-quality standards and adherence to specific technical requirements. The procurement is critical for ensuring the operational readiness of Apache helicopters, which play a vital role in military operations. Interested parties must submit their bids electronically by December 31, 2025, with the bid opening scheduled for January 5, 2026, at 10:00 AM CST. For further inquiries, potential offerors can contact Meagan M. Melton or Jessica Mangum via their provided email addresses.
    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.
    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.
    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.
    CARTRIDGE SOLENOID VALVE / 05A, CH-47 CHINOOK HELICOPTER
    Dept Of Defense
    The Department of Defense, through the Defense Logistics Agency (DLA) Aviation, is seeking suppliers for the Cartridge Solenoid Valve, specifically for the CH-47 Chinook Helicopter. This procurement involves an indefinite quantity contract (IQC) for a base period of five years, with an estimated annual quantity of 160 units, and delivery is expected 400 days after the date of order. The Cartridge Solenoid Valve is a critical component used in aircraft hydraulic systems, ensuring operational efficiency and safety. Interested vendors should register at DLA Procurex 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.