Sources Sought for the Overhaul/Upgrade of the Common Hydro Mechanical Unit
ID: W58RGZ-25-R-0042Type: Sources Sought
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
  1. 1
    Posted Oct 10, 2024, 12:00 AM UTC
  2. 2
    Updated Oct 10, 2024, 12:00 AM UTC
  3. 3
    Due Oct 25, 2024, 10:00 PM UTC
Description

The Department of Defense, specifically the Department of the Army, is soliciting proposals for the overhaul and upgrade of the Common Hydro Mechanical Unit (CHMU) associated with the T700 engine, which is critical for UH60 and AH64 aircraft. This procurement aims to ensure the maintenance and enhancement of a vital aerospace component, emphasizing compliance with stringent quality and safety standards throughout the overhaul process. The contract will be structured as a five-year Firm-Fixed-Price Indefinite Delivery Indefinite Quantity (IDIQ) agreement, with a minimum of 300 units and a maximum of 3,000 units to be managed, including provisions for Foreign Military Sales (FMS). Interested contractors should reach out to Maggie Bevis at maggie.g.bevis.civ@army.mil or Lindy L. Pinchon at lindy.l.pinchon.civ@mail.mil for further details and to ensure compliance with the submission requirements outlined in the solicitation documents.

Point(s) of Contact
Files
Title
Posted
Mar 12, 2025, 6:06 PM UTC
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.
Mar 12, 2025, 6:06 PM UTC
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.
Mar 12, 2025, 6:06 PM UTC
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.
Mar 12, 2025, 6:06 PM UTC
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.
Mar 12, 2025, 6:06 PM UTC
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.
Mar 12, 2025, 6:06 PM UTC
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.
Mar 12, 2025, 6:06 PM UTC
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.
Mar 12, 2025, 6:06 PM UTC
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.
Mar 12, 2025, 6:06 PM UTC
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.
Mar 12, 2025, 6:06 PM UTC
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.
Lifecycle
Title
Type
Similar Opportunities
Solicitation for the Overhaul/Upgrade of the Blade, Rotary Wing for the UH-60 Black Hawk
Buyer not available
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, overhaul, and upgrade 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 the safety and operational readiness of military aviation components. Interested parties should contact Maggie Bevis at maggie.g.bevis.civ@army.mil or Lindy L. Pinchon at lindy.l.pinchon@army.mil for further details and to ensure compliance with submission timelines.
OVERHAUL OF THE MODULE ASSEMBLY, PILOT, UH-60
Buyer not available
The Department of Defense, specifically the U.S. Army Contracting Command-Redstone Arsenal, is conducting a Sources Sought notice to identify potential sources for the overhaul of the Module Assembly, Pilot for the UH-60 aircraft. The procurement aims to secure inspection and overhaul services for the Module Assembly, Pilot, with a focus on returning the items to condition code A as per Army regulations, and the contract will be structured as a 5-year Indefinite Delivery Indefinite Quantity (IDIQ) firm fixed-price contract with a minimum/maximum quantity of 100/600 units. This opportunity is crucial for maintaining the operational readiness of the UH-60 aircraft, and interested parties must submit their capabilities statements electronically to the primary contact, Maryssa Sanchez, at maryssa.d.sanchez.civ@army.mil by 1700 Central Time, 15 days after the posting of this notice.
Synopsis Overhaul of the Display Unit Flight Information
Buyer not available
The Department of Defense, specifically the U.S. Army Aviation and Missile Command, is seeking contractors for the overhaul of the Display Unit Flight Information for the UH-60 Blackhawk under solicitation number W58RGZ-25-B-0018. The contractor will be responsible for providing all necessary labor, materials, and equipment to complete the overhaul, with an estimated quantity range of 60 to 216 units, including a potential Foreign Military Sales quantity of 36 units. This procurement is critical for maintaining operational readiness and safety in military aviation, and it will be conducted as a Full and Open competitive requirement using a Two-Step Sealed Bidding Method. Interested bidders must submit their technical proposals by the deadline established upon solicitation issuance, and they can direct inquiries to Maryssa Sanchez or Edward A. Peterson at the provided contact information. Note that the requirement is currently unfunded, and award will be contingent upon the availability of sufficient funds.
Head, Rotary Wing for the Apache AH-64
Buyer not available
The Department of Defense, specifically the Army Contracting Command, is soliciting proposals for the maintenance and overhaul of the Head, Rotary Wing for the Apache AH-64 helicopter, identified by NSN: 1615-01-512-0889. This limited competitive procurement is aimed at ensuring the operational readiness and safety of critical aviation components, with a focus on compliance with stringent quality and safety standards throughout the overhaul process. The contract will be a Firm Fixed Price (FFP) Indefinite Delivery Indefinite Quantity (IDIQ) agreement, with a total of 360 units to be ordered, including provisions for both U.S. and Foreign Military Sales. Interested contractors must submit their bids by April 25, 2025, with the bid opening scheduled for April 29, 2025. For further inquiries, potential bidders can contact Meagan M. Melton at meagan.m.melton.civ@army.mil or Jessica Mangum at jessica.t.mangum.civ@army.mil.
AH-64 Maintenance and Overhaul of Manifold, Hydraulic
Buyer not available
The Department of Defense, specifically the Department of the Army, is seeking contractors for the maintenance and overhaul of hydraulic manifolds for the AH-64 aircraft at Redstone Arsenal, Alabama. The contractor will be responsible for providing all necessary services, facilities, labor, parts, materials, equipment, tools, and data to accomplish the inspection and overhaul of the hydraulic manifold, with an estimated quantity ranging from 24 to 144 units. This procurement is critical for maintaining the operational readiness of the AH-64 fleet, and the contract is expected to be a Firm Fixed Price Indefinite Delivery Indefinite Quantity (IDIQ) with a performance period of 60 months. Interested parties should note that proposals must be submitted without discussions, and the solicitation will be available electronically on the PIEE Solicitation module. For further inquiries, contact Meagan M Melton at meagan.m.melton.civ@army.mil or Jessica Mangum at jessica.t.mangum.civ@army.mil.
UH-1N Transmission Assembly
Buyer not available
The Department of Defense, specifically the Department of the Air Force, is seeking qualified vendors to provide overhaul services for the Transmission Assembly of UH-1N helicopters, a critical component for ensuring flight safety. Interested contractors must demonstrate relevant experience, possess necessary equipment, and adhere to stringent quality assurance standards, including engineering source approval due to the safety-critical nature of the part. This procurement is vital for maintaining operational integrity in combat search and rescue operations, with a deadline for submissions set for May 19, 2025, at 4:00 PM EDT. Interested parties should direct their inquiries to Leigh Ann Taylor at leigh.taylor.3@us.af.mil or Jessica Cobb at Jessica.cobb.3@us.af.mil for further information.
Pre-Solicitation Synopsis for the Overhaul of the Computer Subassembly for the UH-60 Black Hawk
Buyer not available
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.
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 soliciting proposals for a one-time buy of two CH-47 Chinook Helicopter Weapon System units, specifically NSN: 1560-00-828-3307, under a sole source arrangement with the Boeing Company. The procurement requires compliance with the terms of Basic Ordering Agreement SPE4A1-25-G-0008, including a Contractor First Article Test (FAT) and adherence to specific Item Unique Identification (IUID) marking requirements, while other testing and marking requirements are waived. Proposals must include a simulated delivery schedule and are due by the close of business on May 14, 2025, with inquiries directed to Lesley Odom at lesley.odom@dla.mil or Phanicia Montgomery at Phanicia.montgomery@dla.mil.
Overhaul of Gearboxes
Buyer not available
The Department of Homeland Security, specifically the U.S. Coast Guard, is seeking proposals for the overhaul of gearboxes used in the MH-60T aircraft, under solicitation number 70Z03824RJ0000012. The procurement aims to ensure operational readiness by requiring contractors to perform extensive inspections, testing, and overhauls of various gearbox components, adhering to strict Federal Aviation Administration guidelines and Original Equipment Manufacturer specifications. This contract is anticipated to be awarded on a sole-source basis to Sikorsky Aircraft Corporation, with a total duration not exceeding three years, and proposals must be submitted by June 13, 2025, at 2:00 PM EDT. Interested vendors can direct inquiries and quotations to Amy Whitehurst at Amy.E.Whitehurst2@uscg.mil.
1650-01-669-3494 (25-R-7004)
Buyer not available
The Department of Defense, through the Defense Logistics Agency, is soliciting proposals for an Indefinite Delivery Indefinite Quantity (IDIQ) contract to supply hydraulic motors for the KC-135 aircraft, referenced under solicitation number SPRHA1-25-R-7004. The procurement involves an estimated quantity of 231 units for the first year, with deliveries scheduled over a five-year period from October 1, 2025, to September 30, 2030, emphasizing the importance of these components for maintaining operational readiness. Interested suppliers must adhere to strict compliance guidelines, including quality assurance and supply chain traceability, with proposals due to the primary contact, Johnny Wakefield, at johnny.wakefield.2@us.af.mil by the specified deadlines. The contract is unrestricted, allowing participation from various business types, including small and disadvantaged enterprises.