Multi-Function Display and Signal Data Processor aka Engine Data Concentrator Unit
ID: FA8524-25-R-0012Type: Solicitation
Overview

Buyer

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

NAICS

Electronic and Precision Equipment Repair and Maintenance (811210)

PSC

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

    The Department of Defense, specifically the Department of the Air Force, is soliciting a contract for the repair of the Multi-Function Display (MFD) and Signal Data Processor (Engine Data Concentrator Unit) used in the TH-1H Helicopter program. The contractor will be responsible for adhering to original design specifications and maintaining rigorous quality standards while ensuring timely delivery of repairs for a fleet of 28 aircraft. This sole-source requirement is directed to Astronautics Corporation of America, with a contract period consisting of one base year and four additional ordering periods, anticipated to be awarded by September 2025. Interested parties should direct inquiries in writing to Teresa Smith at teresa.smith.16@us.af.mil, as no telephone inquiries will be accepted.

    Point(s) of Contact
    Files
    Title
    Posted
    The CAV AF Reporting Requirements document serves as a guideline for contractors involved in the Contract Depot Maintenance (CDM) process, specifically concerning the Commercial Asset Visibility Air Force (CAV AF) system, which tracks government-owned assets at contractor repair facilities. Contractors must ensure accurate reporting of assets within CAV AF, complete necessary training, and maintain compliance with reporting guidelines, which include timely updates post maintenance actions and specific forms for documentation. Key responsibilities include submitting access requests, annual training certifications, and adhering to shipping and disposition instructions for assets. The document emphasizes the importance of accurate data reporting, as discrepancies in asset management can lead to system data issues. Contractors are required to manage Government Furnished Property (GFP) effectively, report discrepancies promptly, and execute shipping instructions within stipulated timeframes. The guidelines also specify procedures for “Not-on-Contract” assets and the proper use of government-issued documents for shipping and reporting. Overall, the document is essential for ensuring compliance and efficiency in asset visibility and management within the Air Force's contracting environment.
    The document outlines the Contract Data Requirements List (CDRL) for a federal contract regarding the TH-1H Helicopter, specifically contract number FD20602500030. It details various data items that the contractor is required to submit, including Commercial Asset Visibility reporting, Government Property Inventory reports, and Contract Depot Maintenance monthly production reports. Each data item specifies submission frequencies, content requirements, and points of contact for compliance and acceptance. Notably, the contractor must report transactional data electronically and maintain current records within a set timeframe following contract award, ensuring governmental oversight of production status and inventory management. The document is crucial for establishing clear expectations related to data reporting and compliance for contractors involved in U.S. defense operations, reflecting the federal emphasis on accountability and efficiency in defense contracting. It serves as an official guideline to facilitate the structured collection and dissemination of contract-related data, essential for program management and operational readiness.
    The document outlines the Contract Data Requirements List (CDRL) for the TH-1H Helicopter contract (FD20602500030), detailing data submission requirements for the contractor, primarily focused on asset visibility, inventory, production reporting, and unique identification marking for accounting and maintenance. The CDRL mandates specific data items, categorized by their purpose, such as the Commercial Asset Visibility Reporting, Government Property Inventory Report, and Accident/Incident Report, each with designated submission timelines and formats. The contractor is required to report various operational data electronically, with guidelines provided in referenced documents. The frequency of submissions varies, including daily, quarterly, and annual requirements. The document emphasizes compliance with applicable Department of Defense directives and aims to establish efficient monitoring of asset and production statuses, facilitating effective contract management. It is integral for ensuring accountability and the ongoing assessment of contractor performance in line with government standards.
    The System Authorization Access Request (SAAR) document is a form utilized by individuals seeking access to Department of Defense (DoD) systems and information. It records essential personal and organizational details to validate the trustworthiness of requestors, ensuring a secure environment for sensitive operations. The form comprises several parts, requiring personal information such as name, organization, job title, and citizenship status in Part I. Part II necessitates endorsement from a supervisor or government sponsor, including justification for access and verification of need. In Part III, a security manager certifies the requestor's background clearance and security level. The form can be submitted electronically or on paper, with original signatures maintained for one year post-account termination. Its purpose aligns with federal regulations and privacy acts, reinforcing the importance of secure access to classified and unclassified information. This document underscores the DoD's commitment to safeguarding sensitive data through a structured access request process, which is integral in the context of federal RFPs and grants, promoting security and accountability in government operations.
    This document details the packaging requirements for federal procurement under Purchase Instrument Number FD20602500030-00, focusing specifically on wood packaging material (WPM) to prevent the spread of invasive species like the pinewood nematode. Compliance with United Nations guidelines and references such as MIL-STD 129 and MIL-STD 2073-1 is mandatory. Wooden pallets and containers must be constructed from debarked wood and heat-treated to specific temperatures for a set duration, with certifications required from accredited agencies. The documentation specifies additional requirements for marking and preserving shipping containers, ensuring that serviceable containers are reclaimed and reused, while unserviceable ones are disposed of properly. VENDOR packaging instructions are outlined, reinforcing that all shipping must align with military standards for packaging and marking. The structure of the document includes distinct packaging requirements, coded data for items, and clear instructions about the preservation method, weight, and dimensions of unit packs, all contributing to efficient logistics and regulatory compliance in military and governmental shipping operations.
    The Performance Work Statement (PWS) outlines the requirements for repairing the Signal Data Processor and Multi-Function Display utilized in the TH-1H helicopter program. The objective is to ensure these components remain serviceable for effective pilot training and support combat search and rescue missions. The contractor must adhere to original design specifications, meet defined delivery schedules, and provide accurate reports on repairs. The document specifies the contractor's responsibilities regarding government property, quality standards, and extensive maintenance record-keeping, including specific requirements for Item Unique Identification (IUID) and packaging standards. Additionally, the contractor is required to develop a Supply Chain Risk Management (SCRM) plan to address potential risks and ensure continuity of operations. The performance period is set for five years with specific audit and reporting guidelines to ensure compliance with safety and environmental regulations. This PWS exemplifies the government's focus on maintaining operational readiness through rigorous quality management and accountability in contractor performance, aligning with broader objectives in federal contracting and procurement practices.
    The Performance-Based Work Statement (PWS) outlines the requirements for the repair of the Signal Data Processor (Engine Data Concentrator Unit) and Multi Function Display for the TH-1H helicopter program. The objective is to ensure these critical electronic components are returned to operational status in compliance with original manufacturer specifications. To achieve this, the contractor must meet delivery schedules, conduct accurate inspections with limited defects, and report repair actions. The TH-1H helicopter, a refurbished and modernized version of the Bell UH-1H, plays a vital role in training USAF pilots for combat scenarios. Compliance with stringent quality assurance standards, including ISO and AS9100, is mandatory for all repairs to guarantee reliability. Additionally, the contractor is responsible for managing government property, reporting losses, and ensuring proper inventory and documentation practices. Security measures, including cybersecurity protocols and compliance with OPSEC, are also emphasized. Overall, the PWS aims to ensure high-quality repair services that sustain the operational capabilities of the TH-1H helicopter, ultimately supporting USAF missions in training and combat situations.
    The document is a government procurement file focused on transportation data related to solicitations for various line items. Initiated on February 25, 2025, it outlines the purchase instrument number FD20602500030-00 and identifies multiple items distinguished by their National Stock Numbers (NSN). All items are designated for shipment to DLA Distribution Warner Robins in Georgia, with shipping instructions provided for different supply locations, including Cairns Army Airfield in Fort Rucker, Alabama. Key details consist of transportation funds information featuring a specific Line of Accounting (LOA), ensuring proper financial tracking throughout the procurement process. It indicates that the acceptance of shipments will be managed by the Defense Contract Management Agency (DCMA). Contact information for supply planners, alongside shipping remarks, emphasizes the necessity of timely communication regarding shipping instructions. The document serves to streamline governmental procurement activities by specifying item details, handling instructions, and analytical processes associated with transportation, thus reinforcing the efficiency of federal operations. Overall, it underscores the organized approach to logistics and funding in supporting defense-related supply chains.
    Similar Opportunities
    NIIN: 145565838; RFQ: N00383-26-Q-B052; FMS Repair
    Dept Of Defense
    The Department of Defense, through the NAVSUP Weapon Systems Support office, intends to issue a sole-source solicitation for the repair of DAY DISPLAY MODULEs (NIIN: 145565838, Part Number: C19697AA) specifically for H-1 aircraft. This procurement is aimed at securing repair services from THALES DEFENSE & SECURITY INC, the Original Equipment Manufacturer (OEM) and the only known source with the necessary data rights, highlighting the critical nature of maintaining operational readiness for military aircraft. The contract is expected to last one year, with the solicitation anticipated to be posted on NECO around January 6, 2026, and a closing date set for January 23, 2025, leading to an award date around March 31, 2026. Interested parties may submit capability statements within specified timeframes, and for further inquiries, they can contact Grace McGinley at grace.v.mcginley.civ@us.navy.mil.
    FMS REPAIR OF COMPUTER, FLIGHT CONTROL
    Dept Of Defense
    The Department of Defense, through the NAVSUP Weapon Systems Support office, intends to award a sole source contract for the repair of a flight control computer specifically for H-1 aircraft. The procurement involves the repair of one unit of the flight control computer (NIIN: 015825365, Part Number: 449-005-100-105), with PUI being the Original Equipment Manufacturer and the only known source for this service, as the Government lacks the necessary data for competitive procurement. This contract is crucial for maintaining the operational capabilities of the H-1 aircraft, and the solicitation is expected to follow FAR Part 15, with an anticipated award date in March 2026. Interested parties may submit capability statements within 45 days of the presolicitation notice, and inquiries can be directed to Shannon Menickella at shannon.r.menickella.civ@us.navy.mil.
    Repair of the Air Data Processor (ADP)
    Dept Of Defense
    The Department of Defense, specifically the Department of the Air Force, is soliciting a Firm Fixed Price contract for the repair of the Air Data Processor (ADP), NSN: 6610-01-432-8459FX, with a focus on providing all necessary parts and labor for testing and repair. This sole source requirement is directed towards Honeywell International, as they possess the unique technical data and capabilities required to ensure compatibility with the F-15E’s performance specifications. The contract, which is critical for maintaining operational readiness, will be executed under a Direct Sales Partnership Agreement and is set for a duration of one year, with proposals due by January 30, 2026. Interested parties can reach out to Madison Norris at madison.norris@us.af.mil for further details.
    FMS Repair of COMPUTER, FLIGHT DIR
    Dept Of Defense
    The Department of Defense, through the NAVSUP Weapon Systems Support, is soliciting quotes for the repair of a "COMPUTER, FLIGHT DIR" specifically for the MH-60R platform, identified by National Stock Number 7R6610015060044. Contractors are required to adhere to various Federal Acquisition Regulation (FAR) clauses, including those related to confidentiality, executive compensation reporting, and safeguarding contractor information systems, with a delivery period of 90 calendar days from the induction date. This procurement is critical for maintaining operational and functional capabilities of flight instruments used in military aviation. Interested parties should contact Dina Wojciechowski at 215-697-1219 or via email at dina.m.wojciechowski.civ@us.navy.mil for further details regarding the solicitation, N0038326QN001.
    MULTI FUNCTION DSPL
    Dept Of Defense
    The Department of Defense, specifically the Department of the Navy through NAVSUP Weapon Systems Support Mechanical, is soliciting proposals for the repair of the Multi Function Display (DSPL). This procurement requires contractors to provide firm-fixed prices for the repair of specified items, adhering to strict guidelines including inspection and acceptance protocols, as well as compliance with Item Unique Identification (IUID) requirements. The goods and services sought are critical for maintaining operational readiness and functionality within the Navy's equipment inventory. Interested contractors must submit their quotes electronically to Aaron D. McFee at AARON.D.MCFEE.CIV@US.NAVY.MIL, with a repair turnaround time of 192 days after asset receipt, and must include detailed pricing and capacity information as outlined in the solicitation.
    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.
    Temperature Regulating Valve Repair (Applicable to the TH-1HHelicopter Program)
    Dept Of Defense
    The Department of Defense, specifically the Department of the Air Force, is soliciting proposals for a firm-fixed-price contract to repair Temperature Regulating Valves (NSN 4820-00-931-2314GA) for the TH-1H Helicopter program. The contract encompasses a Basic Year and four one-year Ordering Periods, requiring the contractor to provide all necessary services, materials, and equipment for the repairs, which are critical for pilot training and combat search and rescue missions. The selected contractor must adhere to OEM specifications, maintain high-quality repair standards, and comply with various reporting and inventory management requirements, with the work to be performed at the contractor's facility in Warner Robins, Georgia. Interested parties should contact Teresa Smith at teresa.smith.16@us.af.mil or William D. Martin at william.martin.12@us.af.mil for further details.
    66 - FMS REPAIR: DISPLAY UNIT, FLIGHT
    Dept Of Defense
    The Department of Defense, through the NAVSUP Weapon Systems Support office, is seeking a sole-source contractor for the repair of two DISPLAY UNIT, FLIGHT items, identified by NSN 7RH 6610 015687028 BL and Part Number 267A740-3, under the Foreign Military Sales Case SR-P-MAL. This procurement is critical as these items are designated as Critical Application Items (CAI), and the government lacks sufficient technical data to engage alternative sources, necessitating the use of an existing Basic Ordering Agreement (BOA) for the award. The contractor will be responsible for restoring the government-owned units to operational condition, adhering to military packaging and quality assurance standards, with a performance period from January 5, 2026, to April 6, 2026. Interested parties must contact Dana Scott at dana.l.scott14.civ@us.navy.mil for further details, and proposals must include information from the NAVSUP WSS Source Approval Brochure to be considered.
    F-16 Multiplier Assembly
    Dept Of Defense
    The Department of Defense, through the Defense Logistics Agency (DLA) Aviation at Ogden, UT, is soliciting quotations for a Multiplier Assembly (NSN: 1270-01-343-8506) intended for Foreign Military Sales (FMS) customers. This procurement requires qualified sources, specifically Northrop Grumman and Spectrum Microwave, and includes stipulations for quantity range pricing, a First Article Test Report (FATR), and a First Article (FA) requirement with a delivery timeline of 180 days. The contract emphasizes compliance with military packaging standards and various defense regulations, including the Buy American Act and ITAR. Interested parties should direct inquiries to April Blakeley at april.blakeley@us.af.mil, with the solicitation due by December 22, 2025.
    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.