Overhaul of the UH-60 SERVO, ROLL TRIM
ID: W58RGZ-24-R-0024Type: Solicitation
Overview

Buyer

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

NAICS

Other Aircraft Parts and Auxiliary Equipment Manufacturing (336413)

PSC

MISCELLANEOUS AIRCRAFT ACCESSORIES AND COMPONENTS (1680)
Timeline
    Description

    The Department of Defense, specifically the Department of the Army, is soliciting proposals for the overhaul and maintenance of the UH-60 Blackhawk Servo Roll Trim, a Critical Safety Item (CSI). The contract will be structured as a five-year, Firm-Fixed-Price (FFP) Indefinite Delivery Indefinite Quantity (IDIQ) agreement, with an estimated quantity range of 150 to 900 units, including foreign military sales. This procurement is crucial for ensuring the operational readiness and safety of military aviation systems, as the Servo Roll Trim is integral to the functionality of the UH-60 aircraft. Interested contractors must submit their proposals via email to the designated contacts, Reginald C. Burrell and Lindy L. Pinchon, with the understanding that the requirement is currently unfunded and subject to the availability of funds. The solicitation is expected to close on an estimated date, which may be adjusted based on the release of the solicitation documents.

    Files
    Title
    Posted
    The document outlines the requirements for contractors utilizing the Total Asset Visibility – Contractor (TAV-C) capability managed by the Army Materiel Command (AMC) within the Logistics Management Program (LMP). Its primary purpose is to specify the procedures for accounting for Government Furnished Equipment, Materiel, or Property (GFE/M/P) during repair, modification, or upgrade contracts. Contractors must choose between two access methods: the Defense Logistics Management Standards (DLMS) interface or the Army TAV-C Portal, guided by specific qualifications and existing systems. Key points include setting up inventory management through DLMS transactions, ensuring contractors meet security and user training requirements, and accurately reporting material received via the Material Receipt Acknowledgment (MRA). The document emphasizes the need for verified physical inventories and the government’s oversight through audits, reiterating the need for contractor compliance with procedural and security standards to facilitate clear communication and inventory management. Overall, it serves as a comprehensive guideline for contractors participating in military logistics and asset visibility tasks.
    The document outlines the packaging requirements for a specific part, CU09609220, focusing on the SERVO ROLL TRIM. It specifies the estimated maximum unit package weight and dimensions, alongside detailed preservation and packing guidelines. Compliance with various military standards is emphasized, including MIL-STD-2073-1 for preservation and packing, as well as marking requirements per MIL-STD-129. Key information includes that all wood packaging material must meet ISPM-15 regulations. Notably, reusable containers may be either government furnished or contractor furnished. The document illustrates the stringent requirements for packaging and preservation within a government contract, highlighting its relevance in federal RFPs, where adherence to established standards ensures product integrity and compliance. Overall, it serves as a guideline for contractors to prepare their packaging and preservation activities within military procurement contexts.
    The document outlines the procedures for completing a shipping discrepancy report within federal operations. It details the format and required information for various blocks, starting from the designation of the report type (shipping or packaging) to specifics such as preparation date, report number, and details about the shipper and receiving activities. The report also includes sections for noting discrepancies, requisition information, and action codes, along with directives for including supporting documents and certain signatures. Additionally, it emphasizes that a continuation sheet may be used for reporting missing parts under the same report number, further specifying that each report must contain appropriate stamps and signatures. This systematic approach is essential for maintaining accountability and resolving discrepancies efficiently, reflecting broader government priorities for transparency and operational integrity in federal grants and contracts.
    The Depot Maintenance Production Report dated August 31, 2011, provides a detailed overview of maintenance activities related to military equipment under specific contract arrangements. The report outlines production metrics such as quantities of reparables received, items designated for work, shipped serviceables, and current stock levels. It includes contract-related information like contractor details (Aviator Inc), contract number, and relevant administrative codes. Key figures reflect activity for a specific month and year-to-date (YTD) totals, pertinent to item identification and work in progress. This information is essential for tracking maintenance efficiency and ensuring that military resources are managed effectively. The report serves as a vital tool for monitoring contract performance within the framework of federal military procurement, emphasizing the importance of compliance and documentation. Overall, it encapsulates crucial operational data necessary for analyzing the efficiency and effectiveness of depot maintenance activities, aligning with government initiatives to enhance operational readiness and resource allocation within the armed forces.
    The document consists of a continuation sheet for AMSRD-AMR FORM 1379, dated January 28, 2009. Its main purpose is likely to serve as a supplementary page for information relevant to federal government projects, potentially related to RFPs, grants, or project documentation. The continuation sheet format allows for the extension of written content where standard forms may not accommodate all necessary details. The structured approach indicates a systematic method of ensuring that all required information is included in federal documentation processes. However, the content of the continuation sheet itself is missing, which limits the specificity of the information that can be summarized. It emphasizes the need for thorough documentation in government operations, suggesting that every detail can be crucial in maintaining compliance and serving procedural functions in federal requirements.
    The document outlines the requirements for validating the receipt of materials in a military logistics context, specifically using DD Form 1348-1A and supporting documentation such as bin tickets. It emphasizes that if both a 1348 form and a bin ticket are provided, and the 1348 fails while the bin ticket succeeds, it results in a complete audit failure. Key elements necessary for compliance include the unit of issue and quantity, document number, National Stock Number (NSN), condition code, unit and total price, actual quantity received, nomenclature, and the signature with date. The checklist serves as a guide to ensure all information is accurately captured. This document is part of the broader regulatory framework governing supply chain management within federal agencies, reflecting the importance of precise record-keeping in procurement processes and compliance audits.
    The HQAMC-Level Protest Procedures Program facilitates the resolution of contract disputes within the U.S. Army Materiel Command (AMC) before turning to external forums like the Government Accountability Office. It defines an "interested party," restricts the eligibility to bid or offerors whose economic interests are directly affected, excluding federal employees and private-sector participants under specific circumstances. Protests must be filed following established timelines with detailed documentation, and the AMC command counsel acts as the protest decision authority. A written decision is expected within 45 days, and various remedies may be granted, including contract termination or recompeting requirements. The program also ensures that contractors generally cannot proceed with contract performance while a protest is pending unless authorized by the appropriate Army leadership under urgent circumstances. Additionally, the AMC has an Alternative Dispute Resolution (ADR) Program aimed at fostering collaborative problem-solving to expedite resolution processes. The broader context highlights the importance of robust and efficient mechanisms for handling RFP disputes to maintain integrity and transparency within federal contracting.
    The Report of Discrepancy (ROD) form is utilized in the context of shipping and receiving government materials, particularly for reporting any discrepancies in shipments received versus what was invoiced or expected. The document is structured to capture detailed information: preparation date, report number, shipper and recipient details, invoice and transportation document numbers, and data regarding shipment and discrepancies encountered. Various discrepancy and action codes are provided to categorize issues such as condition of materials, shortages, overages, misdirected shipments, and documentation issues. Each discrepancy is documented alongside required accounting and funding data, along with remarks for additional clarifications. The form aims to facilitate prompt and systematic addressing of any inconsistencies, ensuring accountability and proper handling of government materials. Additionally, the report outlines procedures for processing discrepancies, including necessary follow-ups and potential actions such as reshipments or instructions for disposal. This document reflects the government's commitment to upholding standards in material management and ensuring compliance with regulations during procurement processes.
    The document outlines the requirements and guidance for submitting a Maintenance and Overhaul (M&O) Plan in response to government contracts. Vendors must provide a comprehensive package including a cover letter, a detailed M&O plan, quality control documentation, and compliance information. Key elements of the M&O plan include inspections, disassembly, cleaning, repairs, testing, and packaging instructions, all essential for maintaining part integrity. The plan must identify applicable technical guidance and the quality program utilized. Additionally, if using outside process providers, their details must be included, along with evidence of compliance with safety standards for critical items. Vendors must also include a list of approved subcontractors, part sourcing strategies, and a Master Tooling Certification. The overall goal is to ensure that vendors demonstrate the capability to properly manage materials and processes vital for quality assurance and adherence to government performance standards throughout the contract lifecycle. Compliance with these guidelines is crucial for approval and continued government collaboration.
    The document outlines the specifications and requirements for the UH-60 Servo Roll Trim system (Part Number: CU09609220). It notes that while an adequate Direct Maintenance Work Requirement (DMWR) is not available, a Correlation Performance Study is required, alongside the recommendation for a Pre-Award Survey. The review confirms that the component is categorized as a Critical Safety Item (CSI) and verifies that there are no current airworthiness issues or reliability concerns. Following contract award, the Prime or Original Equipment Manufacturer (OEM) must submit a Maintenance and Operations (M&O) Plan for government approval. The RFP stipulates that proposals must include a section detailing special tooling and test equipment capabilities. Although the item is not considered commercial, it is emphasized that the contractor must meet tooling requirements satisfactorily. The document serves to guide stakeholders in ensuring compliance with specifications and safety thresholds for the procurement of this critical component.
    The document pertains to the guidelines and requirements for managing Government Furnished Property (GFP) within federal contracts, specifically within custodial procurement instruments. It outlines the necessary fields and information that must be provided when handling GFP, such as contract numbers, item descriptions, and requisition details. All items involved must specify whether they are serially or non-serially managed, along with quantity, unit acquisition cost, delivery dates, and mechanisms for ensuring items meet required standards. Specific attention is given to compliance with established formats for entering the pertinent data, emphasizing that certain fields are mandatory for record-keeping and accuracy. This framework aims to streamline reporting and accountability relating to government property in contractual agreements, ultimately enhancing the effectiveness of procurement practices in federal, state, and local contexts. The document serves as a critical tool for government contracting officers and procurement officials to ensure proper oversight of Government Furnished Property in various projects.
    The document outlines the critical safety items (CSIs) manufacturing standards and policies established by the U.S. Army. Its purpose is to ensure that all CSIs, which are essential for aviation safety, are produced with integrity and quality throughout the manufacturing process. The document defines key concepts including critical characteristics (CCs), audit requirements, and personnel qualifications. Significant points include the necessity of adhering to detailed planning and procedural controls for manufacturing, the requirement for thorough inspection of CCs, and the stipulation that all CSIs must come from approved sources in compliance with U.S. laws. Manufacturers are obligated to maintain traceability through proper documentation and serialization, ensuring that any nonconformance is accurately reported and addressed. Furthermore, specific training and certification are required for personnel involved in the manufacturing of CSIs, highlighting the importance of quality processes in safeguarding aviation operations. By establishing stringent requirements for documentation, inspection, and quality assurance, the document aims to mitigate risks associated with CSIs and enhance overall aviation safety.
    The document outlines the standards for Maintenance and Overhaul (M&O) of Critical Safety Items (CSIs) regulated by the U.S. Army, emphasizing safety and quality assurance. It details the requirements for contractors involved in M&O, focusing on preserving critical characteristics (CCs) associated with CSIs to prevent catastrophic failures. Key sections include the determination of CSIs, general requirements for M&O planning, and the necessity of maintaining traceable documentation throughout the process. The policy mandates using only approved sources for M&O, and it emphasizes rigorous auditorial checks and training. It specifies procedures for managing nonconformances and emphasizes the need for traceability in all aspects of operations, from raw materials to inspection results. The overview stresses the importance of training and qualification for personnel involved in M&O activities and outlines the need for compliance with established quality standards (e.g., ISO 9001, AS9100). Overall, the document serves as a comprehensive guideline to ensure high-quality and safe maintenance practices for aviation-related CSIs, underscoring the government’s commitment to safety, accountability, and compliance in defense manufacturing operations.
    The document outlines the requirements for submitting Data Item Descriptions under a government contract, specifically using the DD Form 1423-1, which pertains to the Servo Roll Trim with NSN: 1680-01-242-2067. It identifies the need for a Government Property Inventory Report, stipulating that the contractor must deliver initial inventory data within 365 days of receiving Government-furnished property and provide subsequent data annually. The file explains how to fill out the form, detailing each section's purpose, including contract references, requiring office specifications, and expected submission timelines. Additionally, it categorizes data items into four groups based on their essentiality and associated estimated costs for development and delivery to the Government. This structured document serves to guide contractors in complying with government data submission requirements, thereby facilitating transparent reporting and effective contract management in line with federal regulations.
    The DD Form 1423-1 serves as the Contract Data Requirements List (CDRL) utilized by the Department of Defense for managing data items required under contracts. It details essential items such as the name of the system/item being acquired, contract references, contractor information, and specific data item attributes like titles, frequency of submissions, and distribution requirements. The form guides government personnel and contractors in itemizing data needs necessary for contract fulfillment and outlines the responsibilities for addressing discrepancies in shipping and packaging. Key sections include instructions for both government personnel and contractors regarding the completion of the form, outlining categories for data items (Technical Data Package, Technical Manual, and others), submission timelines, and additional remarks clarifying requirements. The document emphasizes accurate data collection as crucial for efficient contract management and compliance with federal regulations. It also specifies the pricing groups for data items based on their relevance and cost implications related to the contract effort. Overall, the DD Form 1423-1 is integral to streamlining the data acquisition process in government contracts, ensuring all parties meet their contractual obligations effectively.
    The DD Form 1423-1, a Contract Data Requirements List issued by the Department of Defense, specifies guidance for contractors regarding data item requirements for government contracts. The document outlines the submission process, including the necessary approvals, distribution statements, and estimated costs associated with the data item, specifically focusing on the Maintenance and Overhaul (M&O) Process Plan for the Servo Roll Trim system (NSN: 1680-01-242-2067). It delineates the contractor's responsibilities, including submission timelines, electronic format requirements, and the necessity for government review within a specified period after submission. The form details data submission frequency, distribution protocols, and specific remarks regarding safety critical items and potential adjustments to the plan after government approval. This ensures compliance with regulations and promotes effective communication between government bodies and contractors, essential for successful contract execution and oversight. The document plays a pivotal role in organizing and standardizing the collection of data for government projects, enhancing transparency and accountability in contracting processes.
    The document serves as a solicitation for a firm-fixed-price contract to provide overhaul and maintenance services for the Servo Roll Trim, a Critical Safety Item (CSI) used in military applications. It outlines administrative and technical requirements for potential contractors, detailing procedures for submission of bids, inspection, and acceptance of services, as well as specific clauses related to quality assurance, performance timelines, and reporting obligations. Key provisions include a five-year Indefinite Delivery Indefinite Quantity (IDIQ) contract framework, with minimum and maximum order quantities stated, and the specification that the contractor must perform a Product Verification Audit (PVA) on three units before full-scale production. The contract aims to ensure serviceable conditions meet U.S. Army standards, and it mandates that all overhaul procedures are compliant with specified regulations for CSIs. Contractors must detail their plans for meeting tooling and equipment demands, addressing the procurement of components from approved sources to maintain quality and safety adherence. The document emphasizes accountability in handling government-furnished property and the necessity of complying with specific military packaging and marking standards.
    Similar Opportunities
    Overhaul of the UH-60 ACTUATOR, ELECTROMEC
    Active
    Dept Of Defense
    The Department of Defense, specifically the Department of the Army, is seeking contractors for the overhaul of the UH-60 Blackhawk's Electromec Actuator, under a presolicitation notice. The contractor will be responsible for providing all necessary services, facilities, labor, parts, materials, equipment, tools, and data to accomplish the maintenance and overhaul of this critical aviation component, with an estimated quantity range of 120 to 720 units over a five-year period. This procurement is significant as the Electromec Actuator is classified as a Critical Safety Item, and only approved sources can perform the overhaul, with Kearfott Corporation and Sikorsky Aircraft Corporation currently recognized as such. Interested parties must submit their requests for solicitation via email to Reginald C. Burrell at reginald.c.burrell2.civ@army.mil, noting that the requirement is currently unfunded and the closing date for proposals is subject to change based on the solicitation release.
    PITCH HORN ASSEMBLY / 40A, UH-60A, UH-60L, HH/UH-60M, UH-60V BLACK HAWK HELICOPTER
    Active
    Dept Of Defense
    The Department of Defense, through the Defense Logistics Agency (DLA Aviation), is seeking contractors for the procurement of Pitch Horn Assemblies for various models of the Black Hawk helicopter, specifically 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 quantity of 76 units, requiring first article testing and government production lot testing prior to delivery. The Pitch Horn Assembly is critical for the operational capabilities of the Black Hawk helicopters, and contractors must be certified by the Department of Defense to access the necessary technical data. Interested parties can find the solicitation on the DLA Internet Bid Board System (DIBBS) around September 13, 2024, and should direct any inquiries to Gladys Brown at gladys.brown@dla.mil or by phone at 804-279-1561.
    UH-60 BLACKHAWK HYDRAULIC POWER UNIT
    Active
    Dept Of Defense
    The Department of Defense, specifically the Department of the Army, is seeking proposals for the procurement of a UH-60 Blackhawk Hydraulic Power Unit under a total small business set-aside. This combined synopsis/solicitation aims to acquire commercial products or services that are critical for the maintenance and operation of the UH-60 Blackhawk helicopters, which play a vital role in various military operations. Interested vendors are encouraged to submit their proposals as a written solicitation will not be issued, and they can reach out to Marketplace Support at 1.877.933.3243 or via email at MarketplaceSupport@unisonglobal.com for further inquiries. The place of performance for this contract will be in New Mexico, and the relevant NAICS code for this opportunity is 336413.
    Overhaul for AH-64 Apache: SWASHPLATE CONTROL
    Active
    Dept Of Defense
    The Department of Defense, specifically the Army Contracting Command, is soliciting proposals for the overhaul of swashplate controls for the AH-64 Apache helicopter, under solicitation number W58RGZ-24-R-0052. This procurement involves a five-year Firm Fixed Price (FFP) Indefinite Delivery Indefinite Quantity (IDIQ) contract, with a minimum order of 50 units and a maximum of 300 units, which includes provisions for Foreign Military Sales (FMS). The swashplate control is classified as a Critical Safety Item (CSI), underscoring the importance of compliance with stringent safety and performance standards throughout the overhaul process. Proposals are due by September 30, 2024, and interested parties can contact Tamesha Jordan at tamesha.d.jordan.civ@army.mil or Jessica Mangum at jessica.t.mangum.civ@army.mil for further information.
    Solicitation for the Overhaul of the Actuator, Electromechanical for the UH-60
    Active
    Dept Of Defense
    Sources Sought for the Overhaul of the Actuator, Electromec in support of the UH-60 Blackhawk. The Department of Defense, specifically the Department of the Army, is seeking sources for the overhaul of the Actuator, Electromec for the UH-60 Blackhawk helicopter. The Actuator, Electromec is a Critical Safety Item (CSI) and can only be worked on by approved sources, which are Kearfot Corporation (CAGE Code 05088) and Sikorsky Aircraft Corporation (CAGE Code 78286). Interested parties who have the capability to perform the overhaul should respond to this notice and provide their business size and socio-economic status. The estimated quantity range is a minimum of 60 each and a maximum of 360 each, including a Foreign Military Sales (FMS) quantity of 60. The response date is 21 November 2023. This announcement is for information and planning purposes only and does not constitute a Request for Proposal (RFP). Interested parties must be approved sources to work on this item. Submissions should be sent via email to Jason Howell, Contract Specialist, at jason.l.howell4.civ@army.mil.
    HYDRAULIC CYLINDER / 40A, UH-60A, UH-60L, HH/UH-60M, UH-60V BLACK HAWK HELICOPTER
    Active
    Dept Of Defense
    The Department of Defense, through the Defense Logistics Agency (DLA Aviation), is seeking suppliers for hydraulic cylinders specifically designed for the UH-60 Black Hawk helicopter series. This procurement involves an indefinite quantity contract (IQC) for a base period of five years, with an estimated annual requirement of 224 units, to be delivered within 224 days after order placement. The hydraulic cylinders are critical components for the operation of the Black Hawk helicopters, manufactured by Eaton Aerospace LLC and Sikorsky Aircraft Corporation. Interested vendors should prepare for a reverse auction process and can find more details on the DLA Internet Bid Board System (DIBBS), with the solicitation expected to be issued around September 30, 2024. For inquiries, contact Gladys Brown at gladys.brown@dla.mil or call 804-279-1561.
    Overhaul/Repair of TH-1H Dynamic Components
    Active
    Dept Of Defense
    The Department of Defense, specifically the Department of the Air Force, is soliciting proposals for the overhaul and repair of dynamic components for the TH-1H helicopter under solicitation number FA852424R0008. The primary objective is to ensure that critical safety items are overhauled in accordance with the original equipment manufacturer's standards, thereby maintaining the operational readiness of the U.S. Air Force's fleet for training and combat missions from FY25 to FY30. This procurement is vital for sustaining flight safety and operational integrity, as it involves essential components such as the Main Transmission Assembly and Tail Rotor Drive Quill Assembly. Proposals are due by September 26, 2024, at 4 PM EST, and interested contractors should contact Shawna Barrett at shawna.barrett.1@us.af.mil or Leigh Ann Taylor at leigh.taylor.3@us.af.mil for further information.
    49--REPAIR KIT,ROTOR BL
    Active
    Dept Of Defense
    The Department of Defense, through the Defense Logistics Agency (DLA Aviation), is seeking quotes for the procurement of a repair kit for the rotor blade, specifically NSN 4920010350324. The requirement includes a quantity of three units to be delivered to the UH-60M Main Warehouse within five days after the order is placed. This repair kit is crucial for maintaining the operational readiness of military aircraft, ensuring safety and efficiency in their performance. Interested vendors must submit their quotes electronically, as hard copies will not be available, and any inquiries should be directed to the buyer via the provided email address, DibbsBSM@dla.mil.
    BARREL-ROTARY,CONTR
    Active
    Dept Of Defense
    The Department of Defense, through the Defense Logistics Agency (DLA Aviation), is soliciting proposals for the procurement of 970 units of barrel-rotary components for the H-60 helicopter, identified by NSN: 1615-010957107 and Part Number: 70301-02114-104. This procurement is classified as a Critical Safety Item and requires compliance with Enhanced Export Control and NIST SP 800-171 DOD Assessment Requirements. The solicitation is set to be issued on September 30, 2024, and interested vendors must submit their proposals in writing, with offers due to the specified fax number. For further inquiries, potential offerors can contact Cindy Hunt at (804) 971-7217 or via email at cindy.hunt@dla.mil.
    FA811824R0044 Overhaul of B-2/B-52 Hydraulic Drive Unit, Common Strategic Rotary Launcher (CSRL) power drive unit (PDU), NSN: 1650-01-276-4376, P/N 741322E
    Active
    Dept Of Defense
    The Department of Defense, specifically the Department of the Air Force, is seeking proposals for the overhaul of the B-2/B-52 Hydraulic Drive Unit, known as the Common Strategic Rotary Launcher (CSRL) Power Drive Unit (PDU), under solicitation FA811824R0044. The procurement involves comprehensive services including disassembly, inspection, rehabilitation, and testing of the hydraulic drive unit, with a focus on maintaining operational readiness for critical military assets. This contract is vital for ensuring the functionality of strategic defense systems, with a firm-fixed-price structure over a ten-year period, including five one-year options. Interested contractors must submit their proposals by September 30, 2024, and can direct inquiries to Jacqueline West at jacqueline.west@us.af.mil or Shirley V. Harmon at Shirley.Harmon.1@us.af.mil for further assistance.