Overhaul of the UH-60 ACTUATOR, ELECTROMEC
ID: W58RGZ-25-R-0037Type: 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 Army Contracting Command, is soliciting bids for the overhaul of Electromechanical Actuators for the UH-60 helicopter, categorized as Critical Safety Items (CSI). The contract, structured as a three-year Firm-Fixed-Price (FFP) Indefinite Delivery Indefinite Quantity (IDIQ), requires contractors to provide comprehensive inspection and repair services, ensuring compliance with established Army technical standards and Federal Acquisition Regulations. This procurement is vital for maintaining the operational readiness and safety of military aviation assets. Interested contractors should contact Reginald C. Burrell at reginald.c.burrell2.civ@army.mil or Lindy L. Pinchon at lindy.l.pinchon@army.mil for further details, with the solicitation documents available for review.

    Files
    Title
    Posted
    The document outlines the requirements for contractors involved in the Army Materiel Command's Total Asset Visibility – Contractor (TAV-C) program, which is vital for managing Government Furnished Equipment and materials used in repair, modification, and upgrade contracts. Contractors must choose between two data exchange methods: the Defense Logistics Management Standards (DLMS) interface or the Army TAV-C Portal, with approval contingent on the nature of the work and existing property accountability systems. Access to the portal is conditional on compliance with user training, security requirements (including obtaining a Common Access Card), and maintaining suitable technology standards. Contractors must provide necessary data through DLMS transactions, such as Materiel Receipt Acknowledgment (MRA) transactions and prepare GFM Consumption Reports. The document emphasizes the importance of accurate inventory management and adherence to established protocols to facilitate effective government logistics operations. Overall, it serves as a comprehensive guide for contractors to ensure compliance and efficient collaboration with the Army's logistics management program.
    The document outlines the packaging requirements for a specific federal procurement related to the SERVO ROLL TRIM item under the project CU09609220, with a focus on compliance with various military and commercial standards. It details packaging specifications, including dimensions, estimated maximum unit weight, and quantity per unit pack. Key requirements include adherence to MIL-STD-2073-1 for preservation and packing, along with the necessity for the packaging to meet MIL-STD-129 marking criteria. Notably, the document states that all wood packaging material must comply with ISPM-15 guidelines, emphasizing international standards for phytosanitary measures. The document also distinguishes between components that will be provided by the government and those expected from the contractor. The assistance of a packaging specialist is indicated, further underscoring the importance of proper compliance and preservation standards for government contracts. This summary reflects the structured approach necessary for federal proposals, highlighting critical specifications and regulatory adherence required for packaging and preservation.
    The document outlines the procedures for reporting shipping and packaging discrepancies, specifically through the SF 364 form. It is structured with numbered blocks that guide the user on the required information, including preparation date, report numbers, and details about the shipper and recipient. Key elements include specific codes for discrepancies and actions, as well as fields for financial information related to correcting issues. It emphasizes the need for supporting documents and maintains that certain blocks are not applicable to contractors. Additionally, it notes that every report must include stamps and signatures from Quality Assurance Representatives (QAR), ensuring accountability in processing discrepancies. Overall, this guidance is essential for maintaining proper protocol in federal logistics and contract management.
    The Depot Maintenance Production Report, dated August 31, 2011, provides data on the maintenance activities for a specific item identified by NIIN 11659449. It includes critical operational statistics such as quantities of reparables received, in work, produced, serviceable units shipped, and those condemned. The report highlights the collaboration between various entities, including the contractor Aviator Inc. and the Army Contracting Command, under contract W58RGZ-13-C-XXXX. Noteworthy elements include the management and administrative codes, which frame the report's context within the Department of Defense's logistics and maintenance efforts. Overall, the document serves as a record of repair and maintenance processes essential for effective inventory management and operational readiness within military frameworks.
    The document appears to be a continuation sheet for AMSRD-AMR FORM 1379, dated January 28, 2009. While the specific content is not detailed within the sheet provided, such forms typically relate to the documentation and reporting processes in government contracting, especially in the context of Request for Proposals (RFPs) and grants. AMSRD-AMR forms may be used to gather information about project status, funding allocations, or specific project requirements. The continuation format suggests that additional information or detailed sections follow the initial submission. The use of these forms within federal and state/local contexts is common, serving to streamline and standardize information necessary for evaluating funding proposals or project progress. Ultimately, without specific details, the summary of this form signals its role in the procedural documentation related to government agreements and oversight, crucial for accountability and compliance purposes in federal contracting.
    The document pertains to a receipt process involving the DD Form 1348-1A, essential for the audit trail of military or federal supply items. It emphasizes the importance of accurate documentation, noting that if both a 1348 form and a bin ticket are provided during an audit and discrepancies arise—specifically, if the 1348 fails while the bin ticket does not—the entire audit may be jeopardized. The checklist included outlines necessary components for the form, such as National Stock Number (NSN), unit of issue, actual quantity received, and the condition code, among others. This requirement ensures compliance in managing government assets effectively while maintaining accountability and traceability within the procurement process, aligning with the broader context of federal grant and RFP protocols to ensure transparency and proper usage of funds and resources.
    The HQAMC-Level Protest Procedures Program is established to provide a resolution forum for protests regarding contract awards within the U.S. Army Materiel Command (AMC). It encourages interested parties—actual or prospective bidders— to resolve their concerns internally rather than escalate to external bodies like the Government Accountability Office. The procedures detail the eligibility of interested parties, stipulating that federal employees and certain private-sector offerors are excluded. Key procedures include timely filing of protests, with specific requirements for protest content and submission locations. The AMC command counsel serves as the decision authority, with decisions issued within 45 days. Remedies for upheld protests may include contract termination or recompete requirements. Moreover, the document addresses the Alternative Dispute Resolution (ADR) Program, designed to offer efficient and collaborative solutions to disputes, fostering open communication and creative problem-solving. This approach seeks to expedite resolutions using fewer resources compared to formal disputes, with oversight provided by designated legal counsel within AMC. Overall, the document highlights the Army’s commitment to fair procurement processes and the importance of addressing grievances efficiently, within a structured framework that prioritizes internal resolution and minimizes disruptions in contract performance.
    The Report of Discrepancy (ROD) is a standardized form utilized by federal agencies to document discrepancies encountered during shipping and receiving processes. The document captures critical data such as the date of preparation, shipment details, invoicing information, and specific discrepancy types associated with the received materials. It categorizes discrepancies into several codes, including condition issues (such as damaged or expired items), supply documentation errors, misdirected shipments, overages, packing discrepancies, product quality issues, material shortages, and incorrect items received. The ROD also outlines action codes that dictate the next steps for handling discrepancies, such as requesting additional documentation or initiating replacements. Finally, the form requires the preparer's contact information for follow-up and provides sections for detailed remarks. This reporting tool is essential for maintaining accountability and proper inventory management within federal procurement processes, facilitating resolution of issues while ensuring compliance with applicable regulations. The structured approach presented in the ROD streamlines discrepancy reporting, thereby supporting efficient processing of federal grants and contracts.
    The document provides guidance on the submission and review process for Maintenance and Overhaul (M&O) Plans related to federal contracts. It outlines the necessary components required within an M&O Plan package, including a cover letter, a detailed M&O plan, and various compliance documents. Key elements include identifying the part number, company details, certifications, and quality manuals. The M&O plan must comprehensively describe processes such as receiving inspection, disassembly, testing, and packaging, with specific requirements for Critical Safety Items (CSIs). It emphasizes the need for clarity on subcontractors, sourcing parts, and possessing or accessing required tooling and test equipment. The document ensures adherence to established quality control standards and proper documentation for vendor accountability in delivering safe and effective repair and maintenance procedures. In summary, the guidance enforces a structured approach for vendors seeking M&O plan approval, stressing the importance of detailed documentation, quality assurance, and compliance to safeguard against operational risks in maintenance processes.
    The document outlines specifications for an electro-mechanical actuator (NSN CU9609213) pertinent to the Kearfott Corporation and Sikorsky Aircraft Corporation. It highlights that the actuator must meet specific critical characteristics defined in SES 701213, particularly in relation to jam override torque as stipulated in section 3.2.1.4. The actuator is classified as a critical safety item, indicating its operational importance in safety-sensitive applications. There are no requirements for serial numbers or engineering tests for this component, although fatigue and endurance testing are not mandated. The summary emphasizes the need for compliance with military standards, ensuring reliability in defense applications. Therefore, the document serves a critical role in the procurement process, ensuring that contractors understand the requirements for this essential component within government contracts.
    The document outlines the requirements and structure for managing Government Furnished Property (GFP) related to federal contracts, specifically focusing on custodial procurement. It includes essential fields mandated for successful documentation, such as contract award details, item descriptions, and requisition specifics. The attachment features sections for various managed items, with particular attention to necessary product identifiers like National Stock Numbers (NSNs), manufacturer codes, and part numbers. It emphasizes the need for accurate data entry regarding quantities, acquisition costs, delivery dates, and unit measures. The main purpose of this document is to provide a systematic approach for handling GFP within federally contracted environments, ensuring compliance with Department of Defense (DoD) regulations and Federal Acquisition Regulations (FAR). It signifies the importance of precise data management for effective tracking, accountability, and operational clarity in the procurement process. Adherence to these guidelines is crucial for maintaining the integrity of governmental contracting and facilitating smooth operations in custodial procurement efforts.
    The QE-STD-1 document establishes standards for manufacturing Critical Safety Items (CSIs) in aviation to ensure product quality and safety. It outlines requirements across various aspects including planning, personnel qualifications, inspection processes, and traceability of components throughout production. The primary purpose is to maintain the integrity of essential characteristics and ensure compliance with enhanced quality requirements distinct from broader standards such as ISO 9001. The document is structured into several sections: it begins with an introduction to the purpose and scope related to CSIs, followed by comprehensive definitions of critical terms, policies for procurement, and requirements for manufacturing. Specific focus is given to manufacturing planning, controls for critical characteristics, and requirements for personnel training and equipment calibration. The policy emphasizes that only approved sources may manufacture or supply CSIs to mitigate risks associated with deficiencies in aircraft systems. The document is crucial for contractors engaged in federal RFPs or grants, as adherence to these guidelines is essential for maintaining contracts and ensuring operational safety in military aviation systems. Compliance assures that all critical characteristics are inspected and verified, ultimately enhancing mission readiness and reducing the chances of catastrophic failures in aviation operations.
    The document outlines the standards for Maintenance and Overhaul (M&O) of Critical Safety Items (CSI) in U.S. Army aviation, establishing requirements to ensure their integrity and compliance with quality measures. It defines key terms and components, including critical characteristics, personnel qualifications, and processes for inspection and traceability. The document mandates that all M&O activities adhere to existing higher-level quality standards, such as ISO 9001 and AS9100, and require approval from the Engineering Support Activity (ESA). It emphasizes the necessity for detailed planning and documentation for overhauls, outlining processes for managing critical characteristics and ensuring rigorous inspection standards. Contractors are responsible for maintaining traceability throughout the overhaul process, including proper handling of nonconforming items and conducting regular audits. Personnel must be adequately trained and certified to perform tasks related to CSIs, further emphasizing the importance of maintaining operational safety. The standards set forth in this document aim to preserve the safety and performance standards for military aviation assets, reflecting the government’s commitment to quality assurance and risk mitigation in defense procurement.
    The document details the Contract Data Requirements List (CDRL) relevant to a government contract concerning a Servo Roll Trim system (NSN: 1680-01-242-2067). It specifies that the contractor is required to provide an initial Government Property Inventory report 365 days post-delivery of government-furnished property for overhaul, followed by annual updates. The form outlines various blocks, guiding users on providing critical identification, data item descriptions, submission frequencies, and distribution instructions for the required data. It stipulates to whom and how many copies of the data should be delivered, and indicates the need for proper documentation and approval by government personnel. Additionally, it explains how to estimate pricing for the data items based on their necessity and development effort. The overarching purpose of this file is to set clear guidelines and standards for contractors on data reporting requirements under federal contracts, ensuring accountability and compliance with government expectations. The CDRL format aids in organizing data management processes and facilitates communication between contracting officers and contractors, reflecting the structured approach common in federal RFPs and grants.
    The DD Form 1423-1 serves as a Contract Data Requirements List for federal government contracts, particularly focusing on the submission and management of data items necessary for compliance with contractual obligations. The form requests detailed information including item titles, contract references, and specific submission dates for data items related to the associated contract. It outlines categories for the data, distinguished as Technical Data Package (TDP), Technical Manual (TM), or other types. Key instructions emphasize the process for reporting shipping and packaging discrepancies, specifying timelines for submissions based on the nature of discrepancies discovered. The form also details the responsibilities of the contractor regarding the preparation and delivery of required data items, outlining the classification of these items into four price groups based on their significance to the primary contract execution. Overall, the document is structured to facilitate accurate tracking and management of essential data in support of contract performance, thereby enhancing oversight and accountability in federal procurement processes.
    The DD Form 1423-1 is a Contract Data Requirements List utilized by the Department of Defense to outline data item submissions necessary for contractual compliance. The form includes essential details such as contract line items, data item descriptions, and specific requirements for technical data reports. It emphasizes the contractor's obligations for submission frequency, distribution, and government review processes. Notably, the document mandates that the contractor resubmit plans within specific timeframes if disapproved, and contains detailed instructions for both government personnel and contractors on completing the form. The structured sections address the identification of the data item, authority references, requiring offices, and the approval timeline, which is typically 90 days for government decisions. The document ultimately serves as a formal communication tool to ensure that the necessary data supports system/item acquisitions, thus maintaining compliance with federal contracting regulations in the context of government RFP processes. Overall, the form acts as a framework for data item management pertaining to contracts, facilitating accountability and organizational effectiveness within defense operations.
    The document outlines a government solicitation for a three-year Firm-Fixed-Price (FFP) Indefinite Delivery Indefinite Quantity (IDIQ) contract focused on the overhaul of Electromechanical Actuators, categorized as Critical Safety Items (CSI). The Army Contracting Command is seeking sealed bids, detailing expectations for quality assurance and compliance with Federal Acquisition Regulations. The contractor will provide comprehensive services for inspection and repair, ensuring safety compliance based on established Army technical standards. Issuing three ordering periods, the contract mandates a minimum quantity of 120 and a maximum of 432 units over its duration, with provisions for Foreign Military Sales (FMS). Key procedural requirements include submission of a Maintenance and Overhaul Plan and Product Verification Audit (PVA), ensuring strict adherence to quality controls during both the overhaul and packaging processes. Furthermore, contractors must comply with regulations on Government-furnished property and regional packaging standards. This inquiry reflects the government's initiative to uphold stringent safety and quality metrics while enhancing operational capabilities through reliable maintenance services.
    Lifecycle
    Title
    Type
    Solicitation
    Similar Opportunities
    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.
    Overhaul the UH-1N Main Rotor Hub Assembly
    Buyer not available
    The Department of Defense, specifically the U.S. Air Force, is seeking contractors to overhaul the UH-1N Main Rotor Hub Assembly, a critical component for military helicopters. The procurement aims to ensure the serviceability and operational readiness of these aircraft, which are vital for various missions, including emergency evacuations and national security operations. Interested offerors must adhere to stringent quality assurance standards and provide detailed technical documentation, with proposals due by March 28, 2025. For further inquiries, potential bidders can contact Leigh Ann Taylor at leigh.taylor.3@us.af.mil or Jorja Chesnut at jorja.chesnut@us.af.mil.
    Synopsis for the Overhaul/Upgrade of the Common Hydro Mechanical Unit
    Buyer not available
    The Department of Defense, specifically the Department of the Army, is seeking contractors for the overhaul and upgrade of the Common Hydro Mechanical Unit. This procurement aims to enhance the performance and reliability of critical aircraft engine components, which are vital for the operational readiness of military aviation systems. The project falls under the NAICS code 336412, focusing on Aircraft Engine and Engine Parts Manufacturing, and is categorized under PSC code 2915 for engine fuel system components. Interested parties can 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. The notice is currently in the presolicitation phase, and specific deadlines will be communicated as the procurement process progresses.
    UH-64 parts
    Buyer not available
    The Department of Defense, specifically the Department of the Army, is soliciting offers for the procurement of parts related to the UH-64 Apache helicopter, under a sole source solicitation awarded to Boeing. The Request for Quote (RFQ) W912NW25Q0026, issued on January 13, 2025, outlines the need for specific components such as a blanket assembly, condenser coil, and various fittings, all of which must be manufactured according to detailed drawings and quality standards to ensure military readiness. This procurement is critical for maintaining operational capabilities of the Apache fleet, and the acquisition is set aside for small businesses, including those owned by veterans and women, with offers due by 4:00 PM on January 27, 2025. Interested parties can reach out to primary contact Edward Chilson at edward.a.chilson.civ@army.mil or secondary contact Archie Covington at archie.l.covington2.civ@army.mil for further information.
    TRUNNION DAMPER ROT
    Buyer not available
    The Department of Defense, through the Defense Logistics Agency (DLA Aviation), is seeking proposals for the procurement of Trunnion Damper Rot components for the AH-64-D Longbow Aircraft. The contract will cover an Indefinite Quantity Contract with an estimated annual requirement of 620 units over a five-year base period, with a delivery schedule of 350 days after receipt of order. This procurement is crucial for maintaining the operational readiness of the AH-64-D Longbow, a key asset in the U.S. Army's aviation capabilities. Interested vendors must submit their proposals by fax to (804) 279-4165, with the solicitation issue date set for February 7, 2025. For further inquiries, contact Renee Griffin at renee.griffin@dla.mil or by phone at 804-279-3379.
    Cylinder Assembly, H
    Buyer not available
    The Department of Defense, through the Defense Logistics Agency (DLA Aviation), is seeking proposals for the procurement of Cylinder Assembly, H, specifically for the AH-64 Aircraft. This solicitation is for an Indefinite Quantity Contract with an estimated maximum order quantity of 32 units over a five-year base period, requiring delivery within 96 days after receipt of order. The items are critical for aircraft operations, and the procurement is classified under NAICS code 336413, focusing on Other Aircraft Parts and Auxiliary Equipment Manufacturing. Interested vendors must submit their proposals in writing by fax and are encouraged to download the Request for Proposal (RFP) from the DLA Internet Bid Board System, with the solicitation issue date set for February 19, 2025. For further inquiries, potential offerors can contact Cindy Hunt at (804) 971-7217 or via email at cindy.hunt@dla.mil.
    Overhaul/Repair of Actuators.
    Buyer not available
    The Department of Homeland Security, specifically the U.S. Coast Guard, is seeking qualified contractors for the overhaul and repair of actuators used in HC-27J and HC-144 aircraft. The procurement involves comprehensive services including teardown, inspection, rework, assembly, and testing of actuator assemblies, adhering to Original Equipment Manufacturer (OEM) specifications from Moog Wolverhampton Limited. This contract is crucial for maintaining the operational readiness of military equipment, ensuring that the Coast Guard's aircraft fleet remains airworthy and reliable. Interested vendors should contact Logan J. Brown at LOGAN.J.BROWN3@USCG.MIL or Dmitri E. Mercer at Dmitri.e.mercer@uscg.mil for further details, as the solicitation is structured over multiple contract years with specific requirements for compliance and technical acceptability.
    HH-60W Helicopter Programmed Depot Maintenance (PDM) And Analytical Condition Inspection (ACI)
    Buyer not available
    The Department of Defense, specifically the Department of the Air Force, is seeking qualified contractors for the Programmed Depot Maintenance (PDM) and Analytical Condition Inspection (ACI) of the HH-60W Jolly Green II helicopter. The procurement aims to identify vendors capable of performing depot-level maintenance, including scheduled and unscheduled repairs, within 600 nautical miles of Kadena Air Base, Japan. This opportunity is critical for ensuring the operational readiness and safety of military aviation assets, reflecting the government's commitment to maintaining high standards in aircraft maintenance. Interested parties should contact Caprecia Mortimer at caprecia.mortimer@us.af.mil or Kimberly Pike at kimberly.pike@us.af.mil for further details, as responses to the sources sought notice must be submitted electronically without reimbursement for participation.
    17--HYDRAULIC ACTUATOR,- AND SIMILAR REPLACEMENT PARTS, IN REPAIR/MODIFICATION OF
    Buyer not available
    The Department of Defense, specifically the Department of the Navy through NAVSUP Weapon Systems Support, is soliciting proposals for the repair and modification of hydraulic actuators and similar replacement parts. The procurement involves the repair of specific items, including hydraulic actuators and aircraft components, which are critical for maintaining operational readiness in military aircraft. Interested contractors must ensure compliance with stringent repair procedures and quality requirements, with all repairs to be conducted in accordance with applicable manuals and specifications. Proposals must be submitted via email to Brian Emde at BRIAN.EMDE@NAVY.MIL by the specified deadline, and contractors are advised that government source approval is required prior to award. For further inquiries, contact Brian Emde at 215-697-4313.
    Overhaul Servovalve, Hyd
    Buyer not available
    The Department of Homeland Security, specifically the U.S. Coast Guard's Aviation Logistics Center, is seeking a contractor for the overhaul of hydraulic servovalves used in MH-60T aircraft. The procurement requires the contractor to receive and assess 12 servovalves, determining their condition and restoring non-Ready for Issue (RFI) components to Original Equipment Manufacturer (OEM) performance standards, while adhering to FAA guidelines for inspections and corrosion treatment. This overhaul is critical for maintaining the operational readiness and safety of the aircraft, ensuring compliance with military standards throughout the process. Interested parties should contact Julie Lininger at julie.g.lininger@uscg.mil or the MRR Procurement Mailbox at mrr-procurement@uscg.mil for further details, as the contract emphasizes sole source acquisition with specific evaluation criteria and compliance requirements.