Head, Rotary Wing for the Apache AH-64
ID: W58RGZ-25-B-0014Type: 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

HELICOPTER ROTOR BLADES, DRIVE MECHANISMS AND COMPONENTS (1615)
Timeline
  1. 1
    Posted Feb 24, 2025, 12:00 AM UTC
  2. 2
    Updated Apr 22, 2025, 12:00 AM UTC
  3. 3
    Due May 26, 2025, 5:00 PM UTC
Description

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.

Point(s) of Contact
Files
Title
Posted
Apr 22, 2025, 9:06 PM UTC
The document outlines packaging requirements for a rotary wing component (Part Number: 7-311411003-625) registered under a military specification. It details specifications including maximum package weight, dimensions, and required compliance with military and commercial preservation standards, specifically MIL-STD-2073-1 and ASTM-D-3951. It includes essential packaging codes and states that the reusable container will be either government or contractor furnished material. Notably, all wood packaging materials must comply with ISPM-15 standards. The document indicates the importance of military specifications in federal government procurement processes, highlighting the necessity for precise adherence to established standards for packaging, preservation, and traceability in the defense supply chain. This documentation serves as a critical reference in the context of requests for proposals (RFPs) and grants related to military equipment, ensuring the integrity and safety of packaged components throughout their lifecycle.
Apr 22, 2025, 9:06 PM UTC
The document outlines a series of maintenance and logistical procedures relevant to rotary wing aircraft within the Army, specifically focusing on inventory accountability and requisitioning systems. It includes a detailed list of reports and functional user manuals essential for managing government property and ensuring flight safety through effective maintenance practices. Key reports listed involve ammunition inventory control, quality deficiency reporting, and comprehensive maintenance management for aircraft components. The document details operational procedures aimed at enhancing the accountability of government-furnished materials and ensuring accurate inventory management. Additionally, it covers critical maintenance characteristics and procedures necessary for the upkeep and detailing of Army aircraft. This comprehensive documentation serves as a guideline for various functional users engaged in the Army Maintenance Management System, underscoring the importance of adhering to established regulations and standards. Overall, it represents the Army's commitment to maintaining operational readiness and safety in aviation logistics.
Apr 22, 2025, 9:06 PM UTC
The Army Aviation CIM Subcomponent Report outlines critical parts and components necessary for mechanized rotary (M/R) operations. It includes detailed specifications, tracking statuses, and testing requirements for multiple subcomponents associated with the main part number (7-311411003-625). Each entry contains part numbers, Federal Supply Class (FSC), National Item Identification Numbers (NIIN), descriptions, and characteristics related to critical safety items. Several parts are tracked, with specific manufacturing or installation requirements outlined alongside current sources, primarily The Boeing Company. Testing protocols are categorized under engineering tests, fatigue assessments, and endurance checks, indicating rigorous quality control standards essential for aviation safety. Significant aspects include descriptions related to heat treatment, visual inspections for oxidization, and verification methods for critical characteristics. These ensure the integrity of parts used in military aviation applications, stressing the importance of compliance with detailed engineering criteria. This document serves as a foundational resource for evaluating and maintaining essential aviation components and illustrates the government’s commitment to operational readiness and safety compliance within the military supply chain.
Mar 20, 2025, 9:08 PM UTC
This document outlines the specifics of a federal contract regarding a critical safety item (CSI) for the AH-64 rotor wing system, specifically part number 1615-01-512-0889. It indicates that adequate Departmental Maintenance Work Requirements (DMWR) are available, and that a correlation performance study is required. Key processes such as ultrasonic inspection of outboard bolts and specific tooling requirements, including permissions for substitutes, are emphasized. The item is designated as a CSI with several engineering testing exemptions. A significant post-contract requirement mandates the prime contractor to submit a Frozen Plan 30 days post-award for government approval. Additionally, this document confirms commercial item's inapplicability, and suppliers must demonstrate their capacity to meet tooling and inspection requirements either through possession, requisitions, or development of equivalent tools. The overall focus is on ensuring safety standards and compliance with engineering protocols while managing procurement for the Army Aviation sector, reinforcing the importance of pre-contract preparation in federal acquisitions.
Apr 22, 2025, 9:06 PM UTC
The document outlines a Cost and Software Data Reporting Plan for the AH-64E Apache Remanufacture program, focusing on the CH-47F Overhaul Mechanical Transmission as the prime mission product. It identifies the acquisition category as ACAT I (Major Defense Acquisition Program) and emphasizes the importance of robust cost reporting for aircraft systems. The plan is initiated by the AMCOM Logistic Center, with required submissions including cost reports for recurring and nonrecurring expenses, technical data, and capabilities for cost, hour, and quantity data reporting through various phases of the contract. Submissions are scheduled at specific intervals, including interim reports after 12 months and annual reports in following years, culminating with final reports at contract completion. The document also details the work breakdown structure (WBS) for tracking costs across various components, including sustainment, operations, maintenance, training, and system improvements. This plan is pivotal in ensuring accountability and effective management of budgetary implications within the defense contracting process, necessary for transparency and oversight within federal government projects related to military aviation.
The document delineates the Cost and Software Data Reporting (CSDR) Plan for the AH-64E Apache Remanufacture project. It details the submission requirements and processes for capturing and reporting costs associated with the program, designated as ACAT I. The plan includes milestones, contract details, and the responsibilities of both contractors and the government. Key components include the submission timeline for cost reports—initial and interim submissions—along with specific data points to be reported, such as maintenance and repair parts data, as well as actual costs to date. It emphasizes adherence to established cost data structures and guidelines, stating that costs must be accumulated and reported cumulatively. The plan also outlines regulations regarding changes in scope, the impact of COVID-19 on scheduling and costs, and the need for a thorough review of contractor data accounting procedures. Notably, the document mandates a readiness review to ensure that contractors meet CSDR requirements. This structured approach aims to facilitate accurate financial management of the program while supporting governmental oversight and compliance with funding requirements. Overall, the CSDR Plan is pivotal in tracking financial aspects and risk management throughout the project lifecycle.
The document outlines the requirements for contractors using the Army Materiel Command's (AMC) Total Asset Visibility – Contractor (TAV-C) system within its Logistics Management Program (LMP) for the management of Government Furnished Equipment and property. Contractors can access TAV-C through either a Defense Logistics Management Standards (DLMS) interface or the Army TAV-C Portal, with access contingent on several criteria, including the contractor's existing systems and economic considerations. Essential provisions include security requirements for contractor personnel accessing the system, which necessitate either a Common Access Card or a Department of Defense-approved External Certification Authority certificate. Training is mandatory prior to access, and performance requirements specify the need for inventory management transactions and material receipt acknowledgments. The document emphasizes the necessity of accurate record-keeping and audits to enhance asset visibility and management control, aligning with the Army's objectives for readiness and accountability. It serves as a critical guideline for contractors involved in repair, modification, or upgrade contracts and underscores the importance of compliance with outlined processes and standards to gain secure access to the TAV-C Portal.
Apr 22, 2025, 9:06 PM UTC
The document outlines the mandatory notice and consent for accessing Department of Defense (DOD) information systems. It emphasizes that users consent to monitoring, interception, and inspection of communications and data stored within these systems due to security, personnel misconduct, law enforcement, and counterintelligence investigations. The text clarifies that while certain privileged communications (related to attorneys, psychotherapists, or clergy) remain confidential, the U.S. Government may still monitor other communications. It also details security protocols for accessing classified and unclassified networks, including user responsibilities for safeguarding information, adhering to minimum security rules, and reporting suspicious activities. The acknowledgment section requires users to confirm their understanding of these policies to maintain compliance and security within DOD systems. Overall, the document emphasizes users' obligations regarding the responsible use of government information technology while ensuring the security and integrity of sensitive information.
Apr 22, 2025, 9:06 PM UTC
This document outlines a federal procurement instrument related to custodial services managed by the Department of Defense (DoD). It includes information about government-furnished property, associated contracts, and item requisitioning specifics. The main contact is Jessica Mangum, the Government Contracting Officer, who can be reached via email and phone. A key item listed is a rotary wing head (NSN: 1615015120889) with a quantity of 60 units, identified as unserviceable assets. The requisition refers to both serially and non-serially managed items alongside standardized protocol for submission, including necessary fields such as item description, manufacturer details, and acquisition costs. The document emphasizes compliance with government regulations, specifically in regards to the management of property and the procurement process outlined under the Federal Acquisition Regulation (FAR). It serves as a guide for contractors involved in the procurement process, ensuring they understand the requirements for government property and item requisition. Overall, the document is a crucial element of federal contracting protocols within the DoD framework.
The document provides instructions for completing a Pricing Template related to a government procurement request involving rotary wing aviation components, specifically the AH-64 Head. It outlines the submission requirements for pricing information across several Contract Line Item Numbers (CLINs), including various unit prices for different ordering periods. The offeror is instructed to enter all required data in highlighted cells without manually hard-coding calculated amounts, ensuring accuracy in the proposed pricing structure. The CLIN Summary for Evaluation includes detailed price listings for both domestic and foreign military sales, alongside provisions for scrap and container items. The offeror must ensure that all calculations reflect their total proposed prices accurately. The format of the attachment is crucial for evaluation and contract administration purposes, serving to maintain clarity and consistency across submissions. This document is a fundamental part of the federal RFP process, facilitating financial evaluation and assisting the government in determining the best proposals for contract awards in the aviation sector.
Apr 22, 2025, 9:06 PM UTC
The document outlines the Needs Review Report related to a specific government procurement request for the rotary wing head assembly with NSN 1615-01-512-0889. It highlights multiple parts requiring review, particularly emphasizing items with no source information. Key details indicate that various components are classified as Critical Safety Items (CSI) and necessitate engineering testing, including fatigue assessments. The report also flags specific parts for their critical characteristics and testing requirements while mentioning deficiencies in documentation regarding environmental assessments and engineering reviews, which are yet to be completed. Furthermore, the document records the verification of a status update on safety standards and outlines a series of requirements concerning hazmat regulations. It ultimately serves to inform relevant stakeholders about the current status, necessary reviews, and regulatory compliance essential for the procurement process, aligning with broader federal grant and RFP protocols.
Apr 22, 2025, 9:06 PM UTC
The U.S. Army Aviation and Missile Command's document, QE-STD-1, outlines critical safety items (CSIs) and their critical characteristics, emphasizing the required manufacturing standards for all Army aviation weapon systems. It establishes a framework ensuring quality and safety throughout the manufacturing process by mandating compliance with higher-level quality standards (such as ISO 9001 and AS9100). The document covers various aspects, including policy, requirements for manufacturing planning, critical characteristic inspection and traceability, and personnel training. Significantly, it governs the procurement of CSIs from approved sources, ensuring that all processes affecting critical characteristics are under stringent control. The necessity for audits, traceability, and documentation retention is stressed, with provisions for managing deviations and nonconformances. The overarching aim is to uphold the integrity and reliability of components integral to aviation safety, illustrating the Army's commitment to quality and operational readiness. This standard is crucial for contractors and suppliers engaged in manufacturing CSIs, ensuring the safety and effectiveness of the Army's aviation systems.
Apr 22, 2025, 9:06 PM UTC
The document outlines the U.S. Army's standards for the maintenance and overhaul of Critical Safety Items (CSIs) in aviation weapon systems, specified in QE-STD-2. Its primary purpose is to establish quality requirements to maintain the integrity of critical characteristics (CCs) throughout the maintenance process. Key components include guidelines for identifying CSIs, requirements for personnel training and certification, stringent auditing processes, and necessary documentation for traceability of components. The standard mandates that all maintenance work on CSIs must be performed by approved sources and requires a rigorous planning process to ensure compliance with specified characteristics. Additionally, the document emphasizes the significance of audits and corrective actions to preclude recurrence of any nonconforming materials or processes. These practices aim to safeguard personnel, enhance operational performance, and ensure compliance with safety regulations while supporting the overarching goal of maintaining high-quality standards in military aviation. This document is crucial for government contracting, ensuring that contractors adhere to stringent requirements when bidding on RFPs or grants related to aviation maintenance.
Apr 22, 2025, 9:06 PM UTC
The document details the Contract Data Requirements List (CDRL) for military projects, specifically focusing on a Government Property Inventory Report for overhauled equipment. It outlines requirements for contractors to submit initial and subsequent inventory data of government-furnished property within specified timelines, emphasizing the need for adherence to Department of Defense protocols. The inventory report mandates that contractors deliver initial data within 365 days of receiving the property and annual updates afterward. Submission details, including recipient email and contract references, are provided, along with instructions for completing the form. It categorizes data items, indicating whether they pertain to technical documentation, management, or others, while addressing pricing groups for data development costs—ranging from non-essential to essential data submissions. The overall framework ensures transparency, accountability, and compliance in managing government assets, reflecting the structured approach in federal RFPs and grants.
Apr 22, 2025, 9:06 PM UTC
The DD Form 1423-1 outlines the Contract Data Requirements List (CDRL), which is utilized by the Department of Defense to specify data items needed from contractors. It requires various details such as contract line item numbers, titles, authorities, and submission dates. The form categorizes data requirements (Technical Data Package, Technical Manuals, etc.) and mandates specific actions for reporting discrepancies in shipping and packaging. The document also details requirements for data inspection, acceptance, and distribution, emphasizing timeliness in submitting Shipping Supply Discrepancy Reports (SDRs). The guidelines for completion are provided for both government personnel and contractors, specifying how to accurately fill out the form and categorize data items by estimated pricing groups based on their relevance to contract performance. Key distinctions are made between items essential for contract completion and those considered supplementary, ensuring clear expectations are set for both contractors and government authorities. Overall, the form serves as a systematic approach to manage and require necessary data components effectively within federal contracts.
Apr 22, 2025, 9:06 PM UTC
The DD Form 1423-1 is a Contract Data Requirements List used by the Department of Defense, specifically for tracking data requirements associated with contracts. It encompasses one data item related to a system or item, identified by a unique Contract/PR Number and a contractor. The form includes sections for data item specifications, submission frequency, distribution requirements, and pricing categories. A notable aspect is that if the government disapproves a submitted plan, the contractor must resubmit it within 30 days. Additionally, the distribution of the document is restricted to U.S. Government agencies, with a specified review period of 90 days for government approval. The instructions detail how contractors should fill out the form, emphasizing the correct categorization of data types and associated costs. This form serves as a structured guideline for contractors to submit essential documentation that meets government standards and facilitates proper oversight of contract performance and compliance with federal requirements.
Apr 22, 2025, 9:06 PM UTC
The DD Form 1423-1 serves as a Contract Data Requirements List (CDRL) used in federal contracts, specifically for collecting essential data required by the Department of Defense (DoD). Key elements include detailed fields for specifying the nature of data items, their categories (such as Technical Data Package or Technical Manual), contract references, related timelines, and compliance requirements. This form requires contractors to submit data in connection with contract deliverables, specifically pertaining to the Army Maintenance Management System - Aviation (TAMMS-A). The contract stipulates submission deadlines for data after government acceptance and emphasizes the importance of accuracy, as any discrepancies must be addressed promptly. The required data is submitted through the TAMMS-A/MCDS web portal or via email if the portal is unavailable. The document outlines the roles of both the contractor and the requiring office in verifying submitted data and ensures compliance through a structured submission process. The intention of this form is to streamline data handling in defense contracts, highlighting the importance of timely and accurate data submission for successful contract execution.
Apr 22, 2025, 9:06 PM UTC
The document outlines the requirements for the Cost and Hour Report (FlexFile) under the DoD's Contract Data Requirements List (CDRL), specifically DD FORM 1423-1. The FlexFile is submitted electronically to the Cost Assessment Data Enterprise (CADE) and must adhere to approved guidelines outlined in the contractor's Cost Summary Data Report (CSDR) Plan. Key points include the necessity for contractors to deliver reports in specified formats (e.g., MS Excel or JSON) and to register on the CADE website for data submission. Additionally, prime contractors are responsible for ensuring that subcontractors meet CSDR requirements. The document also provides guidance on form completion for government personnel and contractors, detailing different categories of data, submission frequency, and pricing groups. Overall, this directive serves to standardize data reporting for cost analysis in defense contracts, emphasizing accountability and compliance across all levels of contract execution.
Apr 22, 2025, 9:06 PM UTC
The DD FORM 1423-1 serves as a Contract Data Requirements List for the Department of Defense (DoD), facilitating the management and reporting of data items related to contracts. It outlines requirements for submitting Maintenance and Repair Parts Data Reports per the Data Item Description (DID) DI-MGMT-82163, which are critical for the program's financial assessments. Contractors must electronically submit these reports through the CSDR Submit-Review System in accordance with the approved CSDR plan and maintain proper documentation including as-of dates and submission deadlines. The document emphasizes the responsibilities of prime contractors to relay reporting requirements to subcontractors and the necessity of preparing subcontract CSDR plans for approval. The form includes sections for tracking item details, authority, submission dates, and distribution. Additionally, it categorizes data items based on their impact on contract performance and prescribes cost estimation for each category. This formal structure ensures that the DoD can oversee and verify compliance with contract terms, streamline the reporting process, and enhance data management across defense contracts.
Apr 22, 2025, 9:06 PM UTC
This document details Amendment 0001 to Solicitation W58RGZ-25-B-0014, which alters the bid submission and opening dates for a federal procurement contract. The new bid submission deadline is set for April 25, 2025, and the bid opening is rescheduled to April 29, 2025. The amendment provides instructions for acknowledgment of receipt by bidders, stipulating that any changes to previously submitted offers must be similarly acknowledged. Additionally, it highlights the importance of early submission through the Procurement Integrated Enterprise Environment (PIEE) system and outlines the requirement for a subcontracting plan from larger businesses, aimed at promoting small business participation within contracts. The document emphasizes the necessity for compliance with various procedural regulations, including maintenance contracts and bid submissions. Overall, the amendment updates and clarifies key procedural details for interested contractors, reinforcing the government’s structure for contract management and bidder engagement in the procurement process.
Apr 22, 2025, 9:06 PM UTC
The document is an amendment to Solicitation W58RGZ-25-B-0014, issued by the Army Contracting Command specifically regarding the overhaul of a critical safety item, the HEAD, ROTARY WING (NSN: 1615-01-512-0889). The amendment updates essential sections related to the procurement process, including adjusted submission deadlines for bids and revised requirements for documentation. The bid opening has been postponed to 28 May 2025. Key updates include the change of relevant maintenance orders and the implementation of quality engineering standards consistent with military regulations. Contractors are required to maintain compliance with specific engineering and safety standards throughout the overhaul process and will face scrutiny with an emphasis on quality assurance measures and documentation. The amendment also specifies details on managing government-furnished property and item unique identification. This procurement process underscores the Army's commitment to ensuring that the overhaul meets stringent quality requirements while allowing for the continued operational viability of critical aviation components, offering transparency and set guidelines for contractors to follow.
Apr 22, 2025, 9:06 PM UTC
The document outlines a solicitation for a limited competition procurement focused on the overhaul and maintenance of the Head, Rotary Wing (NSN: 1615-01-512-0889) for the AH-64 helicopter. It specifies that this is a Firm Fixed Price (FFP) Indefinite Delivery Indefinite Quantity (IDIQ) contract limited to select contractors, including Boeing and PCX Aerostructures. The procurement necessitates adherence to critical safety item regulations and quality standards throughout the overhaul process, which includes inspection, parts replacement, and compliance with Military Standards for packaging and shipment. Offers must include detailed pricing for various ordering periods totaling 360 units, divided between U.S. and Foreign Military Sales (FMS) quantities. Key deliverables include a Product Verification Audit (PVA) and specific maintenance and overhaul documentation. Bidders are required to follow stringent reporting requirements, maintain government property, and ensure compliance with technical data protocols. This solicitation showcases the government’s commitment to maintaining airworthiness and safety standards for critical military components while engaging qualified contractors in the process.
Lifecycle
Title
Type
Solicitation
Similar Opportunities
SUPPORT, STRUCTURAL | E2A | AH-64E
Buyer not available
The Department of Defense, through the Defense Logistics Agency (DLA Aviation), is seeking contractors for an indefinite quantity contract (IQC) to supply structural support components for the AH-64E Apache helicopter. The procurement involves an estimated annual quantity of 120 units of the structural support item, identified by NSN 1560-016165156, with a delivery timeline of 350 days post-order. This contract is crucial for maintaining the operational readiness of the AH-64E, a key asset in the U.S. Army's aviation fleet. Interested contractors must be certified by the Department of Defense to access the required technical data and can find the solicitation on the DLA Internet Bid Board System (DIBBS) around April 14, 2025; inquiries can be directed to Ryan Loeffelholz at ryan.loeffelholz@dla.mil or by phone at 804-279-1452.
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.
Solicitation for the Overhaul/Upgrade of the Common Hydro Mechanical Unit
Buyer not available
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.
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.
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.
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.
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.
Synopsis Overhaul of the PANEL, CONTROL, ELECT for the (UH-60)
Buyer not available
The Department of Defense, specifically the U.S. Army Aviation and Missile Command, is seeking contractors for the overhaul of the PANEL, CONTROL, ELECT for the UH-60 Blackhawk helicopter. The procurement involves providing all necessary labor, materials, and equipment to accomplish the overhaul, with an estimated quantity range of 80 to 480 units, including a Foreign Military Sales component. This contract will be a five-year, Firm-Fixed-Price Indefinite Delivery Indefinite Quantity (IDIQ) type, and will be solicited as a Full and Open competitive requirement, with technical proposals due within 15 days of posting. Interested parties should direct inquiries to Jason Howell or Edward A. Peterson via the provided contact information, noting that the solicitation is currently unfunded and the award is contingent upon the availability of funds.
PUSHROD ASSEMBLY, A / NSN 1680-01-159-4618 / UH-60 HELICOPTER
Buyer not available
The Department of Defense, through the Defense Logistics Agency (DLA Aviation), is seeking to establish an Indefinite Quantity Contract (IQC) for the PUSHROD ASSEMBLY, A, with National Stock Number (NSN) 1680-01-159-4618, specifically for the UH-60 helicopter. This procurement is critical as the item is classified as an Army Critical Safety Item, with an estimated annual quantity of 144 units required over a five-year base period. The contract will involve production units delivered FOB Destination, with inspection and acceptance occurring at the origin, and interested contractors must submit a Source Approval Request (SAR) if they are not already an approved source. Interested parties should contact Chris Rose at CHRISTOPHER.ROSE@DLA.MIL or Jeremy Prince at Jeremy.Prince@dla.mil for further information, and proposals must be submitted within 45 days of the notice publication, with the solicitation expected to be issued on April 18, 2025.