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
    Description

    The Department of Defense, specifically the Army Contracting Command at Redstone Arsenal, 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 aims to secure services for the overhaul of 60 unserviceable rotary wing heads, ensuring compliance with critical safety item regulations and military standards throughout the process. The successful contractor will be responsible for inspection, parts replacement, and adherence to stringent quality assurance measures, with a focus on maintaining operational readiness and safety for military aviation components. Interested parties must submit their proposals electronically by June 9, 2025, with bid openings scheduled for June 11, 2025. For further inquiries, 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
    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.
    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.
    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.
    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.
    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.
    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.
    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.
    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.
    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.
    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.
    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.
    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.
    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.
    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.
    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.
    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.
    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.
    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.
    This document amends Solicitation W58RGZ-25-B-0014, specifically Amendment 0003, issued by the Army Contracting Command at Redstone Arsenal. The primary purpose of this amendment is to extend the dates for bid submission from May 26, 2025, to June 9, 2025, and for bid opening from May 28, 2025, to June 11, 2025. Furthermore, it outlines bidder requirements, emphasizing the necessity of submitting proposals electronically through the Procurement Integrated Enterprise Environment (PIEE). Bidders must ensure submissions are complete and must follow specific formatting and content requirements to avoid disqualification. The document also discusses protest procedures for grievances related to the procurement, guiding bidders on addressing concerns with the contracting officer or through the Army Materiel Command protest program. Overall, this amendment aims to facilitate the bidding process, ensure compliance with regulatory standards, and promote fair competition in government procurement activities.
    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
    Overhaul of Dynamic Components on the UH-1N Helicopters
    Dept Of Defense
    The Department of Defense, specifically the Department of the Air Force, is seeking qualified contractors for the overhaul of dynamic components on UH-1N helicopters through a combined synopsis/solicitation. The procurement involves the repair and overhaul of critical safety items, including the Swashplate and Support Assembly, Scissors and Sleeve Assembly, Main Rotor Mast Assembly, and Tail Rotor Hub Assembly, with strict adherence to quality control and delivery schedules. This contract is vital for maintaining the operational readiness and safety of military helicopters, ensuring that these essential components are functional and reliable. Proposals are due by December 19, 2025, at 3:00 PM EST, and interested parties should direct inquiries to Shawna Barrett at shawna.barrett.1@us.af.mil or Leigh Ann Taylor at leigh.taylor.3@us.af.mil.
    AH-64 Maintenance and Overhaul of Nitrogen Inerting Unit (NIU)
    Dept Of Defense
    The Department of Defense, specifically the Army Contracting Command-Redstone, is soliciting bids for the maintenance and overhaul of the Nitrogen Inerting Unit (NIU) for the Apache AH-64 helicopter under Solicitation W58RGZ-25-B-0034. This firm-fixed-price contract requires qualified contractors to provide comprehensive services, including the overhaul and repair of NIUs, with a focus on maintaining high-quality standards and adherence to specific technical requirements. The procurement is critical for ensuring the operational readiness of Apache helicopters, which play a vital role in military operations. Interested parties must submit their bids electronically by December 31, 2025, with the bid opening scheduled for January 5, 2026, at 10:00 AM CST. For further inquiries, potential offerors can contact Meagan M. Melton or Jessica Mangum via their provided email addresses.
    16 - FMS REPAIR - BLADE, ROTARY WING
    Dept Of Defense
    The Department of Defense, through the NAVSUP Weapon Systems Support, is soliciting proposals for the sole-source repair of 12 rotary wing blades (NSN: 7RE 1615 011589679 VH, Part No: 70150-29100-041), which are classified as Critical Safety Items for Foreign Military Sales (FMS Case: AT-P-GXO). The procurement aims to restore these government-owned components to operational condition under a Firm Fixed Price contract, emphasizing compliance with ISO 9001 quality management standards and strict packaging requirements as outlined in MIL-STD-2073-1. Proposals are due by 2:00 PM EST on October 1, 2025, and interested parties must contact Mrs. Dana Scott at dana.scott@navy.mil for further information and to ensure compliance with the necessary source approval processes.
    UH-60 GEARBOX, ASSEMBLY UPGRADE AND OVERHAUL
    Dept Of Defense
    The Department of Defense, specifically the U.S. Army Contracting Command-Redstone Arsenal, is seeking potential sources for the inspection, overhaul, and upgrade of the UH-60 Gearbox, Assembly. This procurement aims to ensure the availability of services, facilities, labor, and materials necessary to return the gearbox to a condition code A, as defined by Army regulations, highlighting its critical safety status. Interested contractors must submit a capabilities statement by December 29, 2025, to the primary contact, Jason Howell, at jason.l.howell4.civ@army.mil, with the possibility of a single award contract structured as a Firm Fixed Price, Five Year Indefinite Delivery Indefinite Quantity (IDIQ) contract. The applicable NAICS code for this opportunity is 336413, and the government encourages responses from small businesses, with a minimum quantity of 30 and a maximum of 180 units anticipated.
    BALL SCREW ASSEMBLY / 40A, UH-60A, UH-60L, HH/UH-60M, UH-60V BLACK HAWK HELICOPTER
    Dept Of Defense
    The Department of Defense, through the Defense Logistics Agency (DLA Aviation), is seeking suppliers for the procurement of a Ball Screw Assembly for various models of the Black Hawk helicopter, including the UH-60A, UH-60L, HH/UH-60M, and UH-60V. This opportunity involves an indefinite quantity contract (IQC) with a base period of five years, requiring an estimated annual quantity of 80 units, with delivery expected 343 days after order placement. The Ball Screw Assembly, identified by NSN 1680-01-222-2551 and manufactured by Cef Industries LLC, is critical for the operational functionality of the helicopters. Interested vendors can access the solicitation on or about November 24, 2025, via the DLA Internet Bid Board System (DIBBS), and should direct inquiries to Gladys Brown at gladys.brown@dla.mil or by phone at 445-737-4113.
    “NSN 1740-01-174-6769, BLADE RACK ASSEMBLY, WSDC: CFN, HELICOPTER CH/MH-53E.”
    Dept Of Defense
    The Department of Defense, through the Defense Logistics Agency (DLA Aviation), is seeking proposals for the procurement of 19 units of the Blade Rack Assembly, NSN 1740-01-174-6769, specifically for the CH/MH-53E helicopter. This procurement is crucial for maintaining the operational readiness of military aircraft, as the Blade Rack Assembly is a vital component in the helicopter's functionality. The contract will be a firm-fixed price arrangement, with delivery required within 250 days after receipt of order to San Diego, CA. Interested suppliers should note that the solicitation is expected to be issued on December 26, 2025, with a closing date of January 25, 2026. For further inquiries, potential bidders can contact Samuel Kogi at 445-737-9377 or via email at Samuel.Kogi@dla.mil.
    SUPPORT, STRUCTURAL
    Dept Of Defense
    The Department of Defense, through the Defense Logistics Agency (DLA Aviation), is seeking proposals for structural support for E2A/AH-64E aircrafts, specifically for the NSN: 1560-01-616-4752. The procurement involves an Indefinite Quantity Contract with an estimated annual requirement of 120 units over a 5-year base period, with a delivery schedule of 350 days after receipt of order. This contract is critical for maintaining the operational readiness of military aircraft, and it is classified as an unrestricted procurement, allowing all responsible sources to submit offers. Interested parties should prepare their proposals in accordance with the solicitation, which will be available on or about December 10, 2025, and may contact Renee Griffin at renee.griffin@dla.mil or (445) 737-2040 for further information.
    Pre-Solicitation Synopsis for the Overhaul of the Computer Subassembly for the UH-60 Black Hawk
    Dept Of Defense
    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.
    Repair of Transmission Assemblies Applicable to the UH-1N Helicopters
    Dept Of Defense
    The Department of Defense, specifically the Department of the Air Force, is seeking proposals for the repair of transmission assemblies applicable to UH-1N helicopters under solicitation FA8524-26-R-0001. This procurement involves a Firm-Fixed Price, Requirements Type, Indefinite Delivery Contract (IDC) for the overhaul of these critical components, with a performance period anticipated from FY26 to FY31. The selected contractor must demonstrate Bell Certification or be an Air Force qualified source of repair, ensuring compliance with stringent quality standards essential for military operations. Proposals are due by December 19, 2025, at 3 PM EST, and interested parties can contact Leigh Ann Taylor at leigh.taylor.3@us.af.mil or Jessica Cobb at Jessica.cobb.3@us.af.mil for further information.
    Overhaul of Spindles, Modulation Valves, Bifilar Assemblies, Hubs and Retention Plate Assemblies.
    Homeland Security, Department Of
    The Department of Homeland Security, specifically the U.S. Coast Guard's Aviation Logistics Center, is seeking proposals for the overhaul of spindles, modulation valves, bifilar assemblies, hubs, and retention plate assemblies for its MH-60T aircraft. The procurement involves a sole-source contract with Sikorsky Aircraft Corporation, requiring all components to have traceability to the OEM and compliance with FAA guidelines to ensure safety and airworthiness. The contract will be structured as an Indefinite Delivery Requirements type with a one-year base period and two optional one-year extensions, totaling a maximum duration of three years. Interested vendors must submit their quotations by February 27, 2026, with the anticipated award date around June 17, 2026; inquiries can be directed to Trenton Twiford at trenton.c.twiford@uscg.mil.