AH-64 Maintenance and Overhaul of Nitrogen Inerting Unit (NIU)
ID: W58RGZ-25-B-0034Type: 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

AIRFRAME STRUCTURAL COMPONENTS (1560)
Timeline
    Description

    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.

    Point(s) of Contact
    Files
    Title
    Posted
    This government file details the packaging specifications for an item identified as "NITRIGEN INTERTING U" with National Stock Number 1560015871028. The packaging mandates a rigid, sealed container with desiccant, with a Unit Pack Weight of 50.8 LB and dimensions of 37 IN (length) x 21 IN (width) x 17 IN (depth). The item itself weighs 6 LB and has specific dimensions, and is categorized as having at least one dimension greater than 24 inches, weighing more than 10 pounds, and/or having a fragility less than 85 G's. The packaging requires Level A protection, with the unit container serving as the shipping container. All packaging data is mandatory, and no substitutions are permitted, as indicated by the optional procedure indicator "M". The packaging reference is MILSTD2073, and it specifies the use of NAVICP Drawing No. 13414, a modular reusable container (NSN: 8145005364925).
    The document outlines mandatory requirements for contractors to utilize the Total Asset Visibility – Contractor (TAV-C) capability within the Army Materiel Command’s Logistics Management Program (LMP). This system tracks Government Furnished Equipment, Materiel, or Property (GFE/M/P) during maintenance, overhaul, upgrade, stock, store, issue, or new production contracts. Contractors must choose between a Defense Logistics Management Standards (DLMS) interface or the Army TAV-C Portal for data exchange. Portal users require a Common Access Card (CAC) or an ICAM Multi-Factor Authentication (MFA) Certificate, along with specific training. The document details the process for obtaining access, including creating an identity record in the Army Master Identity Directory (AMID) and setting up MFA for non-CAC users, or completing a System Authorization Access Request (SAAR) for CAC users. Contractors are responsible for physically confirming received materials and providing inventory management transactions to the Government via the chosen access method.
    The "Army IT User Access Agreement, SEP 2021" outlines the mandatory conditions for accessing U.S. Government (USG) information systems, emphasizing that all activities are subject to monitoring and interception for various purposes, including law enforcement and counterintelligence. Users acknowledge there is no expectation of privacy, except for privileged communications (attorney-client, psychotherapist-patient, clergy-penitent) which maintain confidentiality but are still subject to interception for network administration. The agreement details responsibilities for safeguarding information, proper use of internet and email, and adherence to security protocols for both classified (SIPRNet) and unclassified (NIPRNet) systems. It mandates cybersecurity training, prohibits unauthorized software/hardware, and restricts political activity or personal commercial gain. Violations can lead to administrative or judicial sanctions, including suspension of access.
    The document provides a comprehensive list of standards and procedures for a Nitrogen Inerting Unit (NIU), identified by PRID/PRON BH067 and NSN 1560-01-587-1028. This compilation, relevant for government RFPs and federal grants, outlines crucial guidelines for various aspects of the unit's lifecycle. Key areas covered include government property inventory, reporting shipping and packaging discrepancies, technical study reports, and logistics product data under The Army Maintenance Management System – Aviation (TAMMS-A). The document also details airworthiness, painting, and marking of Army aircraft, alongside aeronautical equipment maintenance management procedures. Furthermore, it addresses reporting product quality deficiencies, identification marking of U.S. military property, and item unique identification. Packaging, marking for shipment and storage, and electrostatic discharge control for electrical and electronic parts are also specified. This detailed compilation ensures compliance, proper management, and maintenance of the NIU within military standards.
    The document is a Government Furnished Property (GFP) attachment, specifically a Contract Award (Mod Number 5) under a DoD Contract (FAR). The contract, identified by PIID W58RGZ25B0034, was issued by Jessica T. Mangum from the Army on 2025-02-03. It details one non-serially managed item: a "NITROGEN INERTING UNIT" (NSN 1560015871028), with a quantity of 1 and an acquisition cost of $130.00. The item is marked "USE AS-IS" and noted as "Unserviceable assets," indicating it is provided in its current condition. The document outlines requirements for item descriptions, including National Stock Number (NSN), Manufacturer CAGE, and Part Number, and specifies that certain fields are mandatory for both serially and non-serially managed property. This attachment serves to formally document the government-furnished property provided under the specified contract.
    The provided document outlines instructions for a pricing template to be used in government RFPs, specifically for the AH-64 Nitrogen Inerting Unit (NIU). Offerors are required to input proposed Fixed-Firm-Price (FFP) amounts by CLIN (Contract Line Item Number) and ordering period into designated yellow-shaded cells within the "CLIN Summary for Evaluation" worksheet. The template specifies various CLINs, including PVA, NIU for US and FMS (Foreign Military Sales), SCRAP, CONTAINERS, and Contracts Data Requirements List (CDRL). Offerors must ensure all calculations are accurate and reflect their proposed prices and evaluation quantities, while maintaining the general format of the attachment for evaluation and contract administration purposes.
    The Statement of Work (SOW) for the Army Maintenance Management System-Aviation (TAMMS-A) outlines contractor responsibilities for reporting and managing aviation maintenance data. Contractors must prepare TAMMS-A forms and records per DA Pamphlet 738-751, covering all items requiring TAMMS-A reporting for repair, modification, or scrapping. A critical instruction prohibits contractors from changing serial numbers without prior approval from the AMCOM TAMMS-A Customer Support Office. The SOW emphasizes the use of the TAMMS-A/MCDS web portal for submitting forms, which streamlines the process but does not eliminate the requirement to ship a copy with the serviceable item. If the portal is unavailable, contractors must email forms to the TAMMS-A Customer Support Office for approval before shipment. The document details specific DA Forms, such as 2410 for repair, removal, installation, gain, or loss, and 2408-16 for sub-component tracking. It also covers the use of DD Form 1574 tags and the Wide Area Work Flow (WAWF) Reparable Receiving Report for shipment and contract close-out. The TAMMS-A Customer Support Office is responsible for verifying data and closing out the TAMMS-A Contract Line Item Number (CLIN).
    The DD Form 1423-1, a Contract Data Requirements List (CDRL), is a standardized form used in federal government contracts, particularly within RFPs and grants, to specify data deliverables from contractors. This particular form details the requirement for a Government Property (GP) Inventory Report for a Nitrogen Inerting Unit (NSN 1560-01-587-1028). The contractor is mandated to submit initial inventory data within 365 days of receiving Government-furnished Property for overhaul, with subsequent reports due annually. The document also provides detailed instructions for both government personnel and contractors on completing the form, including definitions for various data item price groups (Group I to IV) and how to estimate the total price attributable to data production. The purpose is to ensure clear communication and accountability regarding data submissions in government contracts.
    DD FORM 1423-1, FEB 2001, is a Contract Data Requirements List (CDRL) used by the Department of Defense for specifying data deliverables in government contracts. It outlines requirements for data items such as technical reports, with specific instructions for both government personnel and contractors. Key elements include detailing data item numbers, titles, acquisition authorities, and contract references. The form also specifies submission frequencies, distribution, and approval processes, including timelines for government review and contractor resubmission if disapproved. Distribution Statement B restricts access to U.S. Government agencies for test and evaluation purposes. For contractors, the form defines four price groups (Group I, II, III, and IV) to estimate the cost attributable to data production, emphasizing that these estimates should only cover direct costs incurred for supplying the data. This form ensures standardized and clear communication of data requirements, facilitating efficient contract execution and compliance.
    Amendment 0001 to Solicitation W58RGZ-25-B-0034, issued by the ARMY CONTRACTING COMMAND-REDSTONE, extends the bid submission deadline to December 1, 2025, at 3:00 PM CST, and the bid opening to December 2, 2025, at 10:00 AM CST. This firm fixed-price maintenance contract requires electronic bid submission via email or DoD SAFE Site. Offerors must provide a signed SF 33 and Attachment 0006 AH-64 NIU Pricing Template. Key instructions include details on the AMC-Level Protest Program, signature authority requirements for offerors, and the mandatory submission of a subcontracting plan for large businesses, aiming for small disadvantaged business participation. Certified cost or pricing data is not required if adequate competition is met, otherwise, DFARS 252.215-7008 applies for single offers.
    Amendment 0002 to Solicitation W58RGZ-25-B-0034, a Firm Fixed Price maintenance contract for the U.S. Army Materiel Command, extends the bid submission deadline to December 9, 2025, and the bid opening to December 10, 2025, at 1:30 PM CST. This amendment outlines critical instructions for offerors, including procedures for submitting protests to HQ AMC, requirements for providing evidence of signature authority, and the mandatory submission of a subcontracting plan (unless a small business). Bids must be submitted electronically, either via email or the DoD SAFE Site, in PDF and/or Excel format, including the signed SF 33 and Attachment 0006 AH-64 NIU Pricing Template. The document emphasizes the importance of adherence to all terms and conditions, noting that certified cost or pricing data may be required if adequate competition is not achieved.
    Amendment 0003 to Solicitation W58RGZ-25-B-0034, a Firm Fixed Price maintenance contract issued by the Army Contracting Command-Redstone, extends the bid submission deadline to December 31, 2025, and the bid opening to January 5, 2026, at 10:00 AM CST. This amendment outlines detailed instructions for offerors, including requirements for bid submission via email or DoD SAFE Site, electronic file formats (PDF and/or Excel), and content, such as the signed SF 33 and Attachment 0006 AH-64 NIU Pricing Template. It also provides information on the AMC-Level Protest Program, signature authority for offerors, and the mandatory submission of subcontracting plans for large businesses, emphasizing goals for small disadvantaged businesses. Certified cost or pricing data is not required if adequate competition is met, but may be requested otherwise.
    This Invitation for Bid (IFB) W58RGZ-25-B-0034 outlines a two-year Firm Fixed Price (FFP) Indefinite Delivery Indefinite Quantity (IDIQ) contract for the Maintenance and Overhaul (M&O) of Apache Attack Helicopter Nitrogen Inerting Units (NIU). The procurement is restricted to Mission Systems Davenport, Inc. and The Boeing Company due to the unavailability of technical data. Key contract line items include a Product Verification Audit (PVA), overhaul/repair of NIUs for both US and Foreign Military Sales quantities, services for Beyond Economical Repair (BER) assets, and contractor-furnished containers. The contract emphasizes strict adherence to quality standards (ISO 9001:2000 or Equivalent), with detailed requirements for PVA, Government Furnished Property (GFP) management, Item Unique Identification (IUID), and packaging. The first delivery order will be issued with the contract award, meeting the minimum quantity requirement, and all orders are subject to fund availability. Proposals are due electronically by October 14, 2025.
    Similar Opportunities
    Apache AH-64 Composite Main Rotor Blade
    Dept Of Defense
    The Department of Defense, specifically the Department of the Army, is soliciting proposals for a five-year Firm Fixed Price (FFP) Indefinite Delivery Indefinite Quantity (IDIQ) contract focused on the Maintenance and Overhaul (M&O) of Apache AH-64 Composite Main Rotor Blades (CMRB). This procurement aims to ensure the operational readiness and safety of the Apache helicopter fleet by providing necessary upgrades, repairs, and compliance with stringent quality standards, as CMRBs are classified as Critical Safety Items (CSI). Proposals must be submitted electronically by March 11, 2026, at 3:00 PM CST, and interested parties can reach out to primary contact Meagan M Melton at meagan.m.melton.civ@army.mil or secondary contact Jessica Mangum at jessica.t.mangum.civ@army.mil for further information.
    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. These components are vital for maintaining the operational readiness and safety of military helicopters. Proposals are due by January 30, 2026, at 3:00 PM EST, and interested parties should contact Shawna Barrett at shawna.barrett.1@us.af.mil or Leigh Ann Taylor at leigh.taylor.3@us.af.mil for further information.
    CYLINDER, ASSEMBLY, H
    Dept Of Defense
    The Department of Defense, through the Defense Logistics Agency (DLA Aviation), is seeking proposals for the procurement of a Cylinder Assembly for the AH-64 Helicopter, identified by NSN: 1630-011594466. This opportunity involves an Indefinite Quantity Contract with an estimated maximum order quantity of 40 units over a five-year period, requiring delivery within 149 days after receipt of order. The items are critical application components, subject to configuration control, and the procurement is classified under NAICS code 336413, which pertains to Other Aircraft Parts and Auxiliary Equipment Manufacturing. Interested vendors must submit their proposals in writing, with the solicitation set to be issued on December 30, 2025. For further inquiries, potential offerors can contact Cindy Hunt at (804) 971-7217 or via email at cindy.hunt@dla.mil.
    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 qualified contractors 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 necessary for military operations. Proposals are due by January 30, 2026, 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.
    NIIN: 01-158-9678/ NOMEN: BLADE,ROTARY RUDDER
    Dept Of Defense
    The Department of Defense, through the NAVSUP Weapon Systems Support, is soliciting quotes for the repair of two critical BLADE, ROTARY RUDDER units, identified by NSN: 7R 1615 011589678 and Part Number: 70101-31000-046. This procurement is essential for restoring government-owned articles to operational condition and will be awarded under an existing Basic Ordering Agreement due to the sole-source nature of the requirement, which necessitates compliance with stringent quality and engineering standards. The contractor must adhere to military and commercial preservation and packaging standards, with a delivery period of 365 calendar days post-induction, and will be responsible for quality assurance in accordance with ISO 9001. Interested contractors should contact Kate N. Schalck at KATE.N.SCHALCK.CIV@US.NAVY.MIL for further details regarding the submission of quotes and compliance requirements.
    N0038326Q0038, NIIN 011618379, VALVE, MODULATING, EC
    Dept Of Defense
    The Department of Defense, through the NAVSUP Weapon Systems Support office, is soliciting a sole-source contract for the repair of a 'VALVE, MODULATING, EC' and a 'DAMPENER, VIBRATION' specifically for the MH-60R platform, with Sikorsky identified as the only responsible source. The procurement involves comprehensive evaluation, labor, materials, and parts necessary to restore government-owned articles to operational condition, adhering to ISO 9001 quality standards and specific packaging and marking requirements outlined in MIL-STD-2073-1 and MIL-STD-129. This opportunity is critical for maintaining the operational readiness of military aircraft systems. Interested parties can contact Jacob R. Wells at (215) 697-1227 or via email at JACOB.R.WELLS14.CIV@US.NAVY.MIL for further details, with the anticipated award date set for December 2025.
    49--SERVICING UNIT HYDR
    Dept Of Defense
    The Department of Defense, through the Defense Logistics Agency (DLA Aviation), is seeking quotes for the procurement of 23 units of the Servicing Unit Hydr, identified by NSN 4920015796399. This solicitation is part of a combined synopsis/solicitation process, and the approved source for this procurement is 7K419 9824. The Servicing Unit Hydr is crucial for maintenance and repair operations, ensuring the operational readiness of military equipment. Interested vendors must submit their quotes electronically, as hard copies of the solicitation are not available, and all inquiries should be directed to the buyer via email at DibbsBSM@dla.mil. The deadline for quote submission is 169 days after the award date.
    SPRRA1-25-R-0056/ TRAILING ARM ASSY
    Dept Of Defense
    The Defense Logistics Agency (DLA) Aviation at Huntsville, AL, is soliciting offers for a Firm Fixed Price Supply Contract for the Trailing Arm Assembly (NSN: 1620-01-147-4777), a Critical Safety Item (CSI) essential for the AH-64 Apache Weapon System. This procurement includes mandatory First Article Testing (FAT) and Production Lot Testing (PLT), with specific delivery schedules and inspection requirements at the origin, followed by acceptance at the destination. The contract is limited to The Boeing Company and Ontic Engineering and Manufacturing, Inc., and offers must be submitted by January 8, 2026, at 1:00 AM, with all amendments acknowledged to ensure consideration. Interested parties can contact Jessica Coleman at jessica.coleman@dla.mil or by phone at 256-938-0651 for further details.
    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.
    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.