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 at Redstone Arsenal, 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 encompasses a two-year Indefinite Delivery Indefinite Quantity (IDIQ) arrangement, focusing on the overhaul and repair of NIUs, including services for both U.S. and Foreign Military Sales, while adhering to strict quality standards. The procurement is limited to Mission Systems Davenport, Inc. and The Boeing Company due to the unavailability of technical data, with proposals due electronically by December 9, 2025, and the bid opening scheduled for December 10, 2025, at 1:30 PM CST. Interested parties should direct inquiries to Meagan M Melton or Jessica Mangum via their respective email addresses for further information.

    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.
    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
    Overhaul of Dynamic Components on the UH-1N Helicopters
    Buyer not available
    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 under solicitation FA8524-26-R-0002. The procurement involves comprehensive services for critical safety items, including Swashplate and Support Assemblies, Scissors and Sleeve Assemblies, Main Rotor Mast Assemblies, and Tail Rotor Hub Assemblies, with a focus on quality assurance and adherence to strict delivery schedules. This contract is vital for maintaining the operational readiness and safety of military helicopters, ensuring that all components meet rigorous standards. Proposals are due by December 14, 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.
    Apache AH-64 Composite Main Rotor Blade
    Buyer not available
    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.
    Solicitation - Overhaul of the Stage 1 Nozzle for the T700 Engine
    Buyer not available
    The Department of Defense, specifically the Army Contracting Command at Redstone Arsenal, is soliciting bids for the overhaul of Stage 1 Nozzles for the T700 Engine under solicitation number W58RGZ-25-B-0012. The contract is a five-year Firm-Fixed-Price (FFP) Indefinite Delivery Indefinite Quantity (IDIQ) agreement, requiring contractors to provide all necessary services, labor, materials, and equipment to accomplish the overhaul, with an estimated quantity range of 85 to 702 units, including a Foreign Military Sales component. This procurement is critical for maintaining the operational readiness of military aircraft, and bidders must comply with specific military standards and submit their bids electronically by the extended deadline of December 8, 2025, at 3:00 PM (CST). For further inquiries, interested parties can contact Andrew E. Cameron or Lindy L. Pinchon via their provided email addresses.
    Repair of Transmission Assemblies Applicable to the UH-1N Helicopters
    Buyer not available
    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 five-year, Firm Fixed Price Requirements contract, requiring offerors to be Bell certified OEM, Air Force qualified, or possess an approved Source Approval Request (SAR). The services are critical for maintaining operational readiness of military helicopters, ensuring they meet stringent quality and safety standards. Proposals are now due by December 14, 2025, at 3:00 PM EST, and interested parties should direct inquiries to Leigh Ann Taylor at leigh.taylor.3@us.af.mil or Jessica Cobb at jessica.cobb.3@us.af.mil.
    N0038326Q0038, NIIN 011618379, VALVE, MODULATING, EC
    Buyer not available
    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.
    FIRE DETECTION SYSTEM SENSING ELEMENT / E2A, AH-64E APACHE HELICOPTER
    Buyer not available
    The Department of Defense, through the Defense Logistics Agency (DLA Aviation), is seeking proposals for the procurement of a Fire Detection System Sensing Element for the AH-64E Apache Helicopter. This opportunity is a Total Small Business Set-Aside and involves an indefinite quantity contract (IQC) with a base period of five years, requiring an estimated annual quantity of 40 units, with delivery expected 365 days after order placement. The selected contractor will be responsible for providing critical components essential for aircraft safety, with inspection and acceptance occurring at the origin and FOB at destination. Interested parties should contact Gladys Brown at gladys.brown@dla.mil or 445-737-4113 for further details, and the solicitation is anticipated to be issued on or about November 18, 2025, available via the DLA Internet Bid Board System (DIBBS).
    NIINs to N00383-21-G-YJ01
    Buyer not available
    The Department of Defense, through the NAVSUP Weapon Systems Support office, is seeking to procure repair services for specific aircraft components from the Bell Boeing Joint Project Office on a sole source basis. The procurement involves the repair of items listed in Attachment A, including PRGB ASSY LH, PRGB ASSY RH, and ELECTRONIC COMPONENTS, with a focus on ensuring the availability of critical aircraft parts for operational readiness. The estimated quantities for these components are one unit each for year 5, with a repair turnaround time of 110 days, and the total funding for the repairs is projected at $2,523,394.00. Interested parties must submit their capability statements to Jake Kucowski at jake.kucowski.civ@us.navy.mil within 15 days of the notice publication, as this opportunity is not a request for competitive proposals and requires source approval.
    Pre-Solicitation Synopsis for the Overhaul of the Computer Subassembly for the UH-60 Black Hawk
    Buyer not available
    The Department of Defense, specifically the Department of the Army, is seeking contractors for the overhaul of the Computer Subassembly for the UH-60 Black Hawk. The procurement involves furnishing all necessary services, facilities, labor, parts, materials, equipment, tools, and data to accomplish the overhaul of the specified assets, with an estimated quantity range of 5 to 54 units, including a Foreign Military Sales quantity of 9. This contract will be a five-year, Firm-Fixed-Price Indefinite Delivery Indefinite Quantity (IDIQ) type, and it is important to note that the items are not commercial and FAR Part 12 will not be utilized. Interested contractors must submit their capabilities statements and proposals via email to Andrew E. Cameron, as no telephone requests will be accepted, and the procurement is currently unfunded with the award pending receipt of sufficient funds.
    BALL SCREW ASSEMBLY / 40A, UH-60A, UH-60L, HH/UH-60M, UH-60V BLACK HAWK HELICOPTER
    Buyer not available
    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.
    NIIN: 01-158-9678/ NOMEN: BLADE,ROTARY RUDDER
    Buyer not available
    The Department of Defense, specifically the NAVSUP Weapon Systems Support, is seeking to procure the repair of a rotary rudder blade (P/N: 70101-31000-046, NSN: 7R 1615 011589678) on a sole source basis from Sikorsky. The procurement involves two units and is classified under NAICS code 336413, focusing on the manufacturing of other aircraft parts and auxiliary equipment. This repair is critical for maintaining operational readiness and safety of naval aircraft, and the government anticipates issuing the award under the existing Basic Ordering Agreement (BOA) N0038322GY601. Interested parties must submit their capability statements to Kate N. Schalck at kate.n.schalck.civ@us.navy.mil within 35 days of this notice, as this opportunity is not set aside for small businesses and will not wait for Source Approval Requests.