Overhaul the UH-1N Main Rotor Hub Assembly
ID: FA8524-25-R-0005Type: Combined Synopsis/Solicitation
Overview

Buyer

DEPT OF DEFENSEDEPT OF THE AIR FORCEFA8524 AFSC PZAAAROBINS AFB, GA, 31098-1670, 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 U.S. Air Force, is seeking contractors to overhaul the UH-1N Main Rotor Hub Assembly, a critical component for military helicopters. The procurement involves comprehensive services including functional testing, inspection, and depot-level overhauls, ensuring the operational readiness of the UH-1N helicopters used for various mission types. This contract, structured as a Firm Fixed-Price Requirements agreement, spans one year with two optional years, and requires adherence to stringent quality control measures and delivery schedules. Interested parties must submit their proposals by March 28, 2025, and can contact Leigh Ann Taylor at leigh.taylor.3@us.af.mil or Jorja Chesnut at jorja.chesnut@us.af.mil for further information.

    Point(s) of Contact
    Files
    Title
    Posted
    This Performance Work Statement (PWS) outlines the requirements for the overhaul of the UH-1N Main Rotor Hub Assembly, aiming to ensure its serviceability for the United States Air Force (USAF). The contractor is responsible for performing functional testing, inspection, and depot-level overhauls of specified parts, including National Stock Number and Part Number components. The contract, structured as a Firm Fixed-Price Requirements agreement, spans one year with two additional optional years. It mandates delivery schedules, quality control measures, and the prompt resolution of any quality deficiency reports. The overhaul services are crucial for maintaining operational readiness of the UH-1N helicopters, which serve multiple mission types, including support for emergency evacuation and national security operations. To ensure compliance, the contractor must adhere to stringent reporting requirements and quality management standards, including maintaining Government property and a robust health and safety program. This document highlights the importance of effective oversight, reporting, and quality assurance processes in federal contracting, reflecting standard practices pertaining to RFPs and local/state government operations. The overall goal is to enhance aircraft performance and readiness through rigorous overhaul practices while upholding safety and compliance standards.
    This document outlines packaging requirements for military items, specifically in compliance with U.S. and international standards related to wood packaging materials (WPM). It is structured to cover the necessary specifications for constructing wooden pallets and containers used in global shipments, with emphasis on preventing invasive species, such as the pinewood nematode, through the use of debarked and heat-treated wood. The key requirements state that any wooden packing materials must be treated to 56°C for at least 30 minutes and certified by an accredited agency. The packaging must adhere to MIL-STD-2073-1 for military requirements and MIL-STD-129 for marking shipments, encompassing additional data such as serial numbers and OEM details. The organization responsible for these guidelines is the Air Force Materiel Command’s 406 Supply Chain Management Squadron, with packaging specialist Lorenda L. Martinez as the contact point. The document signifies a critical component in military logistics, ensuring compliance, safety, and standardization of packaging methods for international shipments. Adherence to these rules supports the governmental goal of mitigating environmental risks while facilitating efficient supply chain operations.
    The document outlines transportation and procurement protocols associated with a federal solicitation for transportation data initiated on December 5, 2024. It specifies that the purchases are to be shipped to DLA Distribution in Corpus Christi, Texas, with detailed shipping instructions and requirements. The text emphasizes the need for vendors to contact the DCMA Transportation Office for shipping instructions related to various F.O.B. (Free on Board) terms and provides essential contact information and logistics details for efficient processing. It includes multiple line items with distinct NSN numbers and corresponding shipping guidelines, encouraging vendors to secure necessary shipping information ahead of time to prevent delays and additional costs. Overall, the document serves as a comprehensive guide for vendors involved in government transportation contracts, ensuring compliance with federal regulations and facilitating the smooth execution of procurement processes.
    The document outlines the solicitation details for the procurement of Main Rotor Hub Assemblies under Solicitation Number FA852425R0005, dated January 16, 2025. It identifies two non-serially managed items, both classified as Main Rotor Hub Assemblies, listed under the same National Stock Number (NSN) 161501509974. The first item has a quantity of 62 units, while the second has a quantity of 3 units, each specified with relevant CAGE Codes and part numbers. It is indicated that these items are to be acquired without the need for modifications or changes in the unit acquisition cost. The purpose of this document is to facilitate the procurement process for military or government projects, ensuring compliance with federal regulations for specific equipment acquisition. Overall, the attachment serves as a formal request for proposals or bids related to sourcing these components.
    The document outlines the Source Qualification Statement for the repair and overhaul of the Main Rotor Hub Assembly for military helicopters, specifically Bell 205 and 212 models. It establishes qualification requirements for bidders wishing to become certified repair sources for this critical aviation component, which is designated as a Flight Safety Critical Part. Bidders must provide evidence of official certification as a Bell service center, along with detailed capabilities pertaining to their facilities, equipment, and quality assurance plans. Key requirements include possessing specific special tooling and passing quality standards, with a minimum of 75% of the work to be performed in-house. The document also provides an estimated cost of $6,000 for potential offerors to prepare a Source Approval Request, mainly attributed to the labor involved in substantiating technical capabilities. There are stipulations for alternate tooling/ equipment to be pre-approved and sourced materials must be of equivalent quality to original specifications. The overall purpose is to ensure safe and reliable maintenance of aviation components, with the oversight of the relevant government engineering authority. Any prior quality issues disqualify bidders, while previously approved companies are exempt from new qualification requirements.
    The document outlines the First Article Requirements for a federal contract dated 25 November 2024, specifying the procedures for the approval and testing of a First Article in compliance with various regulations (AFMCI 23-110, AFMCDAFI 20-102, and FAR Subpart 9.3). Each supplier must provide one unit for testing, which must be manufactured at the designated production facilities with proper certifications. A test plan demonstrating adherence to material and functionality specifications is required, along with a detailed technical report within a specified timeframe. The document emphasizes the importance of testing, outlining conditions for waiver only under specific circumstances, such as previous satisfactory performance. Additionally, it addresses the costs associated with testing, anticipated delivery timelines, and the disposition of First Articles (approved or disapproved). The document includes key contact information for responsible parties involved in the approval process, ensuring clarity regarding responsibilities for testing and reporting. Overall, this framework supports the government’s quality assurance standards in procurement, highlighting the structured processes necessary for ensuring military equipment meets established performance criteria.
    The government document provides an overview of various federal and state funding opportunities through Requests for Proposals (RFPs) and grants. Its main purpose is to inform potential applicants about the availability of financial resources to support diverse projects across multiple sectors. Key points include eligibility criteria, application processes, and specific project focus areas, such as infrastructure development, education, and community health initiatives. The document outlines the structure of the funding programs, detailing important dates, submission guidelines, and evaluation criteria used to assess proposals. It emphasizes the importance of alignment with federal or state priorities and underscores the need for detailed project proposals that demonstrate clear outcomes and community impact. Furthermore, the text highlights the benefits of engaging with the funding process, including potential partnerships and support available to applicants during their project planning and execution phases. This resource serves as a vital tool for organizations looking to navigate government RFPs and grants effectively, aimed at enhancing community development and addressing pressing social issues.
    This document is an amendment to solicitation FA8524-25-R-0005 concerning the procurement process for specific components associated with fixed and rotary wing aircraft maintenance. Issued by the U.S. Air Force at Robins Air Force Base, the amendment aims to clarify and enhance the solicitation with additional technical details, particularly regarding the retirement life of certain parts. The proposal due date has been extended to March 28, 2025, at 4:00 PM. The amendment includes updated data on the nomenclature and part numbers of critical components along with their respective current retirement life in hours, addressing operational compliance. The purpose of the amendment is to ensure clarity and completeness in the procurement process while retaining all other original terms and conditions of the solicitation. Overall, this document facilitates continuation of the procurement process in line with federal guidelines, reflecting standard practices within government RFPs and contracts.
    The document outlines a solicitation for the overhaul of main rotor hub assemblies for military aircraft under contract FA8524-25-R-0005. Issued by the United States Air Force, it sets a submission deadline of February 28, 2025, for offerors interested in providing services. The procurement is open to various business types, emphasizing opportunities for small businesses, including socioeconomic categories such as HUBZone and service-disabled veteran-owned firms. The contract includes requirements for quality assurance, inspections, and compliance with standards like ISO 9001-2015. A critical aspect is the necessity for the contractor to provide item unique identifiers (UID) for products valued over $5,000, ensuring traceability and accountability. The contract stipulates detailed delivery specifications, including quantities and shipping instructions, with an emphasis on timely execution. Moreover, a range of data deliverables is required, reinforcing the importance of asset visibility and project compliance. The structure of this solicitation reflects standard operating procedures within government contracting, aiming to promote transparency, competition, and efficiency in the procurement process for defense-related services and products.
    The document provides responses to queries related to life-limited parts for a federal procurement request (RFP FA8524-25-R-0005). It details the expected retirement lives in hours for various components, including MR Yoke, Trunnion, and multiple Drag Brace models, with retirement times varying from 3,000 to 25,000 hours. Particular emphasis is placed on parts with shorter life spans, such as the Pillow Block, which has no established retirement life. The document serves to clarify operational requirements for contractors regarding the lifespan of critical aircraft components, aiding in the planning and execution of procurement processes. The provision of this information aligns with government RFP practices, ensuring that all bidders understand the specifications for these components.
    Lifecycle
    Title
    Type
    Combined Synopsis/Solicitation
    Similar Opportunities
    Intent to Procure UH-1N Rotor Masts and TH-1H 90 Degree Gearboxes and 45 Degree gearboxes.
    Buyer not available
    The Department of Defense, through the Defense Logistics Agency at DLA Aviation in Warner Robins, GA, is seeking sources for the procurement of UH-1N rotor masts and TH-1H gearboxes, specifically the 90-degree and 45-degree variants. This procurement aims to support the maintenance and operational readiness of military helicopters, which are critical for various defense missions. Interested vendors are encouraged to reach out to the primary contact, Anthony Light, at anthony.light.2@us.af.mil, or the secondary contact, April Walls, at april.walls@us.af.mil, for further details regarding this sources sought notice.
    OVERHAUL OF THE UH-60 CYLINDER ASSEMBLY
    Buyer not available
    The Department of Defense, specifically the Department of the Army, is seeking contractors for the overhaul of the UH-60 cylinder assembly. This procurement aims to ensure the operational readiness and reliability of the UH-60 helicopter, which is critical for various military operations. The work will take place at Redstone Arsenal in Alabama, focusing on the manufacturing of aircraft hydraulic, vacuum, and de-icing system components. Interested parties can reach out to Brenda Nelson at brenda.nelson.civ@army.mil or by phone at 520-674-8588, or contact Lindy L. Pinchon at lindy.l.pinchon.civ@army.mil or 256-955-9304 for further details.
    TRUNNION DAMPER ROT
    Buyer not available
    The Department of Defense, through the Defense Logistics Agency (DLA Aviation), is seeking proposals for the procurement of Trunnion Damper Rot components for the AH-64-D Longbow Aircraft. The contract will cover an Indefinite Quantity Contract with an estimated annual requirement of 620 units over a five-year base period, with a delivery schedule of 350 days after receipt of order. This procurement is crucial for maintaining the operational readiness of the AH-64-D Longbow, a key asset in the U.S. Army's aviation capabilities. Interested vendors must submit their proposals by fax to (804) 279-4165, with the solicitation issue date set for February 7, 2025. For further inquiries, contact Renee Griffin at renee.griffin@dla.mil or by phone at 804-279-3379.
    Helicopter, CH-53E Super Stallion; FORWARD HOUSING
    Buyer not available
    The Department of Defense, through the Defense Logistics Agency (DLA Aviation), is seeking proposals for the procurement of 21 units of the CH-53E Super Stallion helicopter's forward housing, identified by NSN 2915-016700130. This procurement is classified as an unrestricted contract and is critical for maintaining the operational capabilities of military aviation, although it is not categorized as a Critical Safety Item. Interested vendors must submit their proposals to Jenier Mitchell via email by the solicitation issue date, expected on or about February 12, 2025, and are encouraged to utilize the DLA Internet Bid Board System for further details. Past performance will be evaluated as part of the selection process, and no paper copies of the solicitation will be provided.
    Head, Rotary Wing for the Apache AH-64
    Buyer not available
    The Department of Defense, specifically the Department of the Army, is soliciting proposals for the overhaul and maintenance of the Head, Rotary Wing for the Apache AH-64 helicopter. This procurement involves a Firm Fixed Price (FFP) Indefinite Delivery Indefinite Quantity (IDIQ) contract, focusing on the management of critical safety items and compliance with military standards throughout the overhaul process. The selected contractor will be responsible for delivering 360 units, ensuring adherence to safety regulations, quality standards, and detailed reporting requirements, with a significant emphasis on maintaining airworthiness and operational readiness. Interested contractors should contact Meagan M Melton or Jessica Mangum via email for further details and to ensure compliance with submission protocols.
    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.
    Cylinder Assembly, H
    Buyer not available
    The Department of Defense, through the Defense Logistics Agency (DLA Aviation), is seeking proposals for the procurement of Cylinder Assembly, H, specifically for the AH-64 Aircraft. This solicitation is for an Indefinite Quantity Contract with an estimated maximum order quantity of 32 units over a five-year base period, requiring delivery within 96 days after receipt of order. The items are critical for aircraft operations, and the procurement is classified under NAICS code 336413, focusing on Other Aircraft Parts and Auxiliary Equipment Manufacturing. Interested vendors must submit their proposals in writing by fax and are encouraged to download the Request for Proposal (RFP) from the DLA Internet Bid Board System, with the solicitation issue date set for February 19, 2025. For further inquiries, potential offerors can contact Cindy Hunt at (804) 971-7217 or via email at cindy.hunt@dla.mil.
    MAINTENANCE | C4N | HELICOPTER, H1
    Buyer not available
    The Department of Defense, through the Defense Logistics Agency (DLA Aviation), is seeking contractors for maintenance services related to the H1 helicopter. This procurement involves miscellaneous aircraft accessories and components, specifically under the PSC code 1680, to ensure the operational readiness and reliability of the helicopter fleet. The maintenance services are critical for sustaining military aviation capabilities and ensuring safety in operations. Interested parties can reach out to Ryan Loeffelholz at ryan.loeffelholz@dla.mil or call 804-279-1452 for further details regarding this presolicitation opportunity, which is set to take place in Richmond, Virginia.
    LANDING GEAR, FIXED / NSN 1620-01-623-9230 / UH-60 HELICOPTER
    Buyer not available
    The Department of Defense, through the Defense Logistics Agency (DLA Aviation), is seeking proposals for the procurement of landing gear components for the UH-60 helicopter, specifically identified by NSN 1620-01-623-9230. This presolicitation opportunity is set aside for small businesses, in accordance with FAR 19.5, and falls under the NAICS code 336413, which pertains to Other Aircraft Parts and Auxiliary Equipment Manufacturing. The landing gear is a critical component for the operational readiness and safety of military helicopters, underscoring its importance in defense logistics. Interested vendors should reach out to Chris Rose at CHRISTOPHER.ROSE@DLA.MIL or call 804-279-5920 for further details, while Jeremy Prince is available at Jeremy.Prince@dla.mil or 804-279-5994 for additional inquiries.
    FAN, AIRCRAFT, MATERIAL
    Buyer not available
    The Department of Defense, through the Defense Logistics Agency (DLA Aviation), is seeking proposals for the procurement of aircraft fans specifically for the H-60 Seahawk Helicopter. The contract will cover the supply of material identified by NSN: 1680-01-527-61091, with an estimated annual quantity of 72 units over a five-year base period, and a delivery schedule of 470 days after receipt of order. This procurement is classified as unrestricted and will be awarded based on a combination of price, past performance, and other evaluation factors as outlined in the solicitation. Interested vendors must submit their proposals by fax to (804) 279-4165, with the solicitation issue date set for February 7, 2025. For further inquiries, potential offerors can contact Renee Griffin at renee.griffin@dla.mil or by phone at 804-279-3379.