Repair of the TH-1H Electromechanical Linear Actuator
ID: FA852425R0007Type: Combined Synopsis/Solicitation
Overview

Buyer

DEPT OF DEFENSEDEPT OF THE AIR FORCEFA8524 AFSC PZAAAROBINS AFB, GA, 31098-1670, USA

NAICS

Electronic and Precision Equipment Repair and Maintenance (811210)

PSC

MAINT/REPAIR/REBUILD OF EQUIPMENT- AIRCRAFT COMPONENTS AND ACCESSORIES (J016)
Timeline
  1. 1
    Posted Apr 3, 2025, 12:00 AM UTC
  2. 2
    Updated Apr 3, 2025, 12:00 AM UTC
  3. 3
    Due May 5, 2025, 9:00 PM UTC
Description

The Department of Defense, specifically the Department of the Air Force, is seeking contractors for the repair of the TH-1H Electromechanical Linear Actuator, a critical component for the TH-1H aircraft used for training at Fort Novosel, Alabama. The contract involves inspection, testing, disassembly, and repair of the actuator, with a focus on adhering to the original manufacturer's design and quality standards, as this is a follow-on requirement to a previous contract with Globe Motors, Inc. Contractors will be responsible for maintaining accurate records of government-owned assets, complying with reporting requirements, and ensuring timely delivery of services to support military readiness. Interested parties should contact Carlton Maye Jr. at carlton.maye@us.af.mil or Leigh Ann Taylor at leigh.taylor.3@us.af.mil for further details.

Point(s) of Contact
Files
Title
Posted
Apr 3, 2025, 8:05 PM UTC
The Performance Work Statement (PWS) FD2060-25-00027 outlines the requirements for the repair of Electromechanical Linear Actuators used in the TH-1H helicopter program. The project aims to maintain a serviceable inventory, ensuring preparedness for training pilots in missions critical to U.S. military operations. The document specifies that all repairs must comply with the original manufacturer's design and quality standards, with strict performance thresholds such as timely delivery and minimum allowable failures. The contractor is responsible for managing government property and conducting repairs at their facility, adhering to safety and environmental standards. The scope includes comprehensive supply chain risk management to avert potential disruptions. Additional service requirements include the submission of detailed reports regarding asset visibility and compliance with DoD directives. Overall, the PWS emphasizes quality assurance, contract compliance, and the contractor’s obligation to uphold safety and operational effectiveness throughout the repair process, supporting continued military readiness and training efficiency.
Apr 3, 2025, 8:05 PM UTC
The document outlines the packaging requirements for military shipments under Purchase Instrument Number FD20602500027-00, specifically adhering to MIL-STD regulations and international phytosanitary measures. It emphasizes compliance with the United Nations' restrictions on Wood Packaging Material (WPM) to mitigate risks associated with invasive species like the pinewood nematode. All wooden materials used for packaging must be debarked and heat-treated to specific standards. The packaging must follow military standards and include proper labeling, including shipping container markings as outlined in MIL-STD-129. The document includes details for specific items, their preservation, and packaging levels, ensuring conformance with military logistical operations. The Packaging Specialist, Cedric E. Williams, is responsible for overseeing adherence to these requirements, reflecting a structured approach to military logistics within the context of government procurement and compliance. This emphasis on standardization and regulatory compliance is vital for maintaining ecosystem protection and operational effectiveness in military supply chains.
Apr 3, 2025, 8:05 PM UTC
The document outlines the federal government's transportation data and instructions for solicitations related to procurement under Purchase Instrument Number FD20602500027-00, initiated on February 20, 2025. It details the terms of F.O.B. (Free On Board) for shipments, emphasizing the need for vendors to contact the DCMA (Defense Contract Management Agency) Transportation Office before any shipping action. The transportation provisions are governed by specific FAR (Federal Acquisition Regulation) citations, aiming to ensure compliance with DOD regulations. It specifies the shipment details for multiple line items, all directed to the DLA Distribution Warner Robins in Georgia. For each line item, it includes shipping addresses, contact information, and operational instructions for obtaining shipping markings. Additionally, the document includes transportation funds information and the importance of timely communication with the DCMA, warning of potential additional costs for non-compliance. This summary serves as an essential guide for contractors involved in the procurement process, outlining their responsibilities regarding transportation logistics, compliance requirements, and contact protocols to facilitate effective and timely shipments.
Apr 3, 2025, 8:05 PM UTC
The CAV AF Reporting Requirements document outlines the responsibilities of contractors regarding the Commercial Asset Visibility (CAV AF) system, which tracks government-owned assets at contractor repair facilities. Contractors must maintain accurate records of these assets and report updates within one business day of any maintenance action. Training on CAV AF reporting can be requested from system administrators, and contractors must comply with specific cyber-awareness training and certification requirements. Among the key responsibilities, contractors must ensure all transactions are reported accurately, particularly those related to Nuclear Weapon Related Materiel (NWRM) and any discrepancies in shipment. The document also specifies that any assets not associated with active contracts must be reported as “Not-on-Contract,” addressing various scenarios involving discrepancies or management of government property. Compliance with the Department of Defense's forms and guidelines is emphasized throughout, underscoring the importance of timely and accurate reporting. The document serves as essential guidance for contractors to fulfill their obligations effectively, ensuring accountability in government asset management.
Apr 3, 2025, 8:05 PM UTC
The System Authorization Access Request (SAAR) form is a critical document utilized by the Department of Defense (DoD) to manage access requests to its systems and information. It ensures the validation of individuals' trustworthiness, collecting personal identifiers such as names, organizations, citizenship status, and job titles. The form is divided into four parts: Part I is completed by the requestor, detailing personal information and access needs; Part II requires endorsement from a supervisor, justifying access and specifying the type of access required; Part III involves security verification from an Information Assurance Officer to confirm the user's background clearance; and Part IV is reserved for authorized staff to process account information. The SAAR form must be securely filed for one year following user account termination, and unauthorized disclosure of its contents is strictly prohibited. This structured approach demonstrates the DoD's emphasis on security, compliance, and the necessity for accountability in managing access to sensitive information, reflecting best practices in government oversight and risk management.
Apr 3, 2025, 8:05 PM UTC
The file outlines the Contract Data Requirements List for the TH-1H Weapon System under contract number FD20602500027. It includes data item requirements that the contractor must adhere to, such as the Commercial Asset Visibility Reporting, Government Property Inventory Report, Contract Depot Maintenance Production Reports, and several others. Each data item specifies submission formats, frequencies, and authorities, emphasizing the need for timely electronic reporting using designated systems like CAV AF. The requirements detail submission timelines, with some requiring daily reporting, while others necessitate weekly, monthly, or annual submissions. The document also explains the process for obtaining necessary approvals and the distribution statements for each report. Furthermore, it underscores the significance of maintaining accurate and current records in compliance with government regulations to ascertain production status and manage government property effectively. Overall, this document serves as a comprehensive guideline for contractors to fulfill reporting obligations relevant to the management and tracking of government contracts, ensuring accountability and compliance in federal operations. The systematic approach depicted reflects the structured nature of government RFPs, emphasizing data management in defense-related projects.
Lifecycle
Title
Type
Combined Synopsis/Solicitation
Similar Opportunities
30--ACTUATOR,HYDRAULIC-, IN REPAIR/MODIFICATION OF
Buyer not available
The Department of Defense, specifically the Department of the Navy through NAVSUP Weapon Systems Support Mechanicsburg, is soliciting proposals for the repair and modification of hydraulic actuators. This procurement aims to ensure the operational readiness of critical components used in military applications, emphasizing the need for high-quality repair services that adhere to strict military standards. The contract will require vendors to provide a firm-fixed price quote for the complete repair effort, including teardown and evaluation, with a turnaround time of 139 days. Interested contractors should contact Kaitlyn T. Mounts at 717-605-5937 or via email at kaitlyn.t.mounts.civ@us.navy.mil for further details and to submit their proposals.
Re-manufacture of B-1B Electro-Mechanical Actuator
Buyer not available
The Department of Defense, through the Air Force Sustainment Center at Tinker AFB, is seeking contractors for the re-manufacture of the B-1B Electro-Mechanical Actuator, which is critical for operating valves that control the hydraulically operated speed brakes of the aircraft. The procurement involves comprehensive services including disassembly, cleaning, inspection, maintenance, re-assembly, testing, and finishing to restore the actuators to like-new condition. This firm fixed price requirements contract is anticipated to last five years, comprising a three-year base period with two one-year options, and requires delivery of two units every 45 days, with an estimated quantity of eight units annually. Interested vendors must submit a Source Approval Request if unqualified, and technical data requests during the pre-solicitation phase should be directed to the provided email contacts. The solicitation is expected to be issued around April 17, 2025, with responses due by May 17, 2025; for further inquiries, contact Cliff Morgan or Matthew Tonay via their respective emails.
ACRUATOR,HYDRAULIC,
Buyer not available
The Department of Defense, specifically the Department of the Navy through NAVSUP Weapon Systems Support, is seeking contractors to provide repair services for hydraulic actuators under a firm fixed-price contract. The procurement involves the overhaul, upgrade, and testing of hydraulic actuators, ensuring they meet specified military standards and are returned to a Ready for Issue (RFI) condition. These components are critical for aircraft operations, emphasizing the importance of reliability and compliance with stringent quality assurance protocols. Interested contractors can reach out to Sophia Noel at 215-697-4313 or via email at SOPHIA.J.NOEL.CIV@US.NAVY.MIL for further details on the solicitation process.
16--ACTUATOR,ELECTRO-ME, IN REPAIR/MODIFICATION OF
Buyer not available
The Department of Defense, specifically the Department of the Navy through NAVSUP Weapon Systems Support, is soliciting proposals for the repair and modification of electro-mechanical actuators under the title "16--ACTUATOR, ELECTRO-ME, IN REPAIR/MODIFICATION OF." The procurement requires contractors to provide a firm-fixed price or time and materials pricing for the repair of the actuator, ensuring that all work meets specified quality and inspection standards. These actuators are critical components in various military applications, necessitating reliable performance and adherence to stringent repair protocols. Interested contractors should direct inquiries to Elise M. Anzini at 215-697-3967 or via email at ELISE.M.ANZINI.CIV@US.NAVY.MIL, with proposals due as specified in the solicitation documents.
16--ACTUATOR,MECHANICAL, IN REPAIR/MODIFICATION OF
Buyer not available
The Department of Defense, specifically the Department of the Navy through NAVSUP Weapon Systems Support, is soliciting proposals for the repair and modification of mechanical actuators under the title "16--ACTUATOR, MECHANICAL, IN REPAIR/MODIFICATION OF." The procurement involves comprehensive repair, testing, and inspection services to restore these components to a Ready for Issue (RFI) condition, ensuring they meet operational standards. These mechanical actuators are critical components used in various aircraft systems, highlighting the importance of maintaining their functionality for military operations. Interested contractors can reach out to Elise M. Anzini at 215-697-3967 or via email at ELISE.M.ANZINI.CIV@US.NAVY.MIL for further details, with specific terms and conditions outlined in the solicitation documents.
16--ACTUATOR,MECHANICAL, IN REPAIR/MODIFICATION OF
Buyer not available
The Department of Defense, specifically the Department of the Navy through NAVSUP Weapon Systems Support, is soliciting proposals for the repair and modification of mechanical actuators under the title "16--ACTUATOR, MECHANICAL, IN REPAIR/MODIFICATION OF." This procurement aims to restore these critical components to a Ready for Issue (RFI) condition, ensuring their operational reliability in military applications. The contract will be awarded based on non-price factors such as capacity, delivery, and past performance, with a required repair turnaround time of 90 days after asset receipt. Interested contractors must submit their proposals, including relevant past performance references, by the specified deadline, and can direct inquiries to Patrick Horan at patrick.j.horan23.civ@us.navy.mil or by phone at 215-697-0275.
30--ACTUATOR,HYDRAULIC-, IN REPAIR/MODIFICATION OF
Buyer not available
The Department of Defense, specifically the Department of the Navy through NAVSUP Weapon Systems Support, is seeking contractors for the repair and modification of hydraulic actuators. This procurement involves the unique identification and valuation of items, adherence to higher-level contract quality requirements, and compliance with various regulations, including those related to the transportation of supplies and safeguarding sensitive materials. The hydraulic actuators are critical components used in various defense applications, emphasizing the importance of reliability and quality in their repair. Interested parties can reach out to Rebecca Jordan at 215-697-2922 or via email at REBECCA.JORDAN@NAVY.MIL for further details regarding the solicitation process.
Sources Sought Synopsis - UH-1N ELECTRO-ME Actuators (NSN 1680-01-492-1130GA; P/N LA11A2119-1)
Buyer not available
The Department of Defense, through the Defense Logistics Agency (DLA) Aviation at Warner Robins, GA, is conducting market research to identify potential sources capable of producing the UH-1N ELECTRO-ME Actuators, specifically NSN 1680-01-492-1130GA and P/N LA11A2119-1. These electromechanical actuators are critical components used in the Air Management System (AMS) to manage airflow to engine power sections and exhaust gases. The DLA intends to award a contract based on Full and Open Competition, with interested parties encouraged to express their interest and capabilities by April 24, 2025, by contacting Robert Berg at robert.berg.9@us.af.mil. This announcement serves as a Sources Sought Synopsis for informational purposes only and does not constitute a solicitation or commitment by the government.
B-1 Torque Motors
Buyer not available
The Department of Defense, specifically the Department of the Air Force, is seeking potential sources for the repair of B-1 torque motors utilized in military aircraft, as outlined in a Sources Sought Synopsis. The contractor will be responsible for providing all necessary labor, materials, facilities, and equipment to accomplish repair, testing, preservation, and packaging, while also managing supply chain logistics and forecasting for parts. This procurement is critical for maintaining operational readiness and safety of military aircraft, with specific estimated repair requirements for various part numbers and National Stock Numbers (NSNs) detailed in the opportunity. Interested vendors, including small and veteran-owned businesses, are encouraged to submit their business information and inquiries to the designated contacts, with no current solicitations available and a focus on gathering market research for future acquisition strategies.
17--ACTUATOR,ASSY,CROV,, IN REPAIR/MODIFICATION OF
Buyer not available
The Department of Defense, specifically the Department of the Navy through NAVSUP Weapon Systems Support, is soliciting proposals for the repair and modification of an actuator assembly (NSN: 1710-01-648-5009, P/N: 2056AS0305-2). The procurement aims to ensure the repair of flight-critical components that are essential for aircraft launch and recovery systems, emphasizing the need for strict adherence to quality and engineering standards. Interested contractors must submit their quotes via email to Brian Emde by the specified deadline and are required to provide comprehensive documentation for source approval if they are not already an approved supplier. For further inquiries, potential bidders can contact Brian Emde at 215-697-4313 or via email at BRIAN.J.EMDE.CIV@US.NAVY.MIL.