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
    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
    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.
    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.
    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.
    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.
    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.
    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
    Temperature Regulating Valve Repair (Applicable to the TH-1HHelicopter Program)
    Dept Of Defense
    The Department of Defense, specifically the Department of the Air Force, is soliciting proposals for a firm-fixed-price contract to repair Temperature Regulating Valves (NSN 4820-00-931-2314GA) for the TH-1H Helicopter program. The contract encompasses a Basic Year and four one-year Ordering Periods, requiring the contractor to provide all necessary services, materials, and equipment for the repairs, which are critical for pilot training and combat search and rescue missions. The selected contractor must adhere to OEM specifications, maintain high-quality repair standards, and comply with various reporting and inventory management requirements, with the work to be performed at the contractor's facility in Warner Robins, Georgia. Interested parties should contact Teresa Smith at teresa.smith.16@us.af.mil or William D. Martin at william.martin.12@us.af.mil for further details.
    16--ACTUATOR ASSEMBLY, IN REPAIR/MODIFICATION OF
    Dept Of Defense
    The Department of Defense, specifically the Department of the Navy through NAVSUP Weapon Systems Support, is soliciting proposals for the repair and modification of actuator assemblies. This procurement involves the repair turnaround time (RTAT) for the actuator assemblies, which must be returned to a Ready for Issue (RFI) condition, ensuring they meet operational standards. The contractor will be responsible for all necessary repairs, testing, and inspections, with specific requirements outlined in the Statement of Work, including the prohibition of certain materials and the need for compliance with quality management standards. Interested contractors should submit their proposals, including pricing and RTAT estimates, to Liam Cunningham at 215-697-6525 or via email at LIAM.F.CUNNINGHAM2.CIV@US.NAVY.MIL.
    Remanufacture of B-1B Electro-Mechanical Actuator.
    Dept Of Defense
    The Department of Defense, through the United States Air Force, is seeking contractors for the remanufacture of B-1B Electro-Mechanical Actuators, which are critical components for aircraft yaw trim functionality. The procurement involves a firm-fixed-price, 5-year requirements contract that includes a 3-year basic period and a 2-year option, with an estimated annual requirement of 12 units. This initiative is vital for maintaining the operational readiness and safety of the B-1B aircraft fleet. Interested parties should note that the solicitation is expected to be released around December 31, 2025, and must direct inquiries to Jessica Vinyard or M. Ryan Churchwell via the provided email addresses. Offerors are required to comply with qualification requirements and submit a DD Form 2345 for technical data access.
    ACTUATOR,HYDRAULIC-
    Dept Of Defense
    The Department of Defense, specifically the Department of the Navy through NAVSUP Weapon Systems Support Mechanical, is soliciting quotations for the repair of hydraulic actuators under Solicitation N00104-25-Q-LD46. The procurement requires contractors to provide a Repair Turnaround Time (RTAT) of 365 days, with all repairs to be conducted in accordance with specified quality standards and documentation, including ISO9001 compliance. These hydraulic actuators are critical components used in various defense applications, emphasizing the importance of timely and quality repairs to maintain operational readiness. Interested contractors should submit their quotations, including pricing and RTAT, to Ashley Betlock at ASHLEY.H.BETLOCK.CIV@US.NAVY.MIL or by phone at 717-605-1028, with the deadline for submissions yet to be specified.
    FMS Repair Actuator-Electro-Me
    Dept Of Defense
    The Department of Defense, through the NAVSUP Weapon Systems Support, is seeking a sole source contractor for the repair of the Actuator-Electro-Me, identified by NSN 7R1680013145838 and part number 70550-28903-103. This procurement involves a critical safety item, with a total quantity of three units required, and is necessary due to the government's lack of sufficient data to engage alternative sources. Interested vendors must be aware that government source approval is required prior to award, and proposals must include all necessary documentation as outlined in the NAVSUP WSS Source Approval Brochure. For further inquiries, potential bidders can contact Lauren Phillips at lauren.n.phillips6.civ@us.navy.mil.
    Repair of B-1B Torque Motor
    Dept Of Defense
    The Department of Defense, through the Department of the Air Force, is soliciting proposals for the repair of B-1B Torque Motors, specifically National Stock Numbers 6105-01-232-8318 and 6105-01-232-8319. The procurement aims to secure comprehensive repair services, including provisions for "No Fault Found" items and additional work requirements, with a total estimated contract value of $4,149,750.00 over a base year and three option years. This contract is critical for maintaining the operational readiness of the B-1B aircraft, ensuring that essential components are serviced to meet military standards. Interested contractors must submit their proposals by January 30, 2026, and can direct inquiries to Amy Schmitz at amy.schmitz.1@us.af.mil or David Herrig at david.herrig.1@us.af.mil.
    ACTUATOR,ELECTRO-ME
    Dept Of Defense
    The Department of Defense, through the Defense Logistics Agency (DLA) Aviation at Oklahoma City, is soliciting proposals for the manufacture of an electro-mechanical actuator, designated as a Critical Safety Item (NSN: 3010-01-493-1637, PN: 1274M83P28). The procurement requires a total of 11 units, with a minimum delivery of 3 and a maximum of 17 units, to be delivered by January 1, 2026, to DLA Distribution Depot Oklahoma. This actuator is crucial for aircraft engine operations, emphasizing the importance of compliance with ISO 9001-2015 standards, IUID marking, and adherence to the Buy American Act. Interested vendors must submit their proposals by December 18, 2025, at 3:00 PM, and can contact Aric Harmon at aric.harmon.1@us.af.mil or James Headington at James.Headington.1@us.af.mil for further information.
    Overhaul of B-1 Electro-Mechanical Actuator NSN 1680015097158RK
    Dept Of Defense
    The Department of Defense, specifically the Department of the Air Force, is soliciting offers for the overhaul of B-1 Electro-Mechanical Actuators (NSN 1680015097158RK) under Solicitation Number FA8118-26-R-0002. This procurement involves a five-year, firm-fixed-price requirements contract, which includes a three-year basic period from 2025 to 2028 and two one-year option periods extending to 2030. The overhaul of these critical components is essential for maintaining the operational readiness and performance of the B-1 aircraft, which plays a vital role in national defense. Interested contractors must submit their proposals by the extended deadline of January 7, 2026, at 1:00 PM, and can direct inquiries to Merry Curry at merry.curry.1@us.af.mil or Jacqueline West at jacqueline.west@us.af.mil for further information.
    Actuator, Electro-Me
    Dept Of Defense
    The Department of Defense, through the Defense Logistics Agency, is soliciting proposals for the procurement of 38 units of the Electro-Mechanical Actuator, designated under NSN 1680-01-009-9089, primarily for use in the E-3 and KC-135 aircraft. This actuator, which weighs 7.44 pounds and is constructed from aluminum castings and steel milled parts, is critical for aircraft operations, featuring a design that encloses most working parts within its housing. Proposals are due by January 3, 2026, with an anticipated delivery schedule beginning April 6, 2027, and the total contract value is contingent upon appropriated funds. Interested vendors should direct inquiries to Chrissy Turnage at christine.turnage@us.af.mil.
    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.