Overhaul for AH-64 Apache: SWASHPLATE CONTROL
ID: W58RGZ-24-R-0052Type: 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

HELICOPTER ROTOR BLADES, DRIVE MECHANISMS AND COMPONENTS (1615)
Timeline
    Description

    The Department of Defense, specifically the Army Contracting Command, is soliciting proposals for the overhaul of swashplate controls for the AH-64 Apache helicopter, under solicitation number W58RGZ-24-R-0052. This procurement involves a five-year Firm Fixed Price (FFP) Indefinite Delivery Indefinite Quantity (IDIQ) contract, with a minimum order of 50 units and a maximum of 300 units, which includes provisions for Foreign Military Sales (FMS). The swashplate control is classified as a Critical Safety Item (CSI), underscoring the importance of compliance with stringent safety and performance standards throughout the overhaul process. Proposals are due by September 30, 2024, and interested parties can contact Tamesha Jordan at tamesha.d.jordan.civ@army.mil or Jessica Mangum at jessica.t.mangum.civ@army.mil for further information.

    Point(s) of Contact
    Files
    Title
    Posted
    This document outlines the packaging and preservation requirements for a specific government procurement involving the part number 7-311511101-25, known as "SWASHPLATE CONTROL." It specifies the responsibility for both reusable containers, indicating that some will be government-furnished while others are contractor-furnished. The document emphasizes compliance with relevant military and commercial standards, including MIL-STD-2073-1 and ASTM-D-3951, for preservation and packing. The appropriate packaging must adhere to ISPM-15 regulations to ensure all wood materials are compliant. It also includes various preservation codes, indicating the level of packaging required, and stresses the importance of proper markings as per MIL-STD-129. The overall focus of the document is to ensure that items are packaged securely and in compliance with federal specifications to maintain their integrity during transportation within government operations.
    The document outlines the Total Asset Visibility – Contractor (TAV-C) requirements for contractors supporting the Army Materiel Command’s Logistics Management Program. It emphasizes the need for contractors to accurately account for Government Furnished Equipment and property. Contractors must choose between the Defense Logistics Management Standards (DLMS) interface or the Army TAV-C Portal for data exchange and must meet specific qualifications, including computer system standards and security credentials, such as a Common Access Card or multi-factor authentication. Training requirements are mandatory before accessing the portal, where contractors must manage inventory through prescribed transactions. This system enhances accountability and oversight of Government property management, ultimately supporting Army readiness and compliance with audit findings. The document serves as a procedural guide for contractors to gain access to the TAV-C Portal, ensuring proper training and security measures while clarifying steps for both CAC-enabled and non-CAC users. It also highlights the necessary collaboration between contractors, Contracting Officer’s Representatives, and the User Account Managers to facilitate this access.
    The Army IT User Access Agreement outlines the responsibilities and security protocols for accessing U.S. Department of Defense (DoD) information systems. Users acknowledge that these systems are for authorized U.S. Government use only and consent to monitoring and interception of communications. Key points include the prohibition of unauthorized access, the expectation of no privacy in communications, and responsibilities for safeguarding information. Users are required to complete mandatory cybersecurity training and are informed that access privileges can be revoked for violating policies. The agreement specifies the correct processing of sensitive and classified information, detailing distinctions between the classified SIPRNet and unclassified NIPRNet systems. Minimum security requirements include proper use of technology and communications, reporting suspicious activities, and restrictions on political activities using Army resources. The document emphasizes the importance of adherence to legally established protocols and ethical conduct in utilizing IT resources. This agreement is crucial for maintaining the integrity and security of sensitive government information systems within the Army, aligning with broader federal RFP and grant compliance standards.
    The document is an approved attachment related to the solicitation W58RGZ24R0052, focusing on the procurement of a serialized item vital for SWASHPLATE CONTROL. It details specifications of the item, identified as SWASHPLATE CONTROL, with a National Stock Number (NSN) of 1615-01-325-7002 and a CAGE Code of 8V613. The order consists of 300 units, set to be delivered over a 60-month period, confirming a unit acquisition cost as-is. The attachment serves to support functions related to SWASHPLATE CONTROL, underlining the item’s importance in a specific operational context. The structured format includes solicitation information, item description, requisitioned quantities, and delivery timelines, providing essential data for federal procurement processes.
    This document outlines critical safety items and their specifications related to components provided by The Boeing Company, with an emphasis on items requiring engineering tests and serial numbers for tracking. The parts discussed include various assemblies such as swashplates and bearing assemblies, all designated as critical safety items. Each entry features details like part numbers, National Stock Numbers (NSN), and specific characteristics that must be monitored (e.g., conductivity and hardness). Approval dates and sources for replacement parts are noted, alongside whether these parts pertain to any critical safety protocols. The information reflects compliance with stringent requirements, highlighting the federal government's intent to ensure the reliability of essential components in aviation and defense applications. This document serves as an important reference for manufacturers and suppliers responding to government RFPs, emphasizing the necessity for quality assurance and adherence to safety standards in defense procurement.
    The provided document is a Contract Data Requirements List (CDRL) form pertaining to the management and reporting of Government Property (GP) inventory for the UH-60 Dampener system. The contractor is required to submit an initial inventory report within 365 days of receiving government-furnished property for overhaul, followed by annual updates. The form outlines various administrative requirements such as data item specifications, the submission process, and approval chains. Critical details include categories of data and pricing groups related to contracted work. Additionally, it specifies how to complete the form and guidelines for delineating the costs associated with data item submittals based on their relevance to the primary contracted tasks. Overall, this CDRL is essential for ensuring compliance, tracking inventory data, and facilitating efficient contract management within the framework of federal contracting processes.
    The DD FORM 1423-1 serves as a Contract Data Requirements List (CDRL) utilized by the Department of Defense to outline data item submissions required from contractors. The form encompasses various sections, including details about the contract, data items, and submission requirements. Key elements include designating whether the data item falls under Technical Data Packages, Technical Manuals, or other categories, and specifying the contractor's responsibilities regarding data inspection, acceptance, and delivery timelines. The form emphasizes the proper reporting procedure for shipping and packaging discrepancies, guiding contractors on the submission of Shipping Supply Discrepancy Reports, especially for items that were received incorrectly or inadequately packaged. Additionally, there are guidelines for the estimated pricing of data items associated with contractor efforts, classified into distinct price groups based on the necessity and essentiality of the data for contract performance. This structured approach aims to ensure compliance, clarity, and efficiency in data management and reporting, reflecting the Department of Defense’s commitment to maintaining high standards in contractual agreements and operational integrity.
    The DD Form 1423-1 serves as a Contract Data Requirements List (CDRL) for the U.S. Department of Defense, outlining necessary data items that contractors must submit under a specific contract. The form captures details such as contract line item numbers, data item titles, authorities, frequency of submission, and government distribution requirements. It emphasizes compliance with the Maintenance and Overhaul (M&O) Planning and submission protocols. Key points include the necessity for contractors to submit M&O plans electronically, approval timelines from the government, and requirements for any changes affecting Critical Safety Items. This document is pivotal in ensuring that contractors adhere to necessary bureaucratic standards for data submission, facilitating project oversight and quality assurance. Completion instructions for government personnel and contractors highlight the form's structure and detailed categorizations for different types of data items (e.g., Technical Data Packages, Technical Manuals). The document also outlines distinct price groupings related to data submissions, according to effort levels required by the government. Overall, the DD Form 1423-1 acts as a framework for structuring data deliverables within federal contracts, ensuring regulatory compliance, standardized reporting, and effective management of project-related information.
    The DD Form 1423-1 serves as the Contract Data Requirements List (CDRL) utilized by the Department of Defense for the submission and management of contract data items. It outlines specific data requirements for contractors, detailing sections such as contract information, titles of data items, submission dates, and compliance measures. The form emphasizes the necessity for contractors to deliver required data based on established schedules and mandates accurate data documentation aligned with the Army Maintenance Management System - Aviation (TAMMS-A). The document stipulates that discrepancies must be corrected within specified timeframes, and data submittal processes are linked to the Procurement Integrated Enterprise Environment (PIEE) and Wide Area Workflow (WAWF) systems. Contractors are informed about the pricing structure associated with different groups of data requirements and are encouraged to reach out to the contracting officer for any queries related to compliance to ensure adherence to government standards. This form is essential for regulated data exchange between the government and contractors, contributing to effective contract management and oversight within defense procurement activities.
    The document is a solicitation for a Request for Proposal (RFP) numbered W58RGZ-24-R-0052, issued by the Army Contracting Command for the maintenance and overhaul of Apache Attack Helicopter swashplate controls. The contract seeks a five-year Firm Fixed Price (FFP) Indefinite Delivery Indefinite Quantity (IDIQ) arrangement for a minimum of 50 and a maximum of 300 units, with provisions for Foreign Military Sales (FMS). The swashplate control is classified as a Critical Safety Item (CSI), necessitating strict compliance with applicable regulations. The offer must include a detailed overhaul plan and pricing for various quantities over specified ordering periods. Important documents related to the scope, pricing, and requirements are attached, including various contracting clauses and deadlines. Submissions are due by September 30, 2024. The contractor is responsible for ensuring that all components meet safety and performance standards, conducting Product Verification Audits (PVAs), and following specific packaging and shipping guidelines. This solicitation sets forth expectations for quality, compliance, and timely delivery to support the operational readiness of U.S. Army aviation assets.
    Lifecycle
    Title
    Type
    Similar Opportunities
    Swashplate Liner Replacement
    Active
    Dept Of Defense
    The Department of Defense, through the Army Contracting Command at the Corpus Christi Army Depot, is seeking sources for a service contract to replace liner bearings in the Non-Rotating Control Swash Plate (P/N 7-311527061) for the Rotor Control Branch. This procurement is critical for maintaining the operational reliability of military helicopters, specifically the AH-64, and involves adhering to stringent quality control standards and OEM guidelines. The contract is expected to span 12 months and may be set aside for small businesses, with responses due by 9:00 AM CST on September 20, 2024. Interested parties should submit their capabilities and contact information to Terry B. Clark at terry.b.clark4.civ@army.mil.
    Overhaul of the UH-60 SERVO, ROLL TRIM
    Active
    Dept Of Defense
    The Department of Defense, specifically the Department of the Army, is soliciting proposals for the overhaul and maintenance of the UH-60 Blackhawk Servo Roll Trim, a Critical Safety Item (CSI). The contract will be structured as a five-year, Firm-Fixed-Price (FFP) Indefinite Delivery Indefinite Quantity (IDIQ) agreement, with an estimated quantity range of 150 to 900 units, including foreign military sales. This procurement is crucial for ensuring the operational readiness and safety of military aviation systems, as the Servo Roll Trim is integral to the functionality of the UH-60 aircraft. Interested contractors must submit their proposals via email to the designated contacts, Reginald C. Burrell and Lindy L. Pinchon, with the understanding that the requirement is currently unfunded and subject to the availability of funds. The solicitation is expected to close on an estimated date, which may be adjusted based on the release of the solicitation documents.
    Swashplate, Controller
    Active
    Dept Of Defense
    The Department of Defense, through the Defense Logistics Agency, is seeking proposals for the procurement of 89 units of a Swashplate, Controller, with a National Stock Number (NSN) of 1650-00-798-6745, essential for the hydraulic motor used in B-52 aircraft. The Request for Proposal (RFP) is designated SPRTA1-24-R-0251, with an estimated issue date of September 27, 2024, and a closing date of October 28, 2024, requiring delivery by August 16, 2026. This acquisition is not set aside for small businesses, and interested firms are encouraged to contact the Original Equipment Manufacturer for data rights, as the government does not possess the necessary manufacturing data. For further inquiries, potential bidders can reach out to James Maynard at 405-855-3351 or via email at james.maynard.6@us.af.mil.
    Overhaul of the UH-60 ACTUATOR, ELECTROMEC
    Active
    Dept Of Defense
    The Department of Defense, specifically the Department of the Army, is seeking contractors for the overhaul of the UH-60 Blackhawk's Electromec Actuator, under a presolicitation notice. The contractor will be responsible for providing all necessary services, facilities, labor, parts, materials, equipment, tools, and data to accomplish the maintenance and overhaul of this critical aviation component, with an estimated quantity range of 120 to 720 units over a five-year period. This procurement is significant as the Electromec Actuator is classified as a Critical Safety Item, and only approved sources can perform the overhaul, with Kearfott Corporation and Sikorsky Aircraft Corporation currently recognized as such. Interested parties must submit their requests for solicitation via email to Reginald C. Burrell at reginald.c.burrell2.civ@army.mil, noting that the requirement is currently unfunded and the closing date for proposals is subject to change based on the solicitation release.
    Overhaul/Repair of TH-1H Dynamic Components
    Active
    Dept Of Defense
    The Department of Defense, specifically the Department of the Air Force, is soliciting proposals for the overhaul and repair of dynamic components for the TH-1H helicopter under solicitation number FA852424R0008. The primary objective is to ensure that critical safety items are overhauled in accordance with the original equipment manufacturer's standards, thereby maintaining the operational readiness of the U.S. Air Force's fleet for training and combat missions from FY25 to FY30. This procurement is vital for sustaining flight safety and operational integrity, as it involves essential components such as the Main Transmission Assembly and Tail Rotor Drive Quill Assembly. Proposals are due by September 26, 2024, at 4 PM EST, and interested contractors 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.
    Apache AH-64 Support Shock Strut
    Active
    Dept Of Defense
    The Department of Defense, specifically the Army Contracting Command at Redstone Arsenal, Alabama, is seeking bids for the Apache AH-64 Support Shock Strut under project W58RGZ-24-B-0039. This procurement involves the supply of aircraft landing gear components, which are critical for the operational readiness and maintenance of the Apache AH-64 helicopters. The bid submission deadline has been extended to September 30, 2024, allowing potential contractors additional time to prepare their proposals while ensuring compliance with all existing contractual obligations. Interested parties can reach out to Jessica Mangum at jessica.t.mangum.civ@army.mil or Shannon H Thompson at shannon.h.thompson4.civ@army.mil for further information.
    Overhaul/Repair of TH-1H Dynamic Components
    Active
    Dept Of Defense
    The Department of Defense, specifically the Department of the Air Force, is soliciting proposals for the overhaul and repair of TH-1H dynamic components under solicitation FA852424R0008 0003. This procurement involves various maintenance and reporting services, including inspections and quality assurance, with a focus on compliance with Item Unique Identification (IUID) standards and the submission of essential documentation such as Accident/Incident Reports and Counterfeit Prevention Plans. The services are critical for maintaining the operational readiness of military aviation assets, ensuring that helicopter components are effectively managed and maintained. Proposals are due by September 26, 2024, and interested contractors 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.
    Solicitation for the Overhaul of the Actuator, Electromechanical for the UH-60
    Active
    Dept Of Defense
    Sources Sought for the Overhaul of the Actuator, Electromec in support of the UH-60 Blackhawk. The Department of Defense, specifically the Department of the Army, is seeking sources for the overhaul of the Actuator, Electromec for the UH-60 Blackhawk helicopter. The Actuator, Electromec is a Critical Safety Item (CSI) and can only be worked on by approved sources, which are Kearfot Corporation (CAGE Code 05088) and Sikorsky Aircraft Corporation (CAGE Code 78286). Interested parties who have the capability to perform the overhaul should respond to this notice and provide their business size and socio-economic status. The estimated quantity range is a minimum of 60 each and a maximum of 360 each, including a Foreign Military Sales (FMS) quantity of 60. The response date is 21 November 2023. This announcement is for information and planning purposes only and does not constitute a Request for Proposal (RFP). Interested parties must be approved sources to work on this item. Submissions should be sent via email to Jason Howell, Contract Specialist, at jason.l.howell4.civ@army.mil.
    PITCH HORN ASSEMBLY / 40A, UH-60A, UH-60L, HH/UH-60M, UH-60V BLACK HAWK HELICOPTER
    Active
    Dept Of Defense
    The Department of Defense, through the Defense Logistics Agency (DLA Aviation), is seeking contractors for the procurement of Pitch Horn Assemblies for various models of the Black Hawk helicopter, specifically the UH-60A, UH-60L, HH/UH-60M, and UH-60V. This procurement involves an indefinite quantity contract (IQC) for a base period of five years, with an estimated annual quantity of 76 units, requiring first article testing and government production lot testing prior to delivery. The Pitch Horn Assembly is critical for the operational capabilities of the Black Hawk helicopters, and contractors must be certified by the Department of Defense to access the necessary technical data. Interested parties can find the solicitation on the DLA Internet Bid Board System (DIBBS) around September 13, 2024, and should direct any inquiries to Gladys Brown at gladys.brown@dla.mil or by phone at 804-279-1561.
    16 - FMS REPAIR - XMSN
    Active
    Dept Of Defense
    The Department of Defense, through the NAVSUP Weapon Systems Support office, is seeking a qualified contractor for a sole source requirement to repair a specific helicopter component, identified by NSN 7R 1615-015523522 and part number 70351-38100-049. This procurement is critical for maintaining operational readiness and ensuring the reliability of military aircraft, as the government lacks sufficient data to contract with sources other than the current supplier. Interested parties must be approved sources and are required to submit the necessary documentation as outlined in the NAVSUP WSS Source Approval Brochure, which can be accessed online. For further inquiries, potential contractors should contact Mrs. Dana L. Scott at dana.scott@navy.mil, with proposals due as specified in the solicitation documents.