AGE Helicopter Jack Repair
ID: FA940124Q0031Type: Combined Synopsis/Solicitation
Overview

Buyer

DEPT OF DEFENSEDEPT OF THE AIR FORCEFA9401 377 MSG PKKIRTLAND AFB, NM, 87117-0001, USA

NAICS

Commercial and Industrial Machinery and Equipment (except Automotive and Electronic) Repair and Maintenance (811310)

PSC

MAINT/REPAIR/REBUILD OF EQUIPMENT- MAINTENANCE AND REPAIR SHOP EQUIPMENT (J049)

Set Aside

Total Small Business Set-Aside (FAR 19.5) (SBA)
Timeline
    Description

    The Department of Defense, specifically the Department of the Air Force, is soliciting proposals for the repair of helicopter jacks under the contract titled "AGE Helicopter Jack Repair" at Holloman Air Force Base in New Mexico. The procurement involves comprehensive diagnostic and repair services for 12 HH-60 helicopter jacks, requiring the contractor to manage all project aspects, including disassembly, parts replacement, and compliance with technical specifications. This contract is crucial for maintaining operational readiness and ensuring the safety and functionality of military equipment. Interested small businesses must submit their proposals by September 18, 2024, and can contact Zachary Laurenz at zachary.laurenz.1@us.af.mil or Heather Shepard at heather.shepard.5@us.af.mil for further information.

    Point(s) of Contact
    Files
    Title
    Posted
    The document outlines a Statement of Work (SOW) for the repair of 12 HH-60 helicopter jacks, which face numerous issues beyond military supply channels. This non-personnel services contract includes diagnostic and repair services, requiring the contractor to manage all aspects of the project, including personnel, equipment, and necessary materials, while adhering to specified standards. The primary objective is to conduct thorough diagnostics and repairs on the jacks, culminating in detailed reports for each unit. The contractor is responsible for disassembly, parts replacement, and certification of jacks, ensuring compliance with Technical Order 35A2-2-36-21. The contractor must coordinate with the Contracting Officer for any necessary repair actions and must provide timely reports following the diagnostics and repairs for each group of jacks sent. Furthermore, the contractor will manage the shipping and reconditioning process, ensuring proper precautions are taken to prevent damage during transit. Overall, the SOW emphasizes the importance of detailed reporting, adherence to technical specifications, and timely communication to facilitate effective equipment maintenance for the 58th Maintenance Squadron.
    The document outlines various aspects related to federal and state/local Requests for Proposals (RFPs) and grants. It offers insights into the submission processes, compliance requirements, and project expectations. Key areas include the assessment of existing conditions, adherence to safety regulations, and the need for detailed planning in improvements and upgrades to facilities and structures. Emphasizing health and safety standards, the document highlights the importance of proper handling of hazardous materials and the necessity of conducting environmental surveys prior to alterations. It reflects the government’s commitment to ensuring safety and compliance in funded projects while encouraging organizations to follow comprehensive guidelines throughout the proposal and implementation phases.
    The Department of the Air Force is soliciting proposals for the "58 MXS Aircraft Jack Rebuild" project (Solicitation Number: FA9401-24-Q-0031) through a Request for Quotation (RFQ) aimed specifically at small businesses. The deadline for responses is set for 18 September 2024. The awarded contract will focus on the diagnostics and repair of helicopter jacks as detailed in the attached Statement of Work (SOW) dated 1 August 2024. Vendors must submit a technical plan and pricing according to a specified schedule of services in Appendix A, with all submissions adhering to outlined requirements. The award process will follow a Lowest Price Technically Acceptable evaluation method, emphasizing technical capability alongside price evaluations. Vendors should be registered in the System for Award Management (SAM.gov) to qualify for consideration. Additionally, the solicitation involves considerations pertaining to the New Mexico Gross Receipts Tax. The document contains extensive clauses from the Federal Acquisition Regulation and Defense Federal Acquisition Regulation that govern the contracting process, ensuring compliance and protecting government interests throughout the procurement. Overall, this reflects a structured approach to acquiring specialized repair services while promoting small business participation.
    The solicitation FA940124Q0031 pertains to a new requirement for helicopter jack repair services. The contractor will carry out diagnostics and repairs at their facility, where the jacks will be delivered for this purpose. Accompanying the request is a separate attachment that includes pictures of the jacks needing repair, as specified in the Statement of Work. This RFP indicates a fresh contract opportunity, with no previous or incumbent contracts related to this specific service. The clarification emphasizes logistical considerations for contract execution and equipped facilities to manage the repair tasks effectively.
    Lifecycle
    Title
    Type
    Combined Synopsis/Solicitation
    Similar Opportunities
    HH-60W Ux Validator II Test Set Repair
    Active
    Dept Of Defense
    The Department of Defense, specifically the Air Force Life Cycle Management Center, is seeking proposals for the repair and refurbishment of the Ux Validator II Test Set and associated equipment to support the HH-60W helicopter. The procurement aims to ensure the operational readiness and availability of critical test sets used for aircraft maintenance, which are essential for verifying the functionality of various aircraft systems and components. This long-term contract is structured as a ten-year agreement, including a base year and nine optional years, with an estimated quantity of 24 units per year and a required delivery timeframe of 12 months after receipt of funded orders. Proposals are due by 5:00 PM EDT on October 3, 2025, and interested parties should contact Dominique Doyle at Dominique.doyle@us.af.mil or Hillary Souther at Hillary.souther@us.af.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.
    Overhaul/Repair of TH-1H Dynamic Components
    Active
    Dept Of Defense
    The U.S. Air Force seeks proposals for the overhaul and repair of dynamic components vital to the operation of TH-1H helicopters, ensuring the fleet's availability for pilot training and mission readiness. This extended solicitation, now due on September 26, 2024, emphasizes OEM-certified services for critical parts and adherence to strict quality and delivery standards. A range of associated files details the requirements for this project, focusing on efficient procurement and delivery processes, stringent standards for parts and packaging, and comprehensive maintenance and support services. The Air Force requires comprehensive solutions for several key projects, including cybersecurity enhancements, large-scale language model development, data storage improvements, drone-based surveillance systems, disaster response enhancements, smart city infrastructure development, and digital transformation consulting. These projects aim to upgrade the government's capabilities across various domains, leveraging technology and innovation. Contractors interested in bidding for these opportunities should review the detailed files accompanying this solicitation, which outline specific requirements, delivery schedules, and evaluation criteria.
    17--JACK,HYDRAULIC,TRIP
    Active
    Dept Of Defense
    The Department of Defense, specifically the Department of the Navy through NAVSUP Weapon Systems Support, is soliciting proposals for the procurement of hydraulic jacks. The requirement includes the provision of jacks that meet specific inspection and acceptance criteria, including a test report detailing non-destructive inspection results for welds, with defective welds necessitating replacement rather than re-welding. These hydraulic jacks are critical for aircraft ground servicing operations, ensuring safety and efficiency in maintenance tasks. Interested vendors can reach out to Liem M. Phan at 215-697-5722 or via email at liem.m.phan@navy.mil for further details regarding the solicitation process.
    Overhaul for AH-64 Apache: SWASHPLATE CONTROL
    Active
    Dept Of Defense
    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.
    Repair and Overhaul Rescue Hoist Assembly
    Active
    Homeland Security, Department Of
    The Department of Homeland Security, specifically the U.S. Coast Guard's Aviation Logistics Center, is seeking proposals for the repair and overhaul of the Rescue Hoist Assembly under solicitation number 70Z03824RJ0000006. The contract will be awarded on a sole source basis to the Original Equipment Manufacturer, Goodrich Corporation, and will encompass a one-year base period with four optional one-year extensions, totaling a maximum of five years. This procurement is critical for maintaining the operational readiness and safety of U.S. Coast Guard aircraft, ensuring that all repairs meet stringent FAA guidelines and quality assurance standards. Interested parties must submit their proposals by December 3, 2024, at 2:00 PM Eastern Time, and can direct inquiries to Nicholas Woolard or Cariss Perry via the provided email addresses.
    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.
    NSN 1680-01-158-9662, PUSH ROD ASSEMBLY, WSDC: 24F, HELICOPTER, HH-60 ALL VARIATIONS PAV
    Active
    Dept Of Defense
    The US Department of Defense, through the Defense Logistics Agency, is seeking small businesses to manufacture and supply push rod assemblies for helicopter variations of the HH-60 model. These components are essential for ensuring the proper function of the aircraft's mechanisms and are currently manufactured by three different companies. The procurement process will result in an Indefinite Quantity Contract for a five-year base period, offering a significant opportunity for successful small business contractors. The expected annual quantity is 44 push rod assemblies, with deliveries expected within a detailed timeline involving testing and approval processes. To access the full details and respond to this opportunity, potential contractors should visit the DLA Internet Bid Board System (DIBBS) around August 22, 2024, where the official solicitation will be available. Contact Tatjana Vaughan at Tatjana.vaughan@dla.mil or via phone at 8042792727 for any clarification.
    Air Park Painting
    Active
    Dept Of Defense
    The Department of Defense, through the Department of the Air Force, is soliciting quotations for the "Air Park Painting" project at Holloman Air Force Base in New Mexico. The primary objective is to remove existing paint and repaint two static aircraft displays, specifically the HH-3E and UH-1, in accordance with historical specifications outlined in the Statement of Work. This project is crucial for maintaining the visual integrity and operational readiness of the aircraft, which serve as important historical displays. Interested small businesses must submit their quotes by August 28, 2024, and are encouraged to contact SSgt Alexander Ramsower at alexander.ramsower@us.af.mil or 505-846-6673 for further details. A site visit is scheduled for September 11, 2024, to facilitate contractor understanding of the requirements.
    FA811824R0044 Overhaul of B-2/B-52 Hydraulic Drive Unit, Common Strategic Rotary Launcher (CSRL) power drive unit (PDU), NSN: 1650-01-276-4376, P/N 741322E
    Active
    Dept Of Defense
    The Department of Defense, specifically the Department of the Air Force, is seeking proposals for the overhaul of the B-2/B-52 Hydraulic Drive Unit, known as the Common Strategic Rotary Launcher (CSRL) Power Drive Unit (PDU), under solicitation FA811824R0044. The procurement involves comprehensive services including disassembly, inspection, rehabilitation, and testing of the hydraulic drive unit, with a focus on maintaining operational readiness for critical military assets. This contract is vital for ensuring the functionality of strategic defense systems, with a firm-fixed-price structure over a ten-year period, including five one-year options. Interested contractors must submit their proposals by September 30, 2024, and can direct inquiries to Jacqueline West at jacqueline.west@us.af.mil or Shirley V. Harmon at Shirley.Harmon.1@us.af.mil for further assistance.