Apache AH-64 Composite Main Rotor Blade
ID: W58RGZ-25-R-0071Type: 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 Department of the Army, is soliciting proposals for a five-year Firm Fixed Price (FFP) Indefinite Delivery Indefinite Quantity (IDIQ) contract focused on the Maintenance and Overhaul (M&O) of Apache AH-64 Composite Main Rotor Blades (CMRB). This procurement aims to ensure the operational readiness and safety of the Apache helicopter fleet by providing necessary upgrades, repairs, and compliance with stringent quality standards, as CMRBs are classified as Critical Safety Items (CSI). Proposals must be submitted electronically by March 11, 2026, at 3:00 PM CST, and interested parties can reach out to primary contact Meagan M Melton at meagan.m.melton.civ@army.mil or secondary contact Jessica Mangum at jessica.t.mangum.civ@army.mil for further information.

    Point(s) of Contact
    Files
    Title
    Posted
    The provided documents outline M&O packaging requirements for Composite Main Rotor Blades (Part Number: 7-5R0430100-XXX, NSN: 1615-01-690-XXXX), specifying detailed packaging, preservation, and marking instructions. Key requirements include adherence to MIL-STD-2073-1 and MIL-STD-129, with options for commercial (ASTM-D-3951) or military (Level A) preservation and packing. All Wood Packaging Material (WPM) must be ISPM-15 Compliant. The unit package weight is estimated at 452.0 pounds, with dimensions of 267.9 x 35.4 x 15.4 inches. Reusable containers may be Government or Contractor Furnished Material. The documents, reviewed by packaging specialists Mary Ann Riley and Kevin Threats, detail MIL-STD-2073-1 Appendix J codes and supplemental information for each specific part number and associated PRID.
    The provided documents, identified as 2022H264, 2022H265, 2022H266, 2022H267, 2022H563, 2022H564, and 2022H565, pertain to various aspects of military aviation maintenance and property management, specifically focusing on "COMPOSITE MAIN ROTOR BLADE" components with different part numbers (e.g., 7-5R0430100-113, 7-5R0430100-107, 7-5R0430100-109, 7-5R0430100-111, 7-5R0430100-103P, 7-5R0430100-105P, 7-5R0430100-101P) and National Stock Numbers (NSNs) within the 1615-01-690 range. Each document lists a series of regulatory and technical publications, including Army Regulations (AR), Army Pamphlets (DA-PAM), and various Department of Defense Instructions (DI), all categorized as CAT 1 or CAT 2. These documents cover critical areas such as property accountability, physical inventory control, requisitioning, receipt, and issue systems, the Army Maintenance Management System-Aviation (TAMMS-A), government property inventory reporting, shipping and packaging discrepancy reports, contract government-furnished material (GFM) management, technical reports for studies/services (CSI process plan and DD FORM 1348-1), contract depot maintenance production reports, quality deficiency reports, logistics product data, flight safety part critical characteristics maintenance and overhaul, aircraft component maintenance management, historical data reports, painting and marking of Army aircraft, and aeronautical equipment maintenance management procedures. The consistent inclusion of these documents across various part numbers indicates a standardized and comprehensive approach to the lifecycle management, maintenance, and accountability of these critical rotor blade components within the Army Aviation context.
    The document outlines the requirements for contractors using the Total Asset Visibility – Contractor (TAV-C) system within the Army Materiel Command's Logistics Management Program (LMP). TAV-C is used to account for Government Furnished Equipment, Materiel, or Property (GFE/M/P) under various contracts, including maintenance, overhaul, and upgrades. Contractors must choose between two access methods: a Defense Logistics Management Standards (DLMS) interface or the Army TAV-C Portal. Access approval depends on the type of work, existing property accountability, and economic factors. Both methods require specific data exchange with LMP, primarily Materiel Receipt Acknowledgement (MRA) transactions. Portal users must meet stringent access requirements, including possessing a Common Access Card (CAC) or a DoD-approved Multi-Factor Authentication (MFA) Certificate, providing a compliant computer system, and completing mandatory government-provided online training. Annual security and IT user agreement training are also required. The TAV-C system aims to improve asset visibility and record-keeping, supporting Army readiness and resolving audit findings related to government property management.
    The Army IT User Access Agreement (SEP 2021) outlines the terms and conditions for accessing Department of Defense (DoD) information systems, emphasizing that these systems are for authorized U.S. Government (USG) use only and are subject to routine monitoring and interception. Users consent to these conditions, acknowledging that communications and data are not private, except for privileged communications (e.g., attorney-client, psychotherapist-patient) which maintain confidentiality. The agreement details responsibilities for safeguarding information, acceptable use of IT resources (including internet and email), and the handling of classified (SIPRNet) and unclassified (NIPRNet) information. It mandates cybersecurity training, prohibits unauthorized software/hardware, and sets rules for social media and political activity. Violations can lead to administrative or judicial sanctions, suspension of access, or negatively impact security clearances. The document underscores the user's primary responsibility for information security and adherence to established Army and DoD policies.
    This document is a Government Furnished Property (GFP) attachment, specifically a Contract Award, under a DoD Contract (FAR) with the PIID W58RGZ-23-R-0049. The contracting officer is Christopher M. Caputo. The attachment details various “Composite Main Rotor Blade” items, listed as unserviceable assets, that are being furnished to the contractor. Each item has a unique item name, description, quantity, and unit of measure. The document distinguishes between serially managed, non-serially managed, and requisitioned items, with specific fields required for each. This attachment provides a detailed list of government-furnished property for the contract.
    The document details Critical Safety Items (CSIs) and repair procedures for various Boeing rotor blade components, including "Blade, Rotary Wing," "SUB-ASSEMBLY M/R BLADE," "BONDED ASSY, MR BLADE," and their associated root fittings and leading edge assemblies. Each entry specifies critical characteristics such as the absence of voids, correct ply orientation, cure cycles, and material shelf life compliance. The primary focus is on repairs, which must adhere to Boeing's STN 16-004, dated December 17, covering sections like "Aft Weight and Retention Bushing," "Blade Root Inspection," "Metallic Leading Edge," "Resin Wash," "Sealant Repair," "Conductivity Check," "Root Metallic Doublers and Fiberglass Overply," and "Jumper Cables." Many critical characteristics are noted as "CC is not complete," indicating ongoing validation or documentation. The document also provides CAGE codes, part numbers, NSNs, and approval dates for these critical items, emphasizing their safety-critical nature and the rigorous inspection and repair protocols required for maintenance and overhaul.
    The QE-STD-1 Revision E document, dated June 19, 2017, establishes minimum requirements for manufacturing Critical Safety Items (CSIs) and their Critical Characteristics (CCs) for the U.S. Army Aviation. It outlines policies and procedures for manufacturing planning, including frozen planning requirements, changes, and audits. The standard mandates 100% inspection of CCs, strict handling of nonconformances, and comprehensive traceability throughout the manufacturing process. It also details personnel training and certification, calibration of test equipment, and purchasing document requirements. Contractors must maintain a higher-level quality program and properly manage scrap material. The Army Aviation Engineering Directorate (AED) is the sole authority for determining CSIs and CCs, ensuring the integrity and quality of these critical parts.
    QE-STD-2, Revision C, outlines the minimum requirements for the Maintenance and Overhaul (M&O) of Critical Safety Items (CSIs) within the U.S. Army Aviation. This standard ensures the integrity of Critical Characteristics (CCs) throughout the M&O process. Key areas include overhaul planning, frozen planning requirements, management of changes affecting CCs, and rigorous audit protocols for both contractors and subcontractors. The document emphasizes 100% inspection of non-destructively testable CCs, strict handling of nonconforming CCs, and comprehensive traceability requirements for parts and records. Personnel involved in CSI work must be trained and certified, and all test equipment must be calibrated to NIST standards. The policy mandates that M&O on CSIs be performed only by approved sources, adhering to a higher-level quality program like ISO 9001 or AS9100. Additionally, specific rules for government-furnished material, subvendor requirements, and the disposition of scrap material are detailed to maintain safety and quality standards.
    This Statement of Work (SOW) outlines the requirements for contractors regarding the Army Maintenance Management System-Aviation (TAMMS-A) spares. It covers the issuance, approval, and final disposition reporting of items needing TAMMS-A reporting, including repairs, modifications, upgrades, overhauls, remanufacturing, or scrapping. Contractors must prepare TAMMS-A forms and records following DA Pamphlet 738-751. A critical note prohibits serial number changes without prior approval from the AMCOM TAMMS-A Customer Support Office. The SOW details the use of the TAMMS-A/MCDS web portal for submitting forms, noting that while the portal eliminates the need to send copies to AMCOM, a copy must still accompany the serviceable item. Procedures for when the portal is unavailable or contains inaccuracies are provided, directing contractors to contact the TAMMS-A Customer Support Office. Specific DA forms, such as DA Form 2410 for repair, removal, installation, gain, and loss records, and DA Form 2408-16 for sub-components, are detailed. The SOW also covers reporting for Beyond Economic Repair (BER) items and the use of DD Forms 1574 and 1574-1 for serviceable tags and labels. Finally, it outlines the Wide Area Work Flow (WAWF) Reparable Receiving Report (RRR) requirements and contract close-out procedures, emphasizing verification of TAMMS-A data by the TAMMS-A Customer Support Office.
    The document is a Contract Data Requirements List (CDRL) (DD Form 1423-1) for a Composite Main Rotor Blade project, specifically requesting a Government Property (GP) Inventory Report. The data item, A001, titled 'Government Property (GP) Inventory Report,' requires 'Physical Inventory Instructions' under the authority of DI-MGMT-80441D, referencing SOW, Paragraph 15b. The requiring office is the AMCOM Logistics Center. The contractor, The Boeing Company, must submit initial inventory data within 365 days of receiving Government-furnished Property for overhaul, with subsequent submissions annually. All data must be delivered to usarmy.redstone.amcom.mbx.alc-inventory-management@army.mil. The document was prepared and approved by Erika Southward on May 9, 2025.
    This government document, a Contract Data Requirements List (DD Form 1423-1), details the requirements for submitting a "Report of Shipping (Item) and Packaging Discrepancy" or Supply Discrepancy Report (SDR) for the "Composite Main Rotor Blade" system. The report, designated A002, is mandated by DI-MGMT-80503 and SOW Para 6, with the AMCOM Logistics Center (ALC) as the requiring office. It specifies the conditions for submitting an SDR, including wrong components received, improper or unserviceable packaging, or packaging discrepancies causing item deterioration. Dual SDRs are required for combined shipping and packaging issues. Hidden discrepancies discovered upon induction for repair/overhaul must be reported within ten days. Estimated repackaging costs should be included for deterioration due to packaging. Excess reusable containers from scrapped items are to be reported via letter. All reports and communications, including the submission of the SDR, must be sent to the contract specialist and contracting officer via email. The document was prepared and approved by Erika Southward and Erik Southward, respectively, and is associated with The Boeing Company.
    The document is a Contract Data Requirements List (CDRL) for a federal government contract, likely an RFP, specifically detailing Data Item A003, a "Technical Report - Study/Services" for a "M&O Process Plan" related to a "COMPOSITE MAIN ROTOR BLADE." The requiring office is DEVCOM AvMC SRD. The plan must follow the Maintenance and Overhaul (M&O) Planning Preparation and Submittal Requirements document. Government approval or disapproval of the plan will occur within 90 calendar days, with resubmission required within 30 days if disapproved. Distribution is authorized to U.S. Government agencies for Test and Evaluation purposes. If the contractor makes changes to the plan affecting a Critical Safety Item Critical Characteristic, a revised plan must be submitted within 10 calendar days for review and approval. The plan should be submitted electronically in PDF format via email or DoD SAFE, to the Contract Specialist and Contracting Officer.
    The document outlines the CONTRACT DATA REQUIREMENTS LIST (CDRL), detailing the process for contractors to submit logistics product data, including the specific submission timelines and requirements for acceptance and corrections. It also describes the reporting obligations concerning the Government Quality Assurance acceptance, data verification, and the corresponding use of the TAMMS-A/MCDS web portal, alongside various instructions for completing the DD Form 1423. Contractors are advised of their rights regarding compliance with information collection, including no penalties for non-compliance if the OMB control number is not displayed.
    RFP W58RGZ-25-R-0071 is soliciting proposals for a five-year Firm Fixed Price (FFP) Indefinite Delivery Indefinite Quantity (IDIQ) contract for the Maintenance and Overhaul (M&O) of Apache AH-64 Composite Main Rotor Blades (CMRB). The contract includes various upgrade and overhaul/repair CLINs for different CMRB National Stock Numbers (NSNs) and Part Numbers (P/Ns), with an estimated minimum quantity of 10 and a maximum of 132. The Boeing Company is currently the only approved source for overhaul. The contract also covers Product Verification Audit (PVA) and Beyond Economical Repair (BER) services, as well as contractor-furnished containers. All work must comply with AMCOM Regulation 702-7, including QE-STD-1 and QE-STD-2, as CMRBs are Critical Safety Items (CSI). Proposals are due by March 11, 2026, at 3:00 PM CST and must be submitted electronically.
    Lifecycle
    Title
    Type
    Solicitation
    Similar Opportunities
    16 - FMS REPAIR - BLADE, ROTARY WING
    Buyer not available
    The Department of Defense, through the NAVSUP Weapon Systems Support, is soliciting proposals for the sole-source repair of 12 rotary wing blades (NSN: 7RE 1615 011589679 VH, Part No: 70150-29100-041), which are classified as Critical Safety Items for Foreign Military Sales (FMS Case: AT-P-GXO). The procurement aims to restore these government-owned components to operational condition under a Firm Fixed Price contract, emphasizing compliance with ISO 9001 quality management standards and strict packaging requirements as outlined in MIL-STD-2073-1. Proposals are due by 2:00 PM EST on October 1, 2025, and interested parties must contact Mrs. Dana Scott at dana.scott@navy.mil for further information and to ensure compliance with the necessary source approval processes.
    AH-64 Maintenance and Overhaul of Nitrogen Inerting Unit (NIU)
    Buyer not available
    The Department of Defense, specifically the Army Contracting Command at Redstone Arsenal, is soliciting bids for the maintenance and overhaul of the Nitrogen Inerting Unit (NIU) for the Apache AH-64 helicopter under Solicitation W58RGZ-25-B-0034. This firm-fixed-price contract encompasses a two-year Indefinite Delivery Indefinite Quantity (IDIQ) arrangement, focusing on the overhaul and repair of NIUs, including services for both U.S. and Foreign Military Sales, while adhering to strict quality standards. The procurement is limited to Mission Systems Davenport, Inc. and The Boeing Company due to the unavailability of technical data, with proposals due electronically by December 9, 2025, and the bid opening scheduled for December 10, 2025, at 1:30 PM CST. Interested parties should direct inquiries to Meagan M Melton or Jessica Mangum via their respective email addresses for further information.
    SPRRA1-25-R-0056/ TRAILING ARM ASSY
    Buyer not available
    The Defense Logistics Agency (DLA) Aviation at Huntsville, AL, is soliciting offers for a Firm Fixed Price supply contract for the Trailing Arm Assembly (NSN: 1620-01-147-4777), a Critical Safety Item (CSI) integral to the AH-64 Apache Weapon System. The procurement includes mandatory First Article Testing (FAT) and Production Lot Testing (PLT), with specific delivery schedules and inspection requirements. This contract is crucial for maintaining the operational readiness and safety of military aircraft, emphasizing the importance of quality and compliance in manufacturing. Interested parties must acknowledge receipt of amendments to the solicitation and submit their offers by the new deadline of December 8, 2025, at 1:00 AM. For further inquiries, contact Jessica Coleman at jessica.coleman@dla.mil or 256-938-0651.
    Overhaul of Dynamic Components on the UH-1N Helicopters
    Buyer not available
    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 under solicitation FA8524-26-R-0002. The procurement involves comprehensive services for critical safety items, including Swashplate and Support Assemblies, Scissors and Sleeve Assemblies, Main Rotor Mast Assemblies, and Tail Rotor Hub Assemblies, with a focus on quality assurance and adherence to strict delivery schedules. This contract is vital for maintaining the operational readiness and safety of military helicopters, ensuring that all components meet rigorous standards. Proposals are due by December 14, 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.
    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.
    SUPPORT, STRUCTURAL
    Buyer not available
    The Department of Defense, through the Defense Logistics Agency (DLA Aviation), is seeking proposals for structural support for E2A/AH-64E aircrafts, specifically for the NSN: 1560-01-616-4752. The procurement involves an Indefinite Quantity Contract with an estimated annual requirement of 120 units over a 5-year base period, with a delivery schedule of 350 days after receipt of order. This contract is critical for maintaining the operational readiness of military aircraft, and it is classified as an unrestricted procurement, allowing all responsible sources to submit offers. Interested parties should prepare their proposals in accordance with the solicitation, which will be available on or about December 10, 2025, and may contact Renee Griffin at renee.griffin@dla.mil or (445) 737-2040 for further information.
    N0038326PR0R173 - Pre-Solicitation
    Buyer not available
    The Department of Defense, through the NAVSUP Weapon Systems Support office, is preparing to issue a sole-source Request for Quotation (RFQ) for the repair of six BLADE ASSEMBLY units from Hamilton Sundstrand Corporation. This procurement, justified under 10 U.S.C. 2304(c)(1) and FAR 6.302-1, is critical for Foreign Military Sales (FMS) and emphasizes that only one responsible source can fulfill the agency's requirements. While other manufacturers may submit capability statements, only approved sources will be considered, and the procurement process will not accommodate delays for Source Approval Requests. Interested parties should direct their capabilities to Gina Sassane at gina.p.sassane.civ@us.navy.mil, with the solicitation expected to be released around December 17, 2025, and proposals due by January 16, 2026.
    Repair of Transmission Assemblies Applicable to the UH-1N Helicopters
    Buyer not available
    The Department of Defense, specifically the Department of the Air Force, is seeking proposals for the repair of transmission assemblies applicable to UH-1N helicopters under solicitation FA8524-26-R-0001. This procurement involves a five-year, Firm Fixed Price Requirements contract, requiring offerors to be Bell certified OEM, Air Force qualified, or possess an approved Source Approval Request (SAR). The services are critical for maintaining operational readiness of military helicopters, ensuring they meet stringent quality and safety standards. Proposals are now due by December 14, 2025, at 3:00 PM EST, and interested parties should direct inquiries to Leigh Ann Taylor at leigh.taylor.3@us.af.mil or Jessica Cobb at jessica.cobb.3@us.af.mil.
    F108 Stage 1 Fan Blade Repair 005-010 (please respond by 24 February 2025 at 4:00 PM CST)
    Buyer not available
    The Department of Defense, specifically the Department of the Air Force, is seeking qualified contractors for the finishing repairs of the F-108/CFM 56-2A/B Stage 1 Fan Blade, with a focus on parts associated with NSN 2840-01-196-6053PN. The procurement will be executed through a Firm-Fixed-Price Blanket Purchase Agreement, and interested parties are encouraged to demonstrate their capabilities, experience, and qualifications related to the repair process by submitting documentation by February 24, 2025. This opportunity is critical for maintaining the operational readiness of aerospace components, and potential contractors must comply with established technical and quality assurance standards as outlined in the associated Repair Data List and Repair Qualification Requirements. For further inquiries, interested businesses can contact Jaqueline Hughes at jaqueline.hughes@us.af.mil or Bridgette Miles at bridgette.miles@us.af.mil.
    SPE4A523R0003,1615014171305,ROD ASSY,TAIL ROTOR,70103-11005-045
    Buyer not available
    The Department of Defense, through the Defense Logistics Agency (DLA Aviation), is seeking procurement for the Rod Assembly, Tail Rotor, with the part number 70103-11005-045. This opportunity falls under the category of helicopter rotor blades, drive mechanisms, and components, highlighting the critical nature of these components for military aviation operations. The procurement is justified under a Justification and Approval (J&A) notice, emphasizing the importance of timely acquisition for operational readiness. Interested vendors can reach out to primary contact Renee K. Wassum at Renee.Wassum@dla.mil or by phone at 804-279-6969, or secondary contact Manuel N. Alvarez at Manuel.Alvarez@dla.mil or 804-279-5856 for further details.