AH-64 Maintenance and Overhaul of Clutch Assembly, Friction NSN: 3010-01-515-8483
Overview
Buyer
Place of Performance
NAICS
PSC
Set Aside
Original Source
Timeline
Qualification Details
Fit reasons
- NAICS alignment with historical contract wins in similar service areas.
- Scope strongly matches core technical capabilities and delivery model.
Risks
- Past performance thresholds may require one additional teaming partner.
- Potential clarification needed on staffing minimums before bid/no-bid.
Next steps
Validate eligibility requirements, assign capture owner, and schedule partner outreach to confirm teaming strategy before submission planning.
Quick Summary
The Department of the Army, specifically W6QK ACC-RSA, is conducting a Sources Sought to identify capable businesses for the inspection and overhaul of AH-64 Clutch Assembly, Friction (NSN: 3010-01-515-8483, P/N: 3617950-1). This market research aims to inform a future Firm Fixed-Price (FFP) Indefinite Delivery Indefinite Quantity (IDIQ) contract. Responses are due March 27, 2026.
Scope of Work
The requirement involves the inspection and overhaul of the specified Clutch Assembly. The contractor will be responsible for furnishing all necessary services, facilities, labor, parts, materials, equipment, tools, and data to accomplish this. The anticipated acquisition will be in accordance with FAR 12 (Commercial Products and Services) and FAR 14 (Sealed Bidding) procedures.
- Estimated Quantity: 20 Each Minimum - 456 Each Maximum (includes 76 for Foreign Military Sales).
- Anticipated Delivery: 120 days from receipt of asset, at a rate of 8 per month.
- Delivery Location: TBD, with the place of performance in Huntsville, AL.
Key Requirements & Constraints
- Technical Data Package (TDP): The Government does not own the TDP; it is held by Honeywell. Offerors must demonstrate access to the TDP or a viable alternative approach without incurring significant additional costs.
- Source Approval: Overhaul/repair requires source approval from the Combat Capabilities Development Command (DEVCOM) Aviation and Missile Center (AvMC) Systems Readiness Directorate (SRD). This is mandated by Defense Federal Acquisition Regulations (DFARS) Subpart 209.2 and Public Law 108-136 for aviation critical safety items.
- Approved Sources: Currently, Honeywell International (CAGE Codes: 99193, 02LU7) and The Boeing Company (CAGE Code: 8V613) are the only known approved sources.
Anticipated Contract Details
- Type: Firm Fixed-Price (FFP) Indefinite Delivery Indefinite Quantity (IDIQ)
- Period of Performance: 60 months with five-priced ordering periods.
- Set-Aside: None specified (Sources Sought).
Response Information
- Response Due: March 27, 2026, 8:00 PM EDT
- Published: March 12, 2026
- Submission: Interested vendors are encouraged to submit responses via email to the Contract Specialist, Meagan M Melton (meagan.m.melton.civ@army.mil), and Contracting Officer, Jessica Mangum (jessica.t.mangum.civ@army.mil).
- Purpose: This is a Sources Sought notice for market research; no contract award will result directly from this notice, and it does not constitute a commitment by the Government.