AH-64 Maintenance and Overhaul of Nitrogen Inerting Unit (NIU)
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 is soliciting proposals for the Maintenance and Overhaul (M&O) of the Apache AH-64 Nitrogen Inerting Unit (NIU). This is a Firm Fixed-Price (FFP) Indefinite Delivery Indefinite Quantity (IDIQ) contract to ensure the continued airworthiness of these critical components. This is a limited competition procurement, restricted to Mission Systems Davenport, Inc. (MSD) and The Boeing Company. Proposals are due February 09, 2026.
Scope of Work
The contractor will perform disassembly, inspection, and overhaul of the NIU, returning components to a serviceable condition. Services include mandatory and non-mandatory parts, labor, preservation, packaging, packing, marking, and data items. The contract also covers Beyond Economical Repair (BER) services for units that cannot be repaired. A Product Verification Audit (PVA) is required prior to commencing repair.
Contract Details
- Type: Firm Fixed-Price (FFP) Indefinite Delivery Indefinite Quantity (IDIQ)
- Period of Performance: Two (2) years, comprising two ordering periods (Date of Contract Award to 365 DACA, and 366 DACA to 730 DACA).
- Minimum Quantity: 130 units
- Maximum Quantity: 312 units (including 52 for Foreign Military Sales)
- Place of Performance: Redstone Arsenal, AL, United States
- Government Furnished Property (GFP): 130 unserviceable Nitrogen Inerting Units (NSN 1560-01-587-1028) will be provided.
Eligibility & Evaluation
This is a limited competition procurement, restricted to Mission Systems Davenport, Inc. (MSD) and The Boeing Company. Award will be made to the responsible bidder with the lowest total bid price. Evaluation will sum the total CLIN value for PVA (3 assets) and the minimum/estimated quantities for CLINS 0002AA through 0005AA. Price reasonableness and unbalanced pricing will also be assessed.
Key Requirements & Deliverables
Bidders must utilize the provided AH-64 NIU Pricing Template (Attachment 0006). Key deliverables include:
- CDRL A003 (Technical Report): An M&O Process Plan, due 30 days after contract award.
- CDRL A001 (GP Inventory Report): Initial inventory due 365 days after GFP receipt, then annually.
- CDRL A002 (Shipping/Packaging Discrepancy Report): Required for wrong components, improper packaging, or deterioration.
- CDRL A004 (Logistics Product Data): Submission via the TAMMS-A/MCDS web portal within two business days of Government QA acceptance. Contractors must comply with Army IT User Access Agreement (Attachment 0003) if granted IT system access and adhere to Contractor Overhaul TAV-C Requirements (Attachment 0002) for managing Government Furnished Equipment/Materiel/Property (GFE/M/P). Detailed Packaging Requirements (Attachment 0001) for NSN 1560015871028 are mandatory.
Submission Details
Proposals must be submitted electronically.
- Proposal Due Date: February 09, 2026
- Bid Opening Date: February 10, 2026, at 10:00 AM Central Standard Time (CST)
- Primary Contact: Meagan M Melton (meagan.m.melton.civ@army.mil)
- Secondary Contact: Jessica Mangum (jessica.t.mangum.civ@army.mil)