Maintenance Operations for TH-73A Helicopter Airframe
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 Navy / NAVFACSYSCOM SOUTHEAST has issued a Justification and Approval (J&A) for other than full and open competition for Maintenance Operations for TH-73A Helicopter Airframe at Naval Air Station (NAS) Whiting Field, Florida. This requirement is for the continued maintenance of temporary hangar facilities critical for the new TH-73A helicopter airframe's maintenance operations. The estimated value is $3,000,000.00 over three years.
Scope of Work
This opportunity covers the provision of maintenance for on-site temporary hangers and support facilities. These facilities are essential for housing the maintenance operations of the new TH-73A helicopter airframe, supporting the Advanced Helicopter Training System (AHTS) program.
Contract & Timeline
- Type: Justification for Other Than Full and Open Competition (J&A)
- Estimated Value: $3,000,000.00 (Base Year 1: $1M, Option Year 2: $1M, Option Year 3: $1M)
- Duration: Three years (one base year plus two option years)
- Set-Aside: None (sole source justification)
- Published: April 22, 2026
- Contracting Activity: Naval Facilities Engineering Systems Command Southeast (NAVFAC SE)
Justification for Sole Source
The statutory authority cited is 10 U.S.C. 3204(a)(1), indicating only one responsible source can satisfy agency requirements. Awarding to any other source would result in substantial duplication of costs (incumbent demobilization, new contractor mobilization) and unacceptable delays in procurement, manufacturing, and installation. Such delays would disrupt the AHTS training mission, halt pilot training, compromise fleet readiness, and prevent the fielding of a modern training aircraft. The incumbent, EMR, Inc., is identified as the only source capable of meeting the requirement without these significant impacts.
Efforts to Solicit Offers
A sources sought notice was posted on SAM.gov on January 22, 2026. Four responses were received, but none demonstrated the ability to provide the specific facilities by the required April 1, 2026 deadline. An intent to sole source synopsis will be issued following J&A approval.
Fair and Reasonable Cost & Future Competition
The Contracting Officer has determined the anticipated cost will be fair and reasonable based on historical pricing from the previous contract. NAVFAC SE currently has no plans to compete future contracts for these services but will assess feasibility if another potential source emerges.