Overhaul of Dynamic Components on the UH-1N Helicopters

SOL #: FA852426R0002Combined Synopsis/Solicitation

Overview

Buyer

DEPT OF DEFENSE
Dept Of The Air Force
FA8524 AFSC PZAAA
ROBINS AFB, GA, 31098-1670, United States

Place of Performance

Place of performance not available

NAICS

Other Aircraft Parts and Auxiliary Equipment Manufacturing (336413)

PSC

Maintenance, Repair And Rebuilding Of Equipment: Aircraft Components And Accessories (J016)

Set Aside

No set aside specified

Timeline

1
Posted
Oct 27, 2025
2
Last Updated
Jan 16, 2026
3
Submission Deadline
Jan 30, 2026, 8:00 PM

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 Air Force is soliciting proposals for the overhaul of dynamic components on UH-1N Helicopters under a Combined Synopsis/Solicitation. This opportunity, identified as FA8524-26-R-0002, seeks qualified sources to repair and return critical safety items to serviceable condition. The acquisition is a Small Business Set-Aside under NAICS 336413 (Size Standard: 1,250 employees). Proposals are due January 30, 2026, at 3:00 PM EST.

Scope of Work

The contractor will perform depot-level overhaul, functional testing, inspection, and packaging for specific UH-1N dynamic components, which are designated as Critical Safety Items (CSIs) and Flight Safety Critical Parts. These include:

  • Swashplate and Support Assembly (NSN: 1615-01-018-3484)
  • Scissors and Sleeve Assembly (NSN: 1615-00-204-6973)
  • Main Rotor Mast Assembly (NSN: 1615-00-255-2896)
  • Tail Rotor Hub Assembly (NSN: 1615-00-254-2174) The work involves fault isolation, overhaul, and testing according to technical guidance, resolving Product Quality Deficiency Reports (PQDRs), and providing accurate reporting via Commercial Asset Visibility Air Force (CAVAF).

Contract Details

  • Contract Type: Firm Fixed-Price, Requirements Type, Indefinite Delivery Contract (IDC).
  • Period of Performance: One (1)-year Basic plus four (4) one (1)-year ordering periods, anticipated from FY26 to FY31.
  • Place of Performance: Contractor's facility.
  • Performance Standards: Strict metrics include no more than one failure, two PQDRs/QDRs, one late delivery, one rejection, or one late deliverable submission per contract year. 100% compliance with AS 9100, ISO 9001:2015, or equivalent QMS is required.
  • Government Furnished Property (GFP): The Government will provide specific quantities of Swashplate, Rotary Head, Rotor Mast, and Rotor Hub components as GFP, marked "Use As-Is" and "Upgradable? Yes".

Qualification & Evaluation

Award will be made to the responsible offeror with the lowest price, meeting all terms and conditions and a Special Standard of Responsibility (SSR). The SSR requires offerors to demonstrate one of the following:

  1. Official certification as a Bell Certified Service Center.
  2. Air Force qualified source of repair.
  3. An approved Source Approval Request (SAR). Source Pre-Qualification requirements are detailed, emphasizing company capabilities, quality assurance plans, experience with critical safety components, and a minimum of 75% in-house workload. Offerors meeting Bell Certification or AF qualified source criteria may be exempt from first article requirements; those relying on SAR will need to complete them. Evaluation is price-only, with proposed prices assessed for reasonableness and balance using a Total Evaluated Price (TEP) calculation.

Submission Requirements

Proposals must include a completed Price Matrix (Attachment 8) with unit and extended prices rounded to the nearest whole dollar, a cover letter detailing any exceptions, and supporting documentation for the SSR. Offerors must also adhere to specific transportation (F.O.B. Origin, DCMA SIR eTool) and packaging requirements (ISPM 15, MIL-STD-2073-1, MIL-STD-129). Contract Data Requirements Lists (CDRLs) outline various reporting obligations (e.g., CAV, GP Inventory, CDM, IUID, GIDEP).

Deadlines & Contacts

People

Points of Contact

Shawna Barrett, Contracting OfficerPRIMARY
(PCO) Leigh Ann TaylorSECONDARY

Files

Files

Download
Download
Download
Download
Download
Download
Download
Download
Download
Download
Download
Download
Download

Versions

Version 4
Combined Synopsis/Solicitation
Posted: Jan 16, 2026
View
Version 3Viewing
Combined Synopsis/Solicitation
Posted: Dec 18, 2025
Version 2
Combined Synopsis/Solicitation
Posted: Dec 11, 2025
View
Version 1
Combined Synopsis/Solicitation
Posted: Oct 27, 2025
View