Overhaul of Dynamic Components on the UH-1N Helicopters
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 Air Force is soliciting proposals for the overhaul of dynamic components on UH-1N Helicopters under a Firm Fixed-Price, Requirements contract. This opportunity covers the overhaul of Swashplate and Support Assemblies, Scissors and Sleeve Assemblies, and Main Rotor Mast Assemblies. Proposals are due February 28, 2026, at 3:00 PM EST. This is not a small business set-aside.
Scope of Work
This requirement is for a five-year contract (one base year plus four option years) for the overhaul of specific UH-1N dynamic components. Services include functional testing, inspection, fault isolation, depot-level overhaul, and packaging to return assets to serviceable condition. The contractor must track and resolve items affected by Product Quality Deficiency Reports (PQDRs) and provide timely reporting in Commercial Asset Visibility Air Force (CAVAF).
Key components for overhaul:
- 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)
Performance standards include:
- No more than one repair failure or two PQDRs/QDRs per contract year.
- Adherence to delivery schedules (max one late delivery per year).
- 100% compliance with a Contractor Quality Management System (AS 9100, ISO 9001:2015, or equivalent).
Routine Turn-Around-Times (TATs) are 120 days for Swashplate and Scissors assemblies, and 150 days for Main Rotor Mast assemblies. Expedited TATs are also specified.
Contract Details
- Contract Type: Firm Fixed-Price, Requirements Contract.
- Period of Performance: A basic one-year period plus four (4) one-year ordering periods, totaling five (5) years (anticipated FY26 to FY31).
- Place of Performance: Contractor's facility.
- Product/Service Code: J016 (Maintenance, Repair And Rebuilding Of Equipment: Aircraft Components And Accessories).
Eligibility & Submission
This acquisition is not a small business or small business set-aside. Foreign participation is not permitted at the prime contractor level.
Offerors must meet a Special Standard of Responsibility (SSR) by demonstrating one of the following:
- Official certification as a Bell Certified Service Center.
- Air Force qualified source of repair.
- An approved Source Approval Request (SAR).
First Article Testing is required for offerors meeting the SAR criteria but may be waived for those with Bell Certification or Air Force qualification. A detailed SAR Guide (ATCH_11_SAR-Guide) is provided.
Proposals must include a completed Price Matrix (Attachment 8) with unit prices rounded to the nearest whole dollar, and a cover letter detailing any exceptions. Supporting documentation for the SSR is mandatory.
Evaluation
Award will be made on a price-only basis to the responsible offeror whose proposal meets the RFP terms and conditions, the SSR requirement, and offers the lowest Total Evaluated Price (TEP). Proposed prices will be evaluated for reasonableness and balance. The TEP is calculated by summing evaluated prices for Firm Fixed Price (FFP) CLINs, excluding 'Data' CLINs which are Not Separately Priced (NSP).
Key Dates & Contacts
- Proposals Due: February 28, 2026, at 3:00 PM EST.
- Questions Due: February 20, 2026.
- Primary Contact: Jessica Cobb (Jessica.cobb.3@us.af.mil, 478-973-5515).
- Secondary Contact: Leigh Ann Taylor (leigh.taylor.3@us.af.mil, 478-231-1259).