Repair of Transmission Assemblies Applicable to 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 (FA8524 AFSC PZAAA) is soliciting proposals for the repair and overhaul of Transmission Assemblies applicable to UH-1N Helicopters. This is a Combined Synopsis/Solicitation for a Firm Fixed-Price, Requirements Type, Indefinite Delivery Contract. The objective is to restore critical UH-1N transmission assemblies to serviceable condition for USAF missions. Proposals are due February 13, 2026, at 3:00 p.m. EST.
Scope of Work
This opportunity requires the overhaul, repair, functional testing, inspection, and packaging of UH-1N Transmission Assemblies (NSN 1615-01-061-6615 GA, P/N 212-040-001-111). Services include fault isolation, depot-level overhaul, and documentation per AFTO Form 95. Contractors must perform a 2.8-hour run-in test on a certified test stand. "Over and Above" work requires PCO approval. This is a Critical Safety Item, demanding outstanding quality and adherence to USAF TO 3R7-2-6-3.
Contract Details
- Type: Firm Fixed-Price, Requirements Type, Indefinite Delivery Contract (IDC)
- Duration: Five (5) years, consisting of a one-year basic period and four subsequent one-year ordering periods (anticipated FY26-FY31).
- Set-Aside: None (Not a small business or small business set-aside).
- Product/Service Code: J016 (Maintenance, Repair And Rebuilding Of Equipment: Aircraft Components And Accessories)
- Place of Performance: Contractor's facility. Inspection and Acceptance will be at Robins AFB, GA. Transportation terms are Free on Board (F.O.B.) Origin.
- Key Deliverables: Include various Contract Data Requirements List (CDRL) items such as Government Property Inventory Reports, Item Unique Identification Marking Plans, and monthly production reports. Packaging must comply with MIL-STD-129 and MIL-STD-2073-1, including Wood Packaging Material (WPM) compliance.
Eligibility & Evaluation
- Pre-qualification: Offerors must be OEM Bell certified, Air Force Qualified, or have an approved Source Approval Request (SAR). ISO 9001:2015 certification is mandatory. A minimum of 75% of the repair and overhaul workload must be performed in-house, and testing cannot be subcontracted. Foreign participation is not permitted at the prime contractor level.
- Evaluation: Award will be based on Price Only to the responsible offeror with the lowest price, meeting the Special Standard of Responsibility (SSR). Proposals will be evaluated for reasonableness and balance, with a Total Evaluated Price (TEP) calculated from Firm Fixed Price (FFP) CLINs. The Government intends to award without discussions.
- Submission: Proposals must include a completed Price Matrix and supporting documentation for pre-qualification. First Article testing and approval are required unless waived for qualified vendors.
Timeline & Contacts
- Proposal Due: February 13, 2026, at 3:00 p.m. EST
- Published: January 15, 2026 (latest amendment)
- Primary Contact: (PCO) Leigh Ann Taylor (leigh.taylor.3@us.af.mil, 4782311259)
- Secondary Contact: Jessica Cobb (Jessica.cobb.3@us.af.mil, 4789735515)