Solicitation for the Overhaul of the Vibration Control System for the UH-60 Black Hawk
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, W6QK ACC-RSA, has released a solicitation for a Firm Fixed Price (FFP) Indefinite Delivery Indefinite Quantity (IDIQ) contract for the overhaul of Vibration Control Systems (NSN: 6635-01-557-9607) for the UH-60 Black Hawk. This acquisition is a Small Business Set-Aside. Proposals are due by May 18, 2026, at 05:00 PM ET.
Scope of Work
The contract requires comprehensive overhaul services, including parts, labor, preservation, packaging, marking, and data items to return Vibration Control Systems to a serviceable condition. Key requirements include:
- Performing a Product Verification Audit (PVA) on three units.
- Providing a Contract Line Item Number (CLIN) for assets determined to be beyond economical repair (scrap).
- Utilizing contractor-furnished containers.
- Adhering to specific packaging and marking standards, including MIL-STD-2073-1E and MIL-STD-129R.
- Managing and accounting for Government Furnished Equipment, Materiel, or Property (GFE/M/P) through the Total Asset Visibility – Contractor (TAV-C) system, which requires specific access procedures and reporting via DLMS transactions or the TAV-C Portal.
Contract Details
- Contract Type: Firm Fixed Price (FFP) IDIQ
- Period of Performance: Three ordering periods, each 365 days, totaling up to 1,095 days.
- Minimum Quantity: 36 units (US quantity) to be obligated on the first delivery order.
- Maximum Estimated Quantity: 130 units, including 22 reserved for Foreign Military Sales (FMS).
- Place of Performance: Redstone Arsenal, AL.
- Government Furnished Property (GFP): Will not be provided, except for the reparable assets themselves and reusable containers.
Key Deliverables & Reporting
Contractors will be required to submit several data items and reports:
- Maintenance and Overhaul (M&O) Plan (CDRL A003): Due within 30 days after contract award (DACA).
- Government Property (GP) Inventory Report (CDRL A001): Initial report due within 365 days of GFP receipt, then annually.
- Report of Shipping (Item) and Packaging Discrepancy (CDRL A002): Required for various discrepancy scenarios, including hidden discrepancies discovered during overhaul.
- Standard Form 364 (SF 364) Report of Discrepancy (ROD): For reporting shipping or packaging discrepancies, with detailed guidance provided.
Submission & Evaluation
- Proposal Submission: Electronic submission via email to the specified addresses is mandatory. Facsimile and hard copy submissions are not authorized.
- Offer Due Date: May 18, 2026, at 05:00 PM ET.
- Set-Aside: This is a Small Business Set-Aside.
- NAICS Code: 334519 (Physical Properties Testing And Inspection).
Contact Information
- Primary Contact: Andrew E. Cameron (andrew.e.cameron.civ@army.mil)
- Secondary Contact: Lindy L. Pinchon (lindy.l.pinchon@army.mil)