UH-1N AN/AAQ-36 Forward Looking Infrared (FLIR)

SOL #: FA852426R0013Combined 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

Warner Robins, GA

NAICS

Electronic and Precision Equipment Repair and Maintenance (811210)

PSC

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

Set Aside

No set aside specified

Timeline

1
Posted
Apr 29, 2026
2
Submission Deadline
May 29, 2026, 7:00 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 repair services for the UH-1N AN/AAQ-36 Forward Looking Infrared (FLIR) components. This acquisition, designated as a Small Business Set-Aside, covers the Universal Hand Control Unit and the Turret FLIR Unit (TFU). The primary place of performance is the contractor's facility. Proposals are due May 29, 2026, at 3:00 PM EST.

Scope of Work

This requirement is for the acquisition of services to meet the Air Force's repair needs for the UH-1N's AN/AAQ-36 FLIR system. Key components include:

  • Universal Hand Control Unit: NSN 6625-01-658-2797; P/N 3204853-10
  • Turret FLIR Unit (TFU): NSN 5855-01-680-9196; P/N 3290008-7006

Services encompass functional testing, inspection, repair, and cross-cannibalization to ensure components are serviceable. The contractor will be responsible for fault isolation, testing of unserviceable assets, data maintenance, and tracking/resolving items affected by Product Quality Deficiency Reports (PQDR). "Over and Above" work will be unpriced at contract award and require separate quotes.

Contract Details

  • Contract Type: Firm Fixed Price
  • Period of Performance: One (1) basic year after contract award, plus four (4) one-year ordering periods, extending through August 21, 2031.
  • Set-Aside: Small Business
  • NAICS Code: 811210 (Electronic and Precision Equipment Repair and Maintenance)
  • Size Standard: $34.00 million
  • Place of Performance: Contractor's facility

Performance Standards & Requirements

  • Turn-Around Time (TAT): 45 calendar days for teardown/test/evaluation and Universal Hand Control Unit repair; 60 calendar days for TFU repair. Priority requirements (Surge/MICAP) are 15 calendar days.
  • Quality: Adherence to ISO 9001:2015 or equivalent, with strict limits on PQDRs and deliverable rejections/late submissions.
  • Security: Compliance with personnel, information, system, property, and facility security requirements.
  • Supply Chain: Contractor must provide a comprehensive Supply Chain Risk Management (SCRM) Plan and a counterfeit electronic part detection and avoidance system.
  • Packaging & Transportation: Compliance with ISPM No. 15 for wood packaging material, MIL-STD-129, and MIL-STD-2073-1. Bidders must contact DCMA Transportation for instructions on "DCMA Administered" contracts prior to shipment.

Submission & Evaluation

  • Offer Due Date: May 29, 2026, 3:00 PM EST.
  • Proposal Type: Request for Proposal (RFP).
  • Evaluation Criteria: Not detailed in the provided documents, but compliance with higher-level contract quality requirements, including ISO 9001-2015, is required.

Contact Information

People

Points of Contact

(PCO) Leigh Ann TaylorSECONDARY

Files

Files

Download
Download
Download
Download

Versions

Version 1Viewing
Combined Synopsis/Solicitation
Posted: Apr 29, 2026
UH-1N AN/AAQ-36 Forward Looking Infrared (FLIR) | GovScope