Loading...
W58RGZ-26-B-0026
Response Deadline
May 19, 2026, 8:00 PM(CDT)8 days
Eligibility
Contract Type
Sources Sought
This is a sources sought. This announcement is in support of market research to determine the feasibility of a competitive acquisition and to identify potential sources that can provide the Overhaul of the following item:
NOMENCLATURE: CH-47 Swashplate, Controllable
Input/Output NSN: 1615-01-395-0007
Input/Output P/N: 145R3551-18
ESTIMATED QUANTITY RANGE: Minimum 10 – Maximum 144 each
Maximum of 144 each includes a quantity of 24 each Foreign Military Sales (FMS).
The applicable North American Industry Classification System (NAICS) code is 336413 and the size standard is 1,500 employees.
Interested parties who have the capability to perform the above effort should respond to this notice and identify your business size and socio-economic status as applicable. All submissions must include full company name, Point of Contracts (POCs) to include name, position, office, and mobile telephone numbers and email address.
This requirement is to fulfill the government’s need for the overhaul of the Swashplate, Controllable, NSN 1615-01-395-0007, which is a Critical Safety Item (CSI) part for the CH-47 Chinook fleet. The proposed contractual action is a five (5) year, Firm-Fixed-Price (FFP) Indefinite Delivery Indefinite Quantity (IDIQ) overhaul contract. The overhaul shall be accomplished in accordance with Government specifications. The overhaul requires the complete restoration of unserviceable assets to a like-new, fully serviceable, and air-worthy condition in accordance with the specifications, outlined in the Depot Maintenance Work Requirement (DMWR) 55-1615-297, Revision date 3/30/2012, Change # 1. Due to its classification as a CSI, only vendors approved by the System Readiness Directorate (SRD) are qualified to perform this work. Currently, these vendors are Overhaul Support Services LLC, Airtronics Inc., and The Boeing Company. Interested parties who have capability to perform the above effort should respond to this notice and identify your business size and socio-economic status as applicable. Contractors are encouraged to seek Source Approval Request (SAR) to become an approved source by following the
procedures outlined at the following website: https://www.avmc.army.mil/Directorates/SRD/SAR. This effort is essential for the ongoing sustainment and operational readiness of the CH-47 fleet.
This announcement is for information and planning purposes only and should not be construed as a commitment by the Government for any purpose. This announcement does not constitute a IFB. A synopsis will be issued at a later date for this requirement. Requests for a solicitation will not receive a response. No reimbursement will be made for any costs associated with providing information in response to this announcement and any follow-up information requested. No basis for claim against the Government shall arise as a result of a response to this announcement or Government use of any information provided. This announcement does not restrict the Government to an ultimate acquisition strategy. The Government reserves the right to consider acquisition strategies as deemed appropriate. Submittal of information is requested via electronic mail only to Cameron Maclin, Contract Specialist cameron.a.maclin.civ@army.mil no later than 19 May 2026.
Cameron Maclin
DEPT OF DEFENSE
DEPT OF THE ARMY
AMC
ACC
ACC-CTRS
ACC RSA
W6QK ACC-RSA
W6QK ACC-RSA
AMCOM CONTRACTING CENTER AIR
SPARKMAN CIR BLDG 5303
REDSTONE ARSENAL, AL, 35898-0000
NAICS
Other Aircraft Parts and Auxiliary Equipment Manufacturing
PSC
HELICOPTER ROTOR BLADES, DRIVE MECHANISMS AND COMPONENTS
Set-Aside
No Set aside used