Repair of NSN 3130-01-660-8071
ID: FA825025Q0450Type: Solicitation
Overview

Buyer

DEPT OF DEFENSEDEPT OF THE AIR FORCEFA8250 AFSC PZAAAHILL AFB, UT, 84056-5825, USA

NAICS

Electronic and Precision Equipment Repair and Maintenance (811210)

PSC

MAINT/REPAIR/REBUILD OF EQUIPMENT- BEARINGS (J031)
Timeline
    Description

    The Department of Defense, specifically the Department of the Air Force, is soliciting quotes for the repair of the gearcase motor identified by National Stock Number (NSN) 3130-01-660-8071. This procurement involves teardown, testing, and evaluation of the motor gearcase, with a focus on ensuring compliance with stringent quality assurance and regulatory standards. The gearcase motor is critical for operational functions within defense projects, necessitating precise repair and maintenance to uphold equipment effectiveness. Interested vendors must submit their quotes by March 6, 2025, and can direct inquiries to Logan Kashanipour at logan.kashanipour@us.af.mil for further details regarding the solicitation.

    Point(s) of Contact
    Files
    Title
    Posted
    The document outlines a request related to the acquisition of a gearcase-motor, identified by the National Stock Number (NSN) 3010016608071FD. With a criticality code of X and a demilitarization code of C, this item is classified under specific security and material codes. The gearcase-motor features dimensions of 32 inches in length, 26 inches in width, and 26 inches in height, weighing 100 pounds. Constructed from metal and included wiring, it serves as a motor component, with additional sensitivity indicated by the presence of a safety-critical screw and specifications regarding helium content. The request is initiated by Terrance L. Hardy from the 415 SCMS/GUMAA organization, with contact details provided for further communication. The document signifies the requirement for the gearcase-motor in conjunction with government contracting frameworks, highlighting its significance for operational functions within federal or defense-related projects. In summary, this document serves as a formal request for procurement, essential for maintaining or enhancing equipment effectiveness within a government-related context.
    The document outlines the Item Unique Identification (IUID) checklist, specifically focusing on the requirements outlined in DFARS 252.211.7003 for marking items to ensure traceability. The primary item discussed is the Gearcase-Motor with an NSN of 3010016608071FD. Key details include the version number, initiator, organization code, and contact information for the responsible office. The marking must adhere to MIL-STD-130 guidelines, with the marking location and method determined by the contractor. Additionally, there is a section noting that the item in question is an embedded item associated with the same NSN, highlighting the need for consistent marking protocols for embedded components. This checklist serves to ensure compliance with federal regulations related to item identification and tracking, emphasizing the importance of accurate marking in supporting inventory management and logistical processes within government operations. Overall, the document is structured to facilitate clear communication regarding the IUID requirements and responsibilities linked to marked items.
    This document details a Repair Data List concerning the gearcase-motor with National Stock Number (NSN) 3010016608071FD, specified under the part number 133610-5. The file, dated 04 December 2024, includes information such as the CAGE code, applicable remarks on documentation frequency, and the availability of data rights. The primary entry indicates that the government holds rights to the documentation, which is categorized under various codes referencing the nature of provided data, such as classified documents, technical data, and vendor information. The repair data is associated with Terrance L. Hardy and is scheduled for further development post-contract award on 18 December 2024. The purpose of this document aligns with the broader context of federal RFPs and procurement processes, ensuring compliance and upholding standards in the provision of technical specifications for military equipment repairs. This summary captures the essence of the original file by emphasizing data management regarding procurement and repairs within government contracting.
    The attachment outlines the Statement of Equivalent Rates for Federal Hires in relation to the Service Contract Act, specifically for project FD20202500450, dated January 15, 2025. It details various job titles, corresponding grades, and instructs the calculation of hourly wages for white-collar positions based on the biweekly rate divided by 80. The document lists professional roles such as Program Manager and Senior Electrical Engineer at GS-13, as well as several positions with varying grades down to WG-2. The instruction emphasizes the need to input job titles and GS levels while leaving wage and fringe benefits amounts blank. This file serves as a guideline for determining compensation rates for employees involved in federal contracting under existing regulations, contributing to compliance and budget planning within federal RFPs and grants.
    The document outlines packaging requirements for military shipments under Purchase Instrument Number FD20202500450-00. It mandates compliance with U.N. regulations concerning Wood Packaging Material (WPM) to prevent the spread of invasive species like the pinewood nematode. Specific directives state that all wooden packaging must be constructed from debarked wood and treated at temperatures of 56°C (133°F) for at least 30 minutes, with certification from recognized agencies. The document references military standards for packaging and marking (MIL-STD-2073-1 and MIL-STD-129) and specifies shipping container marking criteria, including compliance with barcoding and additional item identification requirements. Various item entries within the document indicate different packaging requirements, highlighting that not all items require extensive packaging data. The Packaging Specialist’s contact information is provided for further inquiries. Overall, this document serves as a guideline for agencies and contractors to ensure proper packaging practices that align with federal standards and environmental measures in military logistics.
    The document outlines transportation data related to federal procurement, specifically Purchase Instrument FD20202500450-00, initiated on January 23, 2025. It specifies shipping instructions and requirements for vendors to ensure compliance with Department of Defense regulations. Key transportation provisions include shipping terms, such as F.O.B. Destination, and clauses that vendors must adhere to, specifically referencing FAR citations. Vendors must contact the Defense Contract Management Agency (DCMA) for clearance and documentation before freight movement. Details include several line items, the associated transportation fund information, and specific shipping addresses, highlighting locations like Barstow, CA, and Hill AFB, UT. Each item includes a National Stock Number and directives for proper handling. The information emphasizes the necessity of following established protocols to prevent additional costs for vendors due to non-compliance with shipping regulations. The summary serves as a guide for vendors involved in federal transport-related proposals and acquisition processes.
    The "Commercial Asset Visibility Air Force (CAV AF) Reporting Requirements" document outlines the responsibilities and reporting obligations for contractors regarding the management of government-owned assets at repair facilities. CAV AF is designated as the primary record system for tracking the daily status of these assets. Key contractor duties include ensuring accurate asset records, submitting access requests within ten days of contract award, completing mandatory training on cybersecurity, and maintaining compliance with established reporting timelines. Contractors must report discrepancies, manage inventory effectively, and follow procedural guidelines when shipping assets. Specific protocols apply to “Not-on-Contract” items, contract line item repairs, and nuclear-related materials. The document also addresses issues regarding discrepancies in shipping and provides a system for reporting such incidents. It emphasizes accountability for processing transactions promptly to avoid systemic discrepancies that may lead to program management reviews. The guidance underscores the importance of maintaining accurate records in the CAV AF system to ensure effective inventory management and compliance with federal regulations throughout the lifecycle of the contract.
    This document pertains to federal and state RFPs and grants aimed at improving operational efficiency and enhancing public service delivery. It outlines the need for comprehensive project proposals that align with government objectives. Key topics include eligibility criteria for applicants, which emphasize non-profit organizations and public agencies, budget guidelines, project timelines, and expected outcomes. The document also stresses the importance of stakeholder engagement and adherence to regulatory requirements. Proposals must demonstrate a clear understanding of community needs and articulate innovative strategies for addressing them effectively. Evaluation criteria will focus on project feasibility, sustainability, and potential impact. Funding availability and the application process are detailed, including deadlines and submission procedures. In summary, the document serves as a critical guide for entities seeking federal and state support for proposed projects, outlining essential information to foster effective funding applications and project execution.
    The document presents a Request for Quotation (RFQ) FA8250-25-Q-0450 issued by the Department of the Air Force for the Teardown, Test, and Evaluation of a motor gearcase (NSN: 3010-01-660-8071). The primary purpose of this RFQ is to solicit quotes specifically from Linmarr (Cage Code 1GX03) as it is a sole source requirement. Interested parties must comply with qualification criteria outlined in clause 52.209-1 and provide a legitimate representation of their capabilities if they are non-qualified vendors. The document includes details on the required delivery schedule, shipping instructions, and the specific deliverables including various reports and quality assurance measures. Key dates include a response deadline by March 6, 2025, and instructions for pricing, quality assurance, and documentation related to the shipment. Terms and clauses referenced in the RFQ underscore the stringent requirements and compliance necessary for engagement with government contracts, including small business considerations and prohibition clauses related to foreign entities. This RFQ exemplifies the structured approach to federal procurement, ensuring accountability and security in defense contracting.
    The Department of the Air Force outlines a Performance Work Specification (PWS) for the repair and evaluation of military assets, specifically focusing on the inspection and restoration of gearcase motors (NSN 3130-01-660-8071). The contractor is responsible for conducting test, teardown, and evaluation (TT&E) to assess the condition of the end item, identifying components needing repair or replacement, and ensuring the items meet the original specifications upon completion. Emphasis is placed on quality assurance, including handling any items that fail within one year due to suspected inadequate workmanship. Key requirements include compliance with electrostatic discharge protocols, detailed reporting of acceptance test results, and strict adherence to packaging and shipping regulations. Additionally, the contractor must establish a Counterfeit Prevention Plan to mitigate risks associated with procurement of counterfeit electronic parts and ensure traceability and verification of all sourced components. Reliability and maintainability standards must be upheld, with a focus on returning items in like-new condition. The document underscores the Air Force's commitment to quality, safety, and regulatory compliance throughout the repair and evaluation process, maintaining stringent oversight over contractor operations and outcomes.
    The Statement of Work outlines comprehensive requirements for preservation, packaging, and marking of military materials under federal contracts. The offeror must follow various Department of Defense standards including MIL-STD 2073-1 for military packaging, MIL-STD 129 for military marking, and adhere to relevant regulations for hazardous materials. Specific provisions are set for electrostatic-sensitive devices and reusable containers, ensuring compliance with international shipping standards, such as ISPM 15 for wood packaging. The document details the necessity of using standardized coding systems for documentation and packaging, reporting discrepancies via the Web Supply Discrepancy Report system, and preparing Safety Data Sheets for hazardous materials. Emphasis is placed on maintaining packaging integrity, ensuring proper labeling of materials, and safeguarding reusable containers. This Statement serves to ensure that contractors meet stringent military logistics requirements while promoting safety, efficiency, and regulatory compliance in material management for the Department of Defense.
    Lifecycle
    Title
    Type
    Solicitation
    Similar Opportunities
    30--GEARCASE-MOTOR
    Buyer not available
    The Department of Defense, through the Defense Logistics Agency (DLA Land and Maritime), is seeking quotes for the procurement of GEARCASE-MOTOR, specifically NSN 3010145374045, with a requirement for 12 units. This procurement may lead to an Indefinite Delivery Contract (IDC) with a term of one year or until the total orders reach $250,000, with an estimated 10 orders per year and a guaranteed minimum quantity of one. The items will be shipped to various DLA depots both within the continental United States (CONUS) and outside (OCONUS), highlighting the critical role of these components in military operations. Interested vendors are encouraged to submit their quotes electronically, and any inquiries should be directed to the buyer via email at DibbsBSM@dla.mil, with the solicitation available online at the DLA's DIBBS website.
    61--MOTOR,ALTERNATING C, IN REPAIR/MODIFICATION OF
    Buyer not available
    The Department of Defense, specifically the Department of the Navy through NAVSUP Weapon Systems Support, is soliciting offers for the repair and modification of an Alternating Current Motor (NSN 6105-00-635-5575). The procurement involves comprehensive repair services, including inspection, testing, and compliance with established repair procedures, ensuring the motor is returned to a Ready for Issue (RFI) condition. This motor is critical for various defense applications, emphasizing the importance of maintaining operational readiness. Interested contractors must submit their quotes by 2:00 PM EST on the specified closing date, and inquiries can be directed to Brian T. Kent at 215-697-0000 or via email at BRIAN.T.KENT.CIV@US.NAVY.MIL.
    Repair of NSN #6105-01-329-4767
    Buyer not available
    The Department of Defense, specifically the Department of the Air Force, is soliciting proposals for the repair of a motor drive azimuth (NSN 6105-01-329-4767) under solicitation FA8250-25-Q-0389. The contractor will be responsible for providing all necessary facilities, parts, materials, and services to disassemble, inspect, repair, reassemble, and functionally test the motor, ensuring it is returned to a serviceable condition. This motor is critical for controlling the azimuth drive assembly, and the repair services are essential for maintaining operational readiness, although they are not required in a crisis situation. Interested vendors should contact Tracy Powell at tracy.powell.5@us.af.mil for further details, with the expectation of compliance with federal regulations and guidelines throughout the procurement process.
    NSN2840-01-351-1591_GearboxAccessory_F110_PN9976M50G05_FD2030-25-00890
    Buyer not available
    The Department of Defense, through the Defense Logistics Agency, is seeking potential suppliers for the procurement of spare parts related to the Gearbox, Accessory D (Part Number 9976M50G05, NSN 2840-01-351-1591PR). This Sources Sought notice aims to gather information on the availability of these items and assess the potential for competitive sourcing, including opportunities for small businesses such as Service-Disabled Veteran-Owned and Women-Owned Small Businesses. The procurement is critical for maintaining operational readiness within the Air Force, and interested vendors are encouraged to submit detailed business information and qualifications to assist in the market research effort. For further inquiries, vendors can contact the primary representative at 421SCMS.Requirements.workflow@us.af.mil.
    MOTOR, DIRECT CURRENT
    Buyer not available
    The Defense Logistics Agency (DLA) Aviation is soliciting proposals for the procurement of 24 units of a direct current motor (NSN: 6105-01-079-2151), specifically intended for use in the F-16 aircraft. This acquisition is restricted to approved sources, namely Aerocontrolex (CAGE 98889), and emphasizes the importance of compliance with various standards, including AS9100, to ensure quality and timely delivery aligned with the government's Required Delivery Schedule (RDS). The solicitation outlines rigorous requirements for packaging, preservation, and marking in accordance with Department of Defense standards, highlighting the critical nature of these components in supporting U.S. defense operations. Proposals are due by March 3, 2025, and interested parties can reach out to Scottina Malia at scottina.malia@us.af.mil for further inquiries.
    61--MOTOR,ALTERNATING C, IN REPAIR/MODIFICATION OF
    Buyer not available
    The Department of Defense, specifically the Department of the Navy through NAVSUP Weapon Systems Support, is seeking proposals for the repair and modification of an alternating current motor, identified by NSN 7R-6105-009509625-LU, with a quantity of 21 units required. This procurement is critical as the item is flight critical, and the government does not possess sufficient data to procure it from sources other than those already approved. Interested vendors must provide detailed technical data and source approval documentation with their proposals, as new source approvals typically cannot be processed in time to meet government needs. Proposals must be submitted within 45 days of this presolicitation notice, and interested parties can contact Shannon R. Menickella at (215) 697-2198 or via email at SHANNON.R.MCNEILL.CIV@US.NAVY.MIL for further information.
    MECHANISM MOTOR OPERATOR
    Buyer not available
    The Department of Defense, through the Defense Logistics Agency (DLA Land and Maritime), is seeking proposals for the procurement of a Mechanism Motor Operator, specifically NSN 6105-007696106, under a firm-fixed price contract. This critical application item is restricted to an approved source, L3Harris Maritime Power & Energy (CAGE 30086), and requires engineering source approval for any alternate offers, which must include a complete data package for evaluation. The estimated quantity for this procurement is 19 units, with delivery expected within 600 days after the order, and the solicitation will be available approximately on January 27, 2025. Interested parties can contact Helen Davis at helen.davis@dla.mil for further information.
    30--GEARCASE-MOTOR
    Buyer not available
    The Department of Defense, through the Defense Logistics Agency (DLA Land and Maritime), is seeking suppliers for the procurement of gearcase-motor components, as outlined in a Combined Synopsis/Solicitation. This opportunity falls under the NAICS code 333612, which pertains to Speed Changer, Industrial High-Speed Drive, and Gear Manufacturing, indicating the need for specialized mechanical power transmission equipment. These components are critical for various defense applications, ensuring operational efficiency and reliability in military equipment. Interested vendors should direct their inquiries to the buyer listed in the solicitation document via email at DibbsBSM@dla.mil, and further details can be accessed through the DLA's DIBBS portal.
    30--GEARCASE-MOTOR
    Buyer not available
    The Department of Defense, through the Defense Logistics Agency (DLA Land and Maritime), is seeking suppliers for the procurement of gearcase-motor components, as outlined in the Combined Synopsis/Solicitation notice. This opportunity falls under the NAICS code 333612, which pertains to Speed Changer, Industrial High-Speed Drive, and Gear Manufacturing, indicating a focus on mechanical power transmission equipment. The goods are critical for various defense applications, ensuring operational efficiency and reliability in military equipment. Interested vendors should direct inquiries to the buyer listed in the solicitation document via email at DibbsBSM@dla.mil, and further details can be accessed through the DLA's DIBBS portal.
    61--MOTOR ASSEMBLY,ELEC, IN REPAIR/MODIFICATION OF
    Buyer not available
    The Department of Defense, specifically the Department of the Navy through NAVSUP Weapon Systems Support MECH, is seeking to procure motor assemblies for repair and modification purposes. The requirement involves the acquisition of two units of NSN 7H-6105-012010921, with delivery terms set to FOB Origin, and the government does not possess the data rights necessary for competitive sourcing of this part. This procurement is critical as it pertains to electrical motors essential for various defense applications, and the government intends to negotiate with only one source under FAR 6.302-1, although interested parties may submit proposals or capability statements within 45 days of this notice. For further inquiries, interested vendors can contact Andrea Rhone at (717) 605-1125 or via email at ANDREA.RHONE@NAVY.MIL.