Repair and recondition services for 25 each Motor
ID: 1305M225Q0062Type: Combined Synopsis/Solicitation
Overview

Buyer

COMMERCE, DEPARTMENT OFNATIONAL OCEANIC AND ATMOSPHERIC ADMINISTRATIONDEPT OF COMMERCE NOAANORFOLK, VA, 23510, USA

NAICS

Electronic and Precision Equipment Repair and Maintenance (811210)

PSC

MAINT/REPAIR/REBUILD OF EQUIPMENT- ELECTRIC WIRE AND POWER DISTRIBUTION EQUIPMENT (J061)

Set Aside

Total Small Business Set-Aside (FAR 19.5) (SBA)
Timeline
    Description

    The Department of Commerce, specifically the National Oceanic and Atmospheric Administration (NOAA), is seeking quotations from qualified small business vendors for the repair and reconditioning of 25 DC Servo Motors, identified by NWS/ROC Part Number 2200220-201. The procurement aims to restore these motors to "Like New" condition to support the operational radar equipment across the National Weather Service (NWS) enterprise, ensuring reliability in weather-related services. Interested vendors must comply with specific technical requirements and packaging standards to prevent damage during transport, with a desired delivery schedule of 60 days for the first article and 180 days for the remaining units. Quotes must be submitted by February 19, 2025, and interested parties can contact Tyran Claypool at tyran.claypool@noaa.gov for further information.

    Point(s) of Contact
    Files
    Title
    Posted
    The document outlines a government Request for Proposal (RFP) and subsequent contract for the repair and reconditioning of 25 DC Servo Motors, as specified by the National Reconditioning Center in Grandview, MO. The solicitation emphasizes compliance with the Federal Acquisition Regulation (FAR) guidelines, including procurement policies for small businesses, particularly those owned by service-disabled veterans and women. It includes criteria for contract execution, requirements for quality and testing, and certifications related to telecommunications equipment and services per recent legislation, including the John S. McCain National Defense Authorization Act. The contractor must submit detailed representations regarding compliance with federal standards, including declarations on child labor practices and tax compliance. Additionally, the document incorporates clauses on environmental responsibility, such as greenhouse gas emissions reporting, and mandates compliance with trade agreements. This RFP represents the government's commitment to supporting small businesses through set-aside programs while ensuring accountability and adherence to ethical sourcing and operational integrity within federal contracting. The order number is 1305M225Q0062, with offers due by February 19, 2025, signifying a structured procurement process focused on transparency and quality assurance.
    The document outlines the specifications for a DC servo motor (CAGE CODE 0WY55, DWG NO. 2200220) intended for use at the WSR-88D Radar Operations Center. The motor features include a permanent magnet design, integral tachometer, and specific electrical and environmental requirements, such as operating at +170 VDC with detailed performance characteristics provided in tables. Key parameters include horsepower, torque, operating speed, dimensions, and weight limitations. The document specifies materials to ensure corrosion resistance, dual orientation for operation, and required electrical connections. Reliability and maintenance guidelines are emphasized, mandating regular inspections and service life expectations. The procurement agency's authority for inspection is noted, along with packaging and shipping requirements for the motor to prevent damage. Furthermore, suggested sources for procuring the parts are identified, along with associated part numbers. This detailed drawing serves as a critical reference for both the manufacture and maintenance of the motor, ensuring that it meets stringent operational and safety standards necessary for its application in government operations.
    The document outlines the Offeror Representations and Certifications required for federal contracts involving commercial products and services. It specifies that Offerors must complete specific sections based on their registration status in the System for Award Management (SAM). Key definitions are provided for terms like "economically disadvantaged women-owned small business," "service-disabled veteran-owned small business," and "covered telecommunications equipment," among others. The provision includes requirements for disclosing ownership structures, tax compliance, and business classifications, such as small disadvantaged or women-owned concerns, and it mandates certifications regarding compliance with labor laws and restrictions on doing business with certain countries. This document plays a critical role in ensuring transparency and accountability in the federal contracting process, reflecting the U.S. government's commitment to supporting small businesses and adhering to statutory guidelines. It establishes a framework for evaluating Offeror qualifications while promoting ethical business practices in government procurement. Overall, this provision is integral to maintaining integrity and compliance within federal grant and contracting processes.
    The document provides detailed instructions for contractors responding to a solicitation from NOAA, specifically outlining the process for submitting quotes for a firm-fixed-price purchase order. Quotes must be emailed to a specified address by the established deadline, and all questions regarding the solicitation should be directed via email within five days of issuance. To be eligible for the award, contractors must register in the System for Award Management (SAM) and must address several requirements, including providing complete form information, a valid quote, a statement regarding delivery timelines, and confirmation of any organizational conflict of interest. A critical aspect of the evaluation will be determining the "best value" by analyzing the most cost-effective options that meet the technical criteria outlined. The document emphasizes compliance, making it clear that failure to adhere to the specified conditions may result in disqualification from consideration. Overall, this solicitation process illustrates typical government contracting procedures, ensuring transparency and competitive pricing for federal acquisitions.
    The document outlines a Statement of Work for the repair and reconditioning of NEXRAD Direct Current (DC) Servo Motors, specifically ASN: R400-2A1A1B1. The contractor is tasked to restore the motors to "Like New" condition in accordance with National Weather Service specifications. This includes comprehensive repair processes such as the replacement of essential parts, inspections, and cleaning before returning the units to the National Reconditioning Center (NRC). A first article may be required for initial evaluation to ensure compliance. Each repaired motor must come with a detailed Repair Report, documenting all actions taken. The contractor must ensure proper packaging to withstand transport, and they are obligated to notify the Contracting Officer in case of any delivery delays. A one-year warranty on material and workmanship is mandated, and the NRC reserves the right to conduct inspections and require rework without extra cost if standards are not met. This initiative highlights the government’s commitment to maintaining critical infrastructure for weather-related services through meticulous equipment management.
    Lifecycle
    Title
    Type
    Combined Synopsis/Solicitation
    Solicitation
    Similar Opportunities
    TDWR Brushless Motors
    Buyer not available
    The Federal Aviation Administration (FAA) is seeking qualified vendors to procure thirty (30) TDWR Brushless Motors (PN: 63900014) to support the Terminal Doppler Weather Radar (TDWR) Antenna Drive System. The procurement is limited to vendors who can demonstrate access to the original equipment manufacturer's (OEM) specifications and drawings, as the FAA does not possess the rights to these documents. This equipment is critical for maintaining the operational integrity of the TDWR system, and the FAA will use responses to this market survey to determine the appropriate procurement method, which may include full-and-open competition or set-asides for small businesses and service-disabled veteran-owned small businesses. Interested parties must submit their documentation by December 10, 2025, at 2:00 PM CT, and direct inquiries via email to Haylee Garcia at haylee.p.garcia@faa.gov.
    STARTER MOTOR
    Buyer not available
    The Department of Homeland Security, specifically the U.S. Coast Guard, is seeking quotations for the procurement of eight starter motors, identified by NSN 6110-01-453-2183, which are essential for operational readiness. The motors must meet specific requirements, including packaging in accordance with ASTM-D5118 standards and proper marking as per MIL-STD-129R, ensuring they are preserved and secured to prevent damage during transport. This procurement is critical for maintaining the functionality of Coast Guard equipment, and the contract will be awarded based on the lowest price technically acceptable offer. Interested vendors must submit their quotations by December 8, 2025, at 10:00 AM EST, to Yvette R. Johnson at YVETTE.R.JOHNSON@USCG.MIL, and must be registered in the System for Award Management (SAM).
    MOTOR,ALT CURRENT
    Buyer not available
    The Department of Defense, specifically the Department of the Navy, is soliciting bids for the repair of an Alternating Current Motor under the NAVSUP Weapon Systems Support Mechanical office. The procurement requires contractors to provide repair services that meet specific operational and functional requirements, including compliance with quality assurance standards and government inspections. This motor is critical for various naval applications, emphasizing the importance of reliability and performance in military operations. Interested contractors should submit their quotes, including pricing and repair turnaround time, to the primary contact, Tyreese C. Smith, at TYREESE.C.SMITH.CIV@US.NAVY.MIL or by phone at 717-605-5937, with the solicitation details available for review.
    MOTOR, ALTERNATING
    Buyer not available
    The Department of Homeland Security, specifically the U.S. Coast Guard, is seeking quotations for the procurement of 10 alternating current motors, identified by part number 3GAA101312-ASE+002, from Russ Equipment Co Inc. These motors are crucial for various operational applications within the Coast Guard, and the contract will be awarded on a firm fixed-price basis to the lowest price technically acceptable offeror. Interested vendors must ensure compliance with packaging and marking requirements as outlined in the DCMA guide, and submit their quotes by December 9, 2025, at 8 AM EST, to the primary contact, Nina Crosby, at NINA.M.CROSBY@USCG.MIL or by phone at 410-762-6658.
    MOTOR,ALTERNATING C
    Buyer not available
    The Department of Defense, specifically the Department of the Navy, is soliciting bids for the repair of an Alternating Current Motor through the NAVSUP Weapon Systems Support Mechanical office. The procurement aims to ensure the repair of the motor meets specific operational and functional requirements, with a Repair Turnaround Time (RTAT) of 181 days being a critical factor in the evaluation of bids. This motor is essential for various defense applications, highlighting the importance of timely and quality repairs to maintain operational readiness. Interested contractors should submit their quotes, including unit price and RTAT, to Noah Kuntz at NOAH.R.KUNTZ2.CIV@US.NAVY.MIL, with the solicitation issued under Emergency Acquisition Flexibilities, encouraging accelerated delivery before the specified dates.
    61--MOTOR,MECHANISM, IN REPAIR/MODIFICATION OF
    Buyer not available
    The Department of Defense, specifically the Department of the Navy through NAVSUP Weapon Systems Support Mechanical, is soliciting proposals for the repair and modification of motors and mechanisms. The procurement involves the inspection, evaluation, and restoration of government-owned equipment to first-class operating condition, adhering to specific technical and quality requirements outlined in the contract. This opportunity is crucial for maintaining operational readiness and ensuring the reliability of essential military equipment. Interested contractors should direct inquiries to Carly Gassert at 771-229-0084 or via email at CARLY.GASSERT@NAVY.MIL, with quotations valid for 60 days following submission.
    61--ROTOR,MOTOR
    Buyer not available
    The Department of Defense, through the Defense Logistics Agency (DLA Land and Maritime), is seeking quotes for the procurement of three units of the rotor motor (NSN 6105012093425). This solicitation is a Total Small Business Set-Aside, aimed at acquiring essential components for electric wire and power distribution equipment, which are critical for various defense applications. Interested vendors must submit their quotes electronically, as hard copies will not be provided, and the solicitation details can be accessed via the DLA's online platform. For inquiries, potential bidders can reach out to the buyer at DibbsBSM@dla.mil, with quotes due within 137 days after the award date.
    Repair Various Radar Components
    Buyer not available
    The Department of Homeland Security, specifically the U.S. Coast Guard's Aviation Logistics Center, is seeking information from qualified firms regarding the repair of various radar components. The procurement focuses on the repair capabilities for specific radar items, including a Radar Array, Radar Receiver, and Radar Controller, which must be performed by the Original Equipment Manufacturer (OEM) or an OEM authorized repair facility. This sources sought notice is part of the Coast Guard's market research to identify potential sources and does not constitute a solicitation for proposals or quotes. Interested parties must respond by December 16, 2025, at 2:00 PM EST, providing relevant company information and documentation of OEM authorization to Adam Finnell at Adam.A.Finnell2@uscg.mil and MRR-PROCUREMENT@uscg.mil, referencing notice number 70Z03826IJ0000009 in the subject line.
    MOTOR,DIRECT CURREN
    Buyer not available
    The Department of Defense, specifically the Department of the Navy, is soliciting bids for the procurement of a Direct Current Motor through NAVSUP Weapon Systems Support Mechanicsburg. This opportunity requires the submission of firm-fixed price quotes for the manufacture and supply of the motor, adhering to specific quality assurance and inspection standards, including MIL-STD packaging and government source inspection. The goods are critical for military applications, emphasizing the need for authorized sources and compliance with stringent documentation and traceability requirements. Interested vendors should submit their quotes electronically to Darian M. Holley at DARIAN.M.HOLLEY.CIV@US.NAVY.MIL, ensuring all necessary certifications and information are included, with a minimum quote expiration of 90 days.
    MOTOR,A.C.
    Buyer not available
    The Department of Defense, specifically the Department of the Navy through NAVSUP Weapon Systems Support Mechanical, is soliciting bids for the repair of A.C. motors. The procurement involves inspection, evaluation, and restoration of government-owned equipment to first-class operating condition, adhering to specific technical and quality requirements. These motors are critical components used in various defense applications, emphasizing the importance of maintaining their operational integrity. Interested contractors should direct inquiries to Carly Gassert at 771-229-0084 or via email at CARLY.GASSERT@NAVY.MIL, with quotations valid for 60 days following submission.