Electrospindle and Installation
ID: FA8125-26-Q-0008Type: Solicitation
Overview

Buyer

DEPT OF DEFENSEDEPT OF THE AIR FORCEFA8125 AFSC PZIMATINKER AFB, OK, 73145-3303, USA

NAICS

Machine Tool Manufacturing (333517)

PSC

MISCELLANEOUS MACHINE TOOLS (3419)

Set Aside

No Set aside used (NONE)
Timeline
    Description

    The Department of Defense, specifically the Department of the Air Force, is soliciting proposals for the procurement and installation of a 65 kW HSK-A-100 Electrospindle at Tinker Air Force Base in Oklahoma. The contractor will be responsible for ensuring the spindle is fully operational and meets original equipment manufacturer (OEM) specifications, including necessary connections for power, water, and compressed air, with performance verification required post-installation. This procurement is crucial for enhancing machining capabilities at the base, and the contract is designated as a Women-Owned Small Business (WOSB) set-aside. Interested contractors should contact Sondra Groth at Sondra.Groth@us.af.mil or Sheridan Robison at sheridan.robison@us.af.mil for further details, and must adhere to specific delivery and safety protocols outlined in the solicitation documents.

    Point(s) of Contact
    Files
    Title
    Posted
    This document outlines the Statement of Work (SOW) for the purchase, installation, and performance verification of a 65 kW HSK A 100 spindle at Tinker Air Force Base (TAFB) Building 9001, Post E69. The contractor must notify the Government Point of Contact (GPOC) five business days before installation, which will take six days. The contractor is responsible for ensuring the electrospindle is fully operational and meets OEM specifications, including final connections for power, water, and compressed air provided by the government within 25 feet. Performance verification is required to demonstrate compliance with all specifications. Work hours are Monday through Friday, 0600-1600, excluding federal holidays. The contractor must adhere to all federal, state, local, and TAFB environmental protection and occupational safety regulations, including specific procedures for hazardous materials (HAZMAT), hazardous waste, discharges, and spill reporting. Certifications for "No HAZMAT will be brought on base" or "No Hazardous Waste Generation" may exempt certain requirements. The document emphasizes the commander’s safety intent, encouraging all individuals to take personal responsibility for safety, report hazards, and participate in the "Speak Out for Safety" initiative. Contractors must communicate workplace hazards, follow emergency procedures, and report any injuries or property damage within one business day. Compliance with combating trafficking in persons is also mandated.
    This government solicitation (FA812526Q0008) is for the procurement and installation of an Electrospindle 65 kW HSK-A-100 for Tinker Air Force Base. It is designated as a Women-Owned Small Business (WOSB) set-aside. The document details the schedule of supplies/services, including the Electrospindle and its installation, both priced as Firm Fixed Price. Key information includes delivery requirements, contractor holiday observances, and specific instructions for deliveries to Tinker AFB, including truck entry gates and prohibitions on using "Staff Drive" for Building 3001 deliveries. Contractors must comply with ID badge requirements and may be subject to background checks. The solicitation incorporates various FAR and DFARS clauses, notably those concerning electronic payment via Wide Area WorkFlow (WAWF) and Item Unique Identification and Valuation (IUID).
    Lifecycle
    Title
    Type
    Solicitation
    Similar Opportunities
    Tinker Base Supply and Munitions
    Buyer not available
    The Department of Defense, specifically the Department of the Air Force, is soliciting proposals for a contract to provide Base Supply and Munitions services at Tinker Air Force Base (TAFB) in Oklahoma. The contractor will be responsible for managing personnel, equipment, and services related to supply operations, inventory control, customer support, and munitions management, ensuring compliance with Air Force regulations and maintaining war readiness. This procurement is particularly significant as it supports the logistics readiness of the 72 Logistics Readiness Squadron and includes a total estimated award amount of $47 million, with a base performance period starting in April 2026 and extending through March 2033. Interested parties should direct inquiries to Robert Kipler or Samuel Nemargut via email, and proposals must be submitted electronically by the specified deadline.
    Repair of B-1B Torque Motor
    Buyer not available
    The Department of Defense, through the Department of the Air Force, is soliciting proposals for the repair of B-1B Torque Motors, specifically National Stock Numbers 6105-01-232-8318 and 6105-01-232-8319. The procurement aims to secure comprehensive repair services, including provisions for "No Fault Found" items and additional work requirements, with a total estimated contract value of $4,149,750.00 over a base year and three option years. This contract is critical for maintaining the operational readiness of the B-1B aircraft, ensuring that essential components are serviced to meet military standards. Interested contractors must submit their proposals by January 30, 2026, and can direct inquiries to Amy Schmitz at amy.schmitz.1@us.af.mil or David Herrig at david.herrig.1@us.af.mil.
    Fuel System Component Test Stand
    Buyer not available
    The Department of Defense, specifically the U.S. Air Force, is soliciting proposals from Women-Owned Small Businesses (WOSB) for the provision of a Fuel System Component Test Stand under solicitation FA812526Q0010. The procurement includes the design, installation, calibration, and training associated with the test stand, which is critical for aircraft engine maintenance and repair operations. The contract is structured as a Firm Fixed Price arrangement, with a performance period from January 16, 2026, to January 15, 2028, and proposals are due by December 19, 2025. Interested vendors must have a valid DD2345 and be registered in the JCP Portal to access controlled documents, and they can reach out to Sheridan Robison at sheridan.robison@us.af.mil for further inquiries.
    VTI Instruments DAQ Card
    Buyer not available
    The Department of Defense, through the Department of the Air Force, is seeking proposals from qualified Women-Owned Small Businesses (WOSBs) to supply a VTI Instruments DAQ Card, specifically part number 70-0071-002, which includes a VM9000 carrier and three VM3618 DAC modules. This procurement is critical for military operations, as it involves specialized data acquisition equipment necessary for effective maintenance and operational capabilities at Tinker Air Force Base in Oklahoma. Interested vendors must submit their offers by December 9, 2025, with a delivery deadline set for May 15, 2026, and are encouraged to reach out to primary contact Sondra Groth at Sondra.Groth@us.af.mil or secondary contact Sheridan Robison at sheridan.robison@us.af.mil for further information.
    UniWest EVI Instrument Kit
    Buyer not available
    The Department of Defense, specifically the Department of the Air Force, is soliciting proposals from Women-Owned Small Businesses (WOSB) for the provision of a UniWest EVi Advanced Eddy Current Instrument Kit, which includes various accessories necessary for aircraft inspections. This procurement aims to acquire equipment that is portable and capable of producing c-scan results from eddy current inspections, thereby enhancing the efficiency and effectiveness of on-site aircraft maintenance operations at Tinker Air Force Base in Oklahoma. The solicitation outlines detailed contractual requirements, including delivery instructions, packaging standards, and compliance with various Federal Acquisition Regulation (FAR) clauses, emphasizing the importance of adhering to established communication protocols. Interested parties should direct inquiries to Paula Perry or Sheridan Robison via email, with the solicitation document available for review to understand the full scope of requirements and deadlines.
    Zeiss XTR Probe Head
    Buyer not available
    The Department of Defense, specifically the Department of the Air Force, is seeking proposals for the procurement of a Zeiss XTR Probe Head and associated components for the Oklahoma City Air Logistics Complex at Tinker Air Force Base. The requirements include one Zeiss Vast XTR Gold Probe Head, ten Zeiss Vast XTR Adapter Plates, and five Zeiss Vast XTR Probe Change Sockets, along with comprehensive technical documentation and a one-year warranty for all items. These components are critical for the operation of the Zeiss Contura Coordinate Measuring Machine, which is essential for precision measurement and testing in various defense applications. Interested vendors, particularly small businesses, should contact Brian Eakers at brian.eakers@us.af.mil or Kyle Newcomb at Kyle.newcomb@us.af.mil for further details, as this opportunity is set aside for total small business participation.
    KC-46 Pneumatic Starter
    Buyer not available
    The Department of Defense, specifically the Department of the Air Force, is soliciting proposals for the KC-46 Pneumatic Starter project, which involves updates to existing Air Turbine Starter (ATS) test stands at Hill Air Force Base in Utah. The procurement aims to engage an Original Equipment Manufacturer (OEM) to develop and integrate new software and hardware necessary for testing the KC-46 ATS, including the creation of test templates and installation of required hardware. This initiative is crucial for ensuring the operational readiness and compatibility of the KC-46 aircraft's pneumatic starter systems. Interested parties, particularly Women-Owned Small Businesses, should refer to solicitation FA822826Q0004 and contact Hayden Thurston at hayden.thurston@us.afmil or Costadena Bournakis at costadena.bournakis@us.af.mil for further details, with a performance period set from January 5, 2026, to January 5, 2027.
    Remanufacture of the F-15 Pitch/Roll Channel Assemblies & Pitch Trim Controller
    Buyer not available
    The Department of Defense, specifically the Department of the Air Force, is soliciting proposals for the remanufacture of F-15 Pitch/Roll Channel Assemblies and Pitch Trim Controllers, with a focus on returning these components to like-new condition. The procurement involves comprehensive tasks such as disassembly, cleaning, inspection, maintenance, re-assembly, testing, and adherence to technical orders and OEM specifications, addressing challenges like obsolescence and requiring a robust Supply Chain Risk Management plan. This contract is critical for maintaining the operational integrity of the F-15 aircraft, ensuring that essential components function effectively in support of military operations. Interested contractors should contact Alan Tran at alan.tran.1@us.af.mil or Morgan Mcgarity at morgan.mcgarity@us.af.mil for further details, with the contract set aside for 8(a) sole source and performance expected in S Coffeyville, Oklahoma.
    DISK,TURBINE,AIRCRA
    Buyer not available
    The Department of Defense, through the Defense Logistics Agency (DLA) Aviation at Oklahoma City, OK, is initiating a presolicitation for the procurement of turbine disks for aircraft. This contract action is expected to remain below the simplified acquisition threshold, and the solicitation will be accessible electronically via the Government Point of Entry (GPE), allowing public response. The goods sought are critical components in gas turbines and jet engines, which play a vital role in aircraft performance and reliability. Interested vendors can reach out to James Headington at James.Headington.1@us.af.mil for further details regarding the solicitation, referenced as SPRTA126Q0115.
    NSN2840-01-187-3185PN_HousingGearboxTurbine_F108_PN9976M74G04_FD2030-25-02064
    Buyer not available
    The Department of Defense, through the Defense Logistics Agency (DLA) Aviation at Oklahoma City, is soliciting proposals for the procurement of five units of Housing, Gearbox, Turbine, identified by NSN 2840-01-187-3185OK and part number 9976M74G04. The contract requires the delivery of these units, which must be new and manufactured from aluminum alloy, with specific dimensions and weight, to be staggered between August and October 2027 at DLA Distribution Depot Oklahoma. This acquisition is classified as a Critical Safety Item (CSI) and is subject to compliance with ISO 9001:2015 quality assurance standards and the Buy American Act. Proposals are due by December 8, 2025, at 3:00 PM CST, and must be submitted electronically to Alex Varughese at alex.varughese.1@us.af.mil. Interested parties must also be registered with SAM.gov and agree to use Wide Area Workflow Receipt and Acceptance (WAWF-RA).