Dynamic Motor Analyzer (DMA) Repair
ID: FA812624Q0047Type: Combined Synopsis/Solicitation
Overview

Buyer

DEPT OF DEFENSEDEPT OF THE AIR FORCEFA8126 AFSC PZIMBTINKER AFB, OK, 73145-3305, USA

NAICS

Electronic and Precision Equipment Repair and Maintenance (811210)

PSC

MAINT/REPAIR/REBUILD OF EQUIPMENT- ELECTRICAL AND ELECTRONIC EQUIPMENT COMPONENTS (J059)
Timeline
    Description

    The Department of Defense requires the one-time repair of a Schleich Dynamic Motor Analyzer (DMA). This equipment is used to test electrical motors, and the successful contractor will be an authorized Schleich repair service center and dealer, with specialized training in electrical motor testing equipment.

    The scope of work involves repairing the DMA to full working order as per the guidelines provided by the manufacturer. The contractor will need to provide the necessary labor, materials, and expertise to ensure the DMA functions optimally.

    To be eligible, applicants must have the necessary certifications and expertise to meet the specialized repair requirements. The Air Force seeks a contractor with a strong track record of successful repairs of electrical and electronic equipment.

    This contract is financially valued between $100,000 and $250,000. It is expected to be a firm-fixed price agreement, with funding provided upon successful completion of the repair work.

    Interested parties should respond by the deadline indicated in the solicitation documents, ensuring compliance with all format and content requirements outlined therein. The government reserves the right to award the contract based on initial submissions without engaging in discussions.

    The selection will be based on a combination of factors, including the contractor's qualifications, experience, and ability to meet the specialized repair needs. Offerors must provide a detailed work plan, certification of their repair capabilities, and references for similar past projects. Cost-effectiveness and timely delivery will also be evaluated.

    For clarification or further information, interested parties may contact Alicia McGill at alicia.mcgill@us.af.mil or Brad Bonsall at bradley.bonsall@us.af.mil.

    This summary provides an overview of the key aspects of the Dynamic Motor Analyzer repair opportunity. For more details, the complete solicitation document should be consulted.

    Point(s) of Contact
    Files
    No associated files provided.
    Lifecycle
    Title
    Type
    Combined Synopsis/Solicitation
    Similar Opportunities
    EVALUATION AND COMMERCIAL REPAIR OF DC MOTOR
    Active
    Dept Of Defense
    The Department of Defense, through the Naval Surface Warfare Center (NSWC) Crane, is seeking contractors for the evaluation and commercial repair of four Standard DC Motors, as outlined in solicitation N00164-24-Q-0282. The procurement requires comprehensive inspections, repairs, and evaluations in accordance with military standards, with a total funding limit of $37,000 for each motor. This opportunity is critical for maintaining operational readiness and ensuring the reliability of marine equipment, reflecting the importance of high-quality service delivery in military applications. Interested contractors must submit their offers by September 9, 2024, to Jaclyn Murray at jaclyn.b.murray.civ@us.navy.mil, and must be registered in the System for Award Management (SAM) to access controlled attachments.
    REMANUFACTURE F110 MOTIONAL TRANSDUCER
    Active
    Dept Of Defense
    The Department of Defense, specifically the Department of the Air Force, is soliciting proposals for the remanufacture of F110 Motional Transducers, with a focus on delivering 42 units of the specified technology. This procurement is critical for maintaining the operational reliability of aircraft systems, as the F110 LVDT (Motional Transducer) plays a vital role in engine performance monitoring. The contract is designated as a sole source opportunity to Ametek (Cage Code: 97424), emphasizing the importance of quality and compliance with stringent federal standards. Interested vendors should direct inquiries to Tara Parker, the Contracting Officer, at tara.parker.4@us.af.mil, and adhere to the submission guidelines outlined in the solicitation documents.
    16--DC AFT PDA,DC, IN REPAIR/MODIFICATION OF
    Active
    Dept Of Defense
    The Department of Defense, specifically the Department of the Navy through NAVSUP Weapon Systems Support, is soliciting proposals for the repair and modification of the DC AFT PDA, DC, under a firm fixed-price contract. The procurement involves the overhaul, upgrade, and testing of aircraft parts, ensuring they meet operational standards and are returned to a Ready for Issue (RFI) condition. This opportunity is critical for maintaining the functionality and reliability of military aircraft components, which are essential for national defense operations. Interested contractors should contact Carmelena Oldroyd at 215-697-2606 or via email at CARMELENA.OLDROYD@NAVY.MIL for further details, with the expectation of a 90-day repair turnaround time after asset receipt.
    53--MOTOR AND BRAKE,AIR, IN REPAIR/MODIFICATION OF
    Active
    Dept Of Defense
    The Department of Defense, specifically the Department of the Navy through NAVSUP Weapon Systems Support, is soliciting proposals for the repair and modification of air motors and brakes. The procurement aims to ensure the efficient repair of these critical components, which are essential for various naval operations, with a required turnaround time of 183 days from receipt of the asset. Interested contractors must submit their quotes via email to the primary contact, Sarah Crompton, by the specified due date, and must comply with government source approval requirements prior to award. For further inquiries, contractors can reach out to Sarah Crompton at 215-697-5809 or via email at sarah.e.crompton.civ@us.navy.mil.
    SPE4A724R0310 MULTIPLE NSNS / MULTIPLE WEAPON SYSTEMS
    Active
    Dept Of Defense
    The Department of Defense, Defense Logistics Agency (DLA) Aviation is seeking proposals for a multiple NSNS Indefinite Quantity Contract (IQC) for aircraft maintenance and repair specialized equipment. This procurement involves 43 different National Stock Numbers (NSNs), each evaluated individually. The focus is on obtaining specific aircraft and engine components, along with associated gauges and assemblies, based on the provided part numbers. The scope of work involves the supply of these precise components, with strict adherence to technical specifications and quality standards. Offerors must demonstrate their ability to meet the required delivery timelines and fulfill the specified quantities. This opportunity is open to all eligible contractors, with no restrictions. However, the export-controlled items included in the procurement require contractors to be certified by the DOD to access unclassified data. This certification is obtained through the submission of a DD Form 2345. Funding for this IQC is estimated at $5 million over a five-year base period, with the possibility of extensions. The contract will be awarded based on the evaluation of factors such as delivery timeframes, technical compliance, and cost effectiveness. Interested parties should download the solicitation from the DLA Internet Bid Board System (DIBBS) on or about August 16, 2024. The submission deadline will be outlined in the solicitation document, which will include detailed instructions on the format and any additional requirements. For further clarification or questions, contractors should contact Gladys Brown at gladys.brown@dla.mil or via phone at 8042791561. Please note that the solicitation will be issued as an unrestricted procurement, and the export of some items may be controlled under the International Traffic in Arms Regulations (ITAR).
    16--DRIVE UNIT,POWER, IN REPAIR/MODIFICATION OF
    Active
    Dept Of Defense
    The Department of Defense, specifically the Department of the Navy through NAVSUP Weapon Systems Support, is soliciting offers for the repair and modification of a drive unit power component. This procurement falls under the NAICS code 336413, which pertains to Other Aircraft Parts and Auxiliary Equipment Manufacturing, and involves the provision of miscellaneous aircraft accessories and components as classified under PSC code 1680. The successful contractor will be required to adhere to specific quality standards, including MIL-I-45208 or its equivalent, and must ensure compliance with various federal regulations, including the Buy American Act. Interested parties can reach out to Eric Tarkett at 215-697-4313 or via email at ERIC.TARKETT@NAVY.MIL for further details. The monetary limitation for this repair purchase order is set at $24,230.55.
    Overhaul/Repair of TH-1H Dynamic Components
    Active
    Dept Of Defense
    The Department of Defense, specifically the Department of the Air Force, is soliciting proposals for the overhaul and repair of dynamic components for the TH-1H helicopter under solicitation number FA852424R0008. The primary objective is to ensure that critical safety items are overhauled in accordance with the original equipment manufacturer's standards, thereby maintaining the operational readiness of the U.S. Air Force's fleet for training and combat missions from FY25 to FY30. This procurement is vital for sustaining flight safety and operational integrity, as it involves essential components such as the Main Transmission Assembly and Tail Rotor Drive Quill Assembly. Proposals are due by September 26, 2024, at 4 PM EST, and interested contractors should contact Shawna Barrett at shawna.barrett.1@us.af.mil or Leigh Ann Taylor at leigh.taylor.3@us.af.mil for further information.
    AC PDA,AC POWER
    Active
    Dept Of Defense
    The Department of Defense, specifically the Department of the Navy through NAVSUP Weapon Systems Support, is soliciting proposals for the repair and testing of AC PDA and AC Power components, classified under NAICS code 336413. The procurement aims to ensure that these aircraft parts are overhauled, upgraded, and returned to a Ready for Issue (RFI) condition, adhering to strict quality and inspection standards as outlined in the Statement of Work. These components are critical for maintaining operational readiness in military aircraft, emphasizing the importance of reliable and efficient repair services. Interested contractors should contact Alainna Pettit at 215-697-2606 or via email at alainna.p.pettit.civ@us.navy.mil for further details, with a monetary limitation set at $54,893.60 for this contract opportunity.
    J85 Engine T5-5 Amplifier
    Active
    Dept Of Defense
    The Department of Defense, specifically the Department of the Air Force, is soliciting proposals for the repair and upgrade of the J85-5 Digital Temperature Control Amplifier (DTCA) used in T-38 aircraft. The procurement includes comprehensive services such as testing, reporting, and adherence to military standards, with a strong emphasis on quality management systems compliant with ISO standards. The DTCA is critical for maintaining the operational integrity of the aircraft, ensuring that all units are returned to a serviceable condition. Interested contractors should contact Robert Hudson at robert.hudson.22@us.af.mil or William Loftis at william.loftis@us.af.mil for further details, with the solicitation number FA8122-24-R-0020 indicating the formal nature of this opportunity.
    HH-60W Ux Validator II Test Set Repair
    Active
    Dept Of Defense
    The Department of Defense, specifically the Air Force Life Cycle Management Center, is seeking proposals for the repair and refurbishment of the Ux Validator II Test Set and associated equipment to support the HH-60W helicopter. The procurement aims to ensure the operational readiness and availability of critical test sets used for aircraft maintenance, which are essential for verifying the functionality of various aircraft systems and components. This long-term contract is structured as a ten-year agreement, including a base year and nine optional years, with an estimated quantity of 24 units per year and a required delivery timeframe of 12 months after receipt of funded orders. Proposals are due by 5:00 PM EDT on October 3, 2025, and interested parties should contact Dominique Doyle at Dominique.doyle@us.af.mil or Hillary Souther at Hillary.souther@us.af.mil for further information.