Repair of NSN 6105-306-8304
ID: FD202025Q00565Type: 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- ELECTRICAL AND ELECTRONIC EQUIPMENT COMPONENTS (J059)

Set Aside

Total Small Business Set-Aside (FAR 19.5) (SBA)
Timeline
  1. 1
    Posted Mar 25, 2025, 12:00 AM UTC
  2. 2
    Updated Mar 25, 2025, 12:00 AM UTC
  3. 3
    Due Apr 19, 2025, 9:00 PM UTC
Description

The Department of Defense, specifically the Department of the Air Force, is soliciting proposals for the repair of control motors identified by National Stock Number (NSN) 6105-306-8304. The procurement involves the repair and restoration of DC Servo Motors, with specific requirements for testing, teardown, evaluation, and compliance with military specifications to ensure the items are returned to a serviceable condition. These motors play a critical role in various defense applications, emphasizing the importance of reliability and adherence to stringent quality standards. Interested small businesses must submit their proposals by April 19, 2025, and can direct inquiries to Logan Drake at logan.drake.4@us.af.mil or John Prather at JOHN.PRATHER.3@US.AF.MIL.

Point(s) of Contact
Files
Title
Posted
Mar 25, 2025, 10:06 PM UTC
The "CAV AF Reporting Requirements" document outlines the obligations of contractors involved with the Commercial Asset Visibility Air Force (CAV AF) system. It details guidelines for accurate reporting and tracking of government-owned assets at contractor facilities, ensuring real-time visibility and accountability. Contractors must maintain their asset records in CAV AF, address training and cyber-awareness protocols, and utilize specified documentation for receipt and shipping of assets. The document specifies procedural requirements for transactions related to “Not-on-Contract” items, issues with shipping discrepancies, and the use of specific forms like DD Form 1348-1A. It emphasizes timely reporting, compliance with cybersecurity measures, and the prohibition of contractual induction-at-risk for repair contracts. Furthermore, it delineates procedures for handling assets upon contract completion and the repercussions of data misreporting. Overall, the guidelines are essential for ensuring proper asset management and reporting integrity within government operations, aligning with broader mandates for federal grants and state and local RFP processes.
Mar 25, 2025, 10:06 PM UTC
The document outlines a series of federal and state funding opportunities through requests for proposals (RFPs) and grants. It emphasizes the important role these funding mechanisms play in facilitating various government programs aimed at improving public services and infrastructure. Key areas of focus include eligibility criteria for applicants, the application process, deadlines, and required documentation for securing funding. Moreover, the document discusses the evaluation criteria used to assess proposals, ensuring transparency and fairness in the funding selection process. It stresses the significance of adhering to regulations and guidelines set by federal and state authorities while promoting innovative solutions in key sectors such as education, healthcare, and transportation. The document serves as a comprehensive resource for potential applicants to navigate the complex landscape of government funding effectively, ultimately reinforcing the government's commitment to fostering development and enhancing community welfare.
Mar 25, 2025, 10:06 PM UTC
This document details specifications for a DC Servo Motor classified under federal procurement, identified by the National Stock Number (NSN) 6105013068304FD. The motor, noted for its critical role in control systems, measures 10.9 inches in length, 4.85 inches in width, and 4.6 inches in height, weighing 19 pounds. The criticality code marked as 'X' signifies the item's importance, while a demilitarization code 'A' indicates specific handling instructions. The report originates from Jason I. Pedersen of the 415 SCMS / GUMA, with contact information provided for procurement or inquiries. Although other details regarding materials and specific operational thresholds remain unspecified, the document reflects standard practices in government Request for Proposals (RFPs). It showcases the importance of thorough technical specifications in federal acquisitions to ensure compliance and functional integrity. The submission emphasizes the need for precision in sourcing critical components for defense and operational effectiveness. Overall, it underscores the procedural rigor involved in federal contracting and the procurement of technical equipment.
Mar 25, 2025, 10:06 PM UTC
The document outlines the Item Unique Identification (IUID) Checklist as mandated by DFARS 252.211.7003, specifically targeting the marking requirements for a motor control item with the NSN 6105013068304FD. The checklist is initiated by Andrew J. Webb from 415 SCMS/GUEA and includes essential contact details, including a commercial and DSN phone number. The markings must comply with the latest MIL-STD-130, with the location and method determined by the contractor. There also exists a section for embedded items related to the same NSN, although specific markings or additional details are not provided in this version. The document serves to clarify requirements for item identification within federal contracting, emphasizing compliance with established standards to facilitate traceability and logistics. This process is crucial for maintaining inventory accuracy and ensuring proper asset management across federal projects.
Mar 25, 2025, 10:06 PM UTC
The document outlines packaging requirements for military supplies under Purchase Instrument Number FD20202500565-00, emphasizing compliance with international standards regarding wooden packaging materials (WPM) to prevent the spread of invasive species like the pinewood nematode. WPM includes items such as pallets and crates, which must be constructed from debarked wood and heat-treated to specified temperatures for pest control. The packaging mandates certification by an accredited agency recognized by the American Lumber Standards Committee. Specific items listed, such as 6105DTG25031EFD and 6105DTG250322FD, include detailed coded data and preservation levels, indicating no additional packaging data is required for some items. However, for item 6105013068304FD, military long line packaging instructions apply, with requirements for compliance with MIL-STD-2073-1 for military packaging and MIL-STD-129 for military marking. The document concludes with contact information for the packaging specialist, affirming adherence to military standards for packaging and marking to ensure compliance and traceability across the supply chain. Overall, the requirements stress environmental protection through proper packing methods for global shipments.
Mar 25, 2025, 10:06 PM UTC
The Statement of Work from September 2023 outlines rigorous preservation, packaging, and marking requirements for military material as part of a federal contracting initiative. Contractors are mandated to adhere to specific military standards, including MIL-STD-2073-1 for packaging, MIL-STD-129 for marking, and other applicable regulations for hazardous materials and specialized containers. Key procedures involve meticulous documentation using the AFMC Form 158 and compliance with safety protocols for both electromechanical devices and hazardous materials during their transportation. Additionally, the document stresses the importance of following international phytosanitary measures for wood packaging materials and maintaining the integrity of reusable containers. Contractors are also obliged to report discrepancies through the Web Supply Discrepancy Report system for any non-compliance with packaging standards. Overall, this comprehensive directive ensures that contractors meet national security and safety requirements while facilitating efficient logistical operations within the Department of Defense. It is critical for maintaining the integrity and reliability of military supplies and equipment.
Mar 25, 2025, 10:06 PM UTC
The Performance Work Specification (PWS) outlines the requirements for the repair and restoration of the motor (NSN: 6105-01-306-8304) as provided by the Ogden Air Logistics Center, Hill AFB. Contractors must perform either Test, Teardown, and Evaluation (TT&E) or both TT&E and repair to ensure the item meets military specifications. The repair process involves thorough inspection, cleaning, and rust treatment, returning the end item to a serviceable, like-new condition without damaging government property. Contractors must comply with strict guidelines regarding quality, report on any deficiencies, and address counterfeit parts through a Counterfeit Prevention Plan. They are also responsible for safely packaging, shipping, and ensuring all alterations are reported, including any necessary Engineering Change Orders. Additionally, the contractor must promptly report on the condition of the asset post-repair and maintain accurate documentation throughout the process. The key focus is on reliability, adherence to military standards, and the effective management of logistics and potential counterfeit risks, ensuring all delivered items reflect the original new specifications while meeting safety and security guidelines throughout the maintenance and shipping processes.
Mar 25, 2025, 10:06 PM UTC
The document presents a Repair Data List for a specific control motor (Part Number: TTB3-2931-3093BA) with the National Stock Number (NSN) 6105013068304FD, issued by Cage Code 5W607. It includes two key items related to the motor: the Illustrated Parts Breakdown and the Specification Control Drawing. Both documents are categorized with distinct furnishing codes, indicating their availability and ownership rights. The repair data emphasizes government rights and distribution codes, clarifying the access and usage of the accompanying technical data. The document's structured approach categorizes information for clarity, essential for procurement and contract management within government RFPs and grant processes. This ensures that stakeholders have organized access to vital repair information and specifications necessary for compliance with contractual obligations and the efficient repair of the listed equipment.
Mar 25, 2025, 10:06 PM UTC
Mar 25, 2025, 10:06 PM UTC
This document is a Request for Quotation (RFQ) issued by the Department of the Air Force for the procurement of services related to the repair and evaluation of control motors, specifically NSN: 6105-01-306-8304. The RFQ specifies the requirement for qualified vendors to submit their proposals by April 19, 2025. It outlines various contract line items for services, including a firm fixed price for analysis, repair, and necessary reporting documentation. The government emphasizes compliance with specific qualification requirements for vendors, and details the procedures for inspections, acceptance, and data requirements essential to contract fulfillment. Key provisions include a stipulation that all deliveries will be made to specified locations with a focus on strict adherence to reporting and documentation standards, including the need for a unique item identifier (UID) for applicable items. The document also outlines various contractual clauses, including payment instructions, and emphasizes the government’s rights regarding contract termination and compliance oversight. The RFQ underscores the importance of adhering to national defense priorities and sets requirements for timely proposal submissions while highlighting inspection protocols to ensure quality assurance throughout the procurement process.
Mar 25, 2025, 10:06 PM UTC
The document pertains to transportation data for government solicitations related to the procurement of commodities, detailing essential shipping instructions and funding information. Initiated on March 3, 2025, it outlines the purchase instrument number and addresses transportation provisions, including F.O.B. (Free on Board) terms, clauses, and regulations pertaining to shipping. Key instructions emphasize the necessity of consulting the DCMA (Defense Contract Management Agency) Transportation for shipping documentation and regulatory clearances—highlighting the requirement that vendors must engage with DCMA prior to moving freight. Additionally, the document contains critical transportation funds information, including account codes and line item details for multiple shipments to specified addresses, primarily Hills Air Force Base, Utah, and Barstow, California. Each shipment section includes the associated National Stock Numbers (NSNs) and remarks related to compliance standards. The overall purpose is to facilitate accurate and efficient transportation coordination in adherence to federal guidelines within government RFP processes, ensuring vendors are well-informed and compliant to avoid unnecessary costs. The structured layout provides both the shipping schedules and the requisite contact details, contributing to systematic procurement and logistics management in government operations.
Lifecycle
Title
Type
Solicitation
Similar Opportunities
61--MOTOR,DIRECT CURREN, 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 direct current motors, identified by NSN 7H-6105-013162091. The procurement involves a quantity of 97 units to be delivered to the DLA Distribution facility in New Cumberland, PA, and is set aside for small businesses under the SBA guidelines. These motors are critical components in various defense applications, emphasizing the importance of reliable supply and maintenance. Interested parties should contact Heather A. Vanhoy at (717) 605-3528 or via email at HEATHER.VANHOY@NAVY.MIL for further details, with proposals due within 45 days of the notice publication.
61--MOTOR,DIRECT CURREN, IN REPAIR/MODIFICATION OF
Buyer not available
The Department of Defense, specifically the Department of the Navy through NAVSUP Weapon Systems Support Mechanicsburg, is soliciting proposals for the repair and modification of direct current motors. This procurement involves comprehensive repair services, including teardown and evaluation of the motors, with a focus on ensuring compliance with military standards and specifications. The motors are critical components used in various defense applications, necessitating high-quality repair to maintain operational readiness. Interested vendors must submit their proposals, including repair pricing and any exceptions to the solicitation requirements, to the primary contact, Kaitlyn T. Mounts, via email at kaitlyn.t.mounts.civ@us.navy.mil or by phone at 717-605-5937. The contract will be awarded bilaterally, and all proposals must be submitted in accordance with the specified timelines and requirements outlined in the solicitation.
Repair of NSN 5895-01-106-3414
Buyer not available
The Department of Defense, specifically the Department of the Air Force, is soliciting proposals for the repair of modulator subassemblies (NSN 5895-01-106-3414) as part of a federal contract opportunity. The procurement includes multiple line items for the repair and associated data reporting, with a total quantity of two units required for each line item, and a delivery timeline of 30 days after receipt of carcass or completion of study. These modulator subassemblies are critical components used in military applications, necessitating adherence to stringent quality and reporting standards, including compliance with the Commercial Asset Visibility Air Force (CAV AF) system. Interested contractors should direct their proposals to Logan Drake at logan.drake.4@us.af.mil, with a submission deadline of May 23, 2025, and are encouraged to review all associated documents thoroughly to ensure compliance with the outlined requirements.
MOTOR,DIRECT CURREN
Buyer not available
The Department of Defense, specifically the Department of the Navy, is soliciting proposals for the repair of Direct Current Motors under the NAVSUP Weapon Systems Support Mechanical office. The procurement aims to secure a reliable repair service with a required Repair Turnaround Time (RTAT) of 100 days, ensuring that the motors meet operational and functional standards as specified by the government. These motors are critical safety items used in various defense applications, highlighting the importance of timely and quality repairs to maintain operational readiness. Interested contractors should submit their quotes, including pricing and RTAT, to Marcus A. Hill at MARCUS.A.HILL21.CIV@US.NAVY.MIL, with the expectation of a firm-fixed-price contract and adherence to specified inspection and quality assurance requirements.
61--MOTOR
Buyer not available
The Department of Defense, specifically the Department of the Navy through NAVSUP Weapon Systems Support Mechanicsburg, is soliciting quotes for the procurement of electrical motors under the solicitation titled "61--MOTOR." This opportunity is set aside for small businesses and involves the manufacturing and supply of motors, which are critical components for various defense applications. Interested vendors must submit their proposals by May 28, 2025, and are encouraged to contact Rebecca Aglow at 717-605-5721 or via email at REBECCA.AGLOW@NAVY.MIL for further details regarding the solicitation and technical documents necessary for submission.
MOTOR,DIRECT CURREN
Buyer not available
The Department of Defense, specifically the Department of the Navy through NAVSUP Weapon Systems Support Mechanical, is soliciting bids for the procurement of direct current motors. The contract requires the manufacture and design of these motors to meet specific technical requirements, including compliance with various quality assurance standards and packaging specifications. These motors are critical components for naval operations, ensuring the reliability and efficiency of electrical systems on naval vessels. Interested vendors must submit their bids by the end of business on February 5, 2025, and can direct inquiries to Kelly L. Slagle at KELLY.L.SLAGLE.CIV@US.NAVY.MIL.
B-1 Torque Motors
Buyer not available
The Department of Defense, specifically the Department of the Air Force, is seeking potential sources for the repair of B-1 torque motors utilized in military aircraft, as outlined in a Sources Sought Synopsis. The contractor will be responsible for providing all necessary labor, materials, facilities, and equipment to accomplish repair, testing, preservation, and packaging, while also managing supply chain logistics and forecasting for parts. This procurement is critical for maintaining operational readiness and safety of military aircraft, with specific estimated repair requirements for various part numbers and National Stock Numbers (NSNs) detailed in the opportunity. Interested vendors, including small and veteran-owned businesses, are encouraged to submit their business information and inquiries to the designated contacts, with no current solicitations available and a focus on gathering market research for future acquisition strategies.
Overhaul of C-130 Motor
Buyer not available
The Department of Defense, through the Department of the Air Force, is soliciting proposals for the overhaul of C-130 motors, specifically under a sole source contract. This procurement aims to ensure the maintenance and operational readiness of critical military equipment, emphasizing the importance of quality assurance and compliance with established standards throughout the overhaul process. Interested contractors must adhere to specific reporting requirements and maintain accurate asset records as outlined in the associated guidelines, including the Commercial Asset Visibility (CAV) system. Proposals are due by April 30, 2025, and interested parties can contact Merry Curry at merry.curry.1@us.af.mil or Jacqueline West at jacqueline.west@us.af.mil for further information.
61--MOTOR,DIRECT CURREN
Buyer not available
The Department of Defense, through the Defense Logistics Agency (DLA Land and Maritime), is seeking quotes for the procurement of 17 units of a Direct Current Motor (NSN 6105013148602). The delivery of these motors is required at DLA Distribution Cherry Point within 23 days after the order is placed, with the approved source being 57090 150A134. These motors are critical components used in various military applications, ensuring reliable power distribution and equipment functionality. Interested vendors must submit their quotes electronically, as hard copies of the solicitation will not be provided, and any inquiries should be directed to the buyer via the email address DibbsBSM@dla.mil.
61--MOTOR,CONTROL
Buyer not available
The Department of Defense, through the Defense Logistics Agency (DLA Land and Maritime), is seeking quotes for the procurement of 30 units of the MOTOR, CONTROL (NSN 6105000523530). This solicitation is part of a potential Indefinite Delivery Contract (IDC) with a one-year term, allowing for a maximum aggregate order total of $250,000, and a guaranteed minimum quantity of four units. The motors are critical components for various military applications and will be shipped to multiple DLA depots both within the continental United States (CONUS) and outside (OCONUS). Interested vendors must submit their quotes electronically, and for any inquiries, they can contact the DLA at DibbsBSM@dla.mil. The solicitation is available online, and hard copies will not be provided.