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
    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
    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.
    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.
    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.
    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.
    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.
    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.
    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.
    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.
    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.
    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
    Repair of B-1B Torque Motor
    Dept Of Defense
    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.
    61--MOTOR,ALTERNATING C, IN REPAIR/MODIFICATION OF
    Dept Of Defense
    The Department of Defense, specifically the Department of the Navy through NAVSUP Weapon Systems Support, is seeking small business concerns for the procurement of two electrical motors, identified by NSN 7H-6105-013508765, as part of a repair/modification contract. The acquisition is set aside entirely for small businesses, as it has been determined that purchasing the necessary data or rights for alternative sources is uneconomical, and reverse engineering is not feasible. These motors are critical components for various defense applications, and interested parties should reach out to Abigail R. Hurlbut at (717) 605-6805 or via email at ABIGAIL.R.HURLBUT.CIV@US.NAVY.MIL for further details. The solicitation will include specific clauses related to small business set-asides, and the delivery terms are FOB origin.
    MOTOR,ALTERNATING C
    Dept Of Defense
    The Department of Defense, through the Defense Logistics Agency, is soliciting bids for the procurement of an Alternating Current Motor, classified under NAICS code 335312 and PSC code 6105. The contract will require compliance with specific inspection and acceptance standards, including fixed-price terms and unique identification and valuation protocols. This motor is critical for various defense applications, ensuring operational efficiency and reliability in military equipment. Interested vendors should direct inquiries to Tye Swain at 385-591-3468 or via email at TYESE.SWAIN@DLA.MIL, and must be prepared to submit their proposals in accordance with the outlined requirements and deadlines.
    MOTOR,A.C.
    Dept Of Defense
    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.
    16--MOTOR,SPECIAL
    Dept Of Defense
    The Department of Defense, through the Defense Logistics Agency (DLA Aviation), is seeking quotes for the procurement of 9 units of a specialized motor (NSN 1680016930490). This solicitation is part of a combined synopsis/solicitation process, and the approved source for this item is HD9801. The motors are critical components used in aerospace applications, emphasizing the importance of reliable supply for defense operations. Interested vendors are encouraged to submit their quotes electronically, with the solicitation available online; hard copies will not be provided. For inquiries, potential bidders can contact the DLA at DibbsBSM@dla.mil, and quotes must be submitted within the specified timeframe.
    61--CONTROLLER,MOTOR
    Dept Of Defense
    The Department of Defense, through the Defense Logistics Agency (DLA Land and Maritime), is seeking quotes for the procurement of five motor controllers (NSN 6110014687604) under a total small business set-aside solicitation. The requirement includes the delivery of these controllers to Patrol Squadron Thirty (VP 30) within five days after the order is placed. These controllers are critical components used in electric wire and power distribution equipment, highlighting their importance in military operations. Interested vendors must submit their quotes electronically, and any inquiries should be directed to the buyer via email at DibbsBSM@dla.mil, as hard copies of the solicitation are not available.
    61--MOTOR,DIRECT CURREN
    Dept Of Defense
    The Department of Defense, through the Defense Logistics Agency (DLA Land and Maritime), is seeking quotes for the procurement of 30 units of the Direct Current Motor (NSN 6105012461658). This solicitation is a Total Small Business Set-Aside, aimed at ensuring that small businesses can compete for this opportunity, which falls under the Motor and Generator Manufacturing industry (NAICS Code 335312). The motors are critical components for various military applications, emphasizing the importance of reliable power distribution equipment. Interested vendors must submit their quotes electronically, as hard copies will not be available, and any inquiries should be directed to the buyer via email at DibbsBSM@dla.mil. The deadline for quotes is set for 378 days after the award date.
    MOTOR,ALTERNATING C
    Dept Of Defense
    The Department of Defense, specifically the Department of the Navy through NAVSUP Weapon Systems Support, is soliciting bids for the repair of an Alternating Current Motor. This procurement aims to ensure the operational readiness of critical equipment by establishing a Repair Turnaround Time (RTAT) of 90 days, with the expectation that all repairs meet stringent quality and inspection standards. The motor is classified under the NAICS code 335312 and PSC code 6105, highlighting its significance in electrical motor manufacturing and military applications. Interested contractors should submit their quotes, including pricing and RTAT, to the primary contact, Logan Mann, at LOGAN.W.MANN.CIV@US.NAVY.MIL or by phone at 717-605-1381, as part of the solicitation process.
    61--MOTOR,ALTERNATING C
    Dept Of Defense
    The Department of Defense, through the Defense Logistics Agency (DLA Land and Maritime), is seeking quotes for the procurement of an Alternating Current Motor, specifically NSN 6105014935532. The requirement includes a quantity of one unit to be delivered to DLA Distribution within 168 days after order placement, with the approved source being 54ZA4 801625-575-1. This motor is critical for various military applications, ensuring reliable power distribution in defense operations. Interested small businesses are encouraged to submit their quotes electronically, as hard copies of the solicitation will not be available, and all inquiries should be directed to the primary contact at DibbsBSM@dla.mil.
    61--MOTOR,TORQUE
    Dept Of Defense
    The Department of Defense, through the Defense Logistics Agency (DLA Land and Maritime), is seeking quotes for the procurement of 20 units of torque motors (NSN 6105013634730) under a total small business set-aside. The motors are critical components for electric wire and power distribution equipment, emphasizing their importance in military operations and logistics. Interested vendors must submit their quotes electronically, as hard copies of the solicitation will not be available, and the deadline for delivery to DLA Distribution Cherry Point is set for 154 days after award. For inquiries, potential bidders can contact the DLA via email at DibbsBSM@dla.mil.