DC Motor Test Stand
ID: W911RQ-25-R-0002Type: Combined Synopsis/Solicitation
Overview

Buyer

DEPT OF DEFENSEDEPT OF THE ARMYW6QK ACC RRADTEXARKANA, TX, 75507-5000, USA

NAICS

Instrument Manufacturing for Measuring and Testing Electricity and Electrical Signals (334515)

PSC

ELECTRICAL AND ELECTRONIC PROPERTIES MEASURING AND TESTING INSTRUMENTS (6625)

Set Aside

Total Small Business Set-Aside (FAR 19.5) (SBA)
Timeline
  1. 1
    Posted Apr 3, 2025, 12:00 AM UTC
  2. 2
    Updated Apr 22, 2025, 12:00 AM UTC
  3. 3
    Due May 1, 2025, 8:00 PM UTC
Description

The Department of Defense, specifically the Army, is seeking proposals for a DC Motor Test Stand to be utilized at the Red River Army Depot in Texarkana, Texas. The procurement aims to acquire a testing console designed for various DC motors, with specific requirements for design, fabrication, installation, and training on operation, emphasizing compliance with stringent performance metrics and safety measures. This equipment is critical for maintaining operational readiness of military vehicles, particularly the Bradley Fighting Vehicle Systems, and will support testing protocols for multiple motor models. Interested small businesses must submit their offers by May 1, 2025, and are encouraged to contact Luke Leitschuck at luke.j.leitschuck.civ@army.mil or 571-588-1513 for further details.

Files
Title
Posted
Apr 22, 2025, 6:07 PM UTC
Apr 22, 2025, 6:07 PM UTC
Apr 22, 2025, 6:07 PM UTC
Apr 22, 2025, 6:07 PM UTC
Apr 22, 2025, 6:07 PM UTC
The government document serves as a Combined Synopsis/Solicitation for a DC Motor Test Stand, identified by solicitation number W911RQ-25-R-0002. It aims to procure a testing console designed for various DC motors at the Red River Army Depot in Texarkana, TX. Key updates include an amended Purchase Description reflecting clarifications from vendor questions regarding operational specifics and requirements for automated test sequencing. The solicitation is a 100% small business set-aside under NAICS code 334515. The contractor's responsibilities encompass the design, fabrication, installation, and training on the operation of the DC Motor Test Stand, with stringent requirements for torque, power ratings, and safety measures. A detailed installation schedule is mandated within 12 months post-award, and the product must meet specified performance metrics. The government will evaluate quotes based on price and technical acceptability, intending to award a single contract. Interested parties must submit offers by May 1, 2025, emphasizing the importance of compliance with specified terms and the necessity of being registered in the System for Award Management (SAM).
Apr 22, 2025, 6:07 PM UTC
The document outlines the Contract Data Requirements List (CDRL) for a project involving the installation of a DC Motor Test Stand. The primary focus is on the requirement for a detailed project schedule, which must be submitted electronically within two weeks of contract award. This schedule should delineate milestones for the machine's installation, which must occur within 12 months of the contract's start. The contractor is also instructed to coordinate this schedule with the designated point of contact to secure approval, ensuring compliance with the required timeline. The document specifies that the project schedule needs revision only if necessary and will be reviewed by the Contracting Officer within seven working days of submission. Work schedules are defined within limited operating hours, and any requests to work outside the established schedule require pre-notification. The guidelines emphasize the importance of the project schedule for successful contract execution and alignment with the requirements of the production facility.
Apr 22, 2025, 6:07 PM UTC
The document outlines the Contract Data Requirements List (CDRL) pertaining to the Lockout/Tagout (LOTO) procedures for a DC Motor Test Stand under the Department of Defense. It specifies that the contractor must create a graphical LOTO procedure, ensuring a clear understanding of how to achieve a zero-energy state for the equipment per OSHA regulations. The procedure needs to be durable and suitable for display on equipment, with clear identification labels for all LOTO locations. An electronic version of the procedure must also be provided. The procedure is required only once, prior to starting work, and the Point of Contact (POC) will review the materials within seven working days, reporting any necessary changes. This document emphasizes compliance with safety regulations and the importance of precise operational procedures for maintenance management. It reinforces the government's commitment to ensuring safety standards in contract operations.
Apr 22, 2025, 6:07 PM UTC
The document outlines the requirements for a Contract Data Requirements List (CDRL) related to the Final Acceptance Testing of a DC Motor Test Stand. The main purpose is to ensure that the system satisfies all necessary testing protocols for various motor models, specifically the Traverse A3 Motor and others listed. A final acceptance test will be conducted after the machine's installation to demonstrate its operational efficacy without failures. The Point of Contact (POC), Brandon Pope from the Production Engineering Division, will observe this testing and report results to the contracting officer. The testing process must occur once successfully for each motor variation, emphasizing compliance with the Defense Department's data acquisition standards. This document is critical for operational and administrative use, ensuring adherence to testing protocols required for government contracts. Overall, it highlights the significance of verified operational readiness prior to the machine's acceptance.
Apr 22, 2025, 6:07 PM UTC
The document outlines the Contract Data Requirements List (CDRL) for a government-funded project focused on training personnel related to the operation and maintenance of a DC Motor Test Stand. It stipulates that the contractor must provide qualified representatives for a minimum of twenty hours of training—ten hours each for system operation and maintenance personnel, accommodating ten individuals in each group. Training must include verbal instructions and hands-on practice, with all materials provided in English at no added cost to the government. Subsequent training is highlighted as necessary after successful acceptance tests. The distribution and oversight are managed by specified personnel in the Production Engineering Division and Contracting Office. The document emphasizes adherence to data acquisition authority and ensures compliance with the applicable Department of Defense regulations while organizing lateral communications for any required adjustments to training needs.
Apr 22, 2025, 6:07 PM UTC
The document outlines the Contract Data Requirements List (CDRL) pertaining to a government contracting process, specifically detailing the submission requirements for manuals related to equipment operations. The contractor, identified as Brandon Pope, is obligated to provide three hard copies and one electronic version of various operational and maintenance documents post-training. This includes operations sequences, system programs, wiring diagrams, and calibration information, referenced under PD 3.5. The review of these materials will occur within seven working days by the designated point of contact. The manuals are intended solely for administrative and operational purposes and must be delivered once the associated training is completed. Distribution will involve specific personnel within the contracting division to ensure proper receipt and review of the data. Overall, this CDRL serves to establish clarity on documentation expectations as part of the broader contract management within government RFPs.
Apr 22, 2025, 3:06 PM UTC
The Combined Synopsis/Solicitation seeks quotations for a DC Motor Test Stand at the Red River Army Depot, Texarkana, TX, slated for small businesses. The RFQ, designated W911RQ-25-R-0002, requires submission by May 1, 2025, with an anticipated award to one contractor. The stand must meet specific performance requirements, including testing for torque, power, resistance, insulation, and include a user-friendly interface with data acquisition capabilities. The successful contractor will handle site preparation, equipment installation, and personnel training, ensuring all equipment operates optimally within 12 months post-award. The proposal evaluation prioritizes technical and pricing acceptability. Offers must comply with FAR regulations and be submitted electronically. This initiative reflects the Army's commitment to enhancing operational capabilities while mandating stringent safety and installation standards.
Apr 22, 2025, 6:07 PM UTC
The document details specifications and testing requirements for various DC motors, specifically the models 12292400, 12292399, and 12292401, as part of a federal government procurement process. Key electrical resistance measures for various components (less than 2 ohms for most connections, with specific requirements for tachometers and temperature sensors) are outlined. Performance metrics include holding torque for both electric and manual operations, high-speed torque ratings, and tach voltage requirements, providing insight into their operational parameters. The document also emphasizes the necessary conditions for testing, such as the requirement of flowing air during the duty cycle test for the Tow Lift Motor, indicating precision in environmental control is essential. The inclusion of connector specifications for A-3 motors further underscores the technical details critical for compliance with RFPs. Overall, the document serves to establish detailed criteria for motor performance and testing, informing potential vendors about the requirements to meet government standards for electric motors utilized in various applications, thereby guiding proposals and procurement discussions effectively.
Apr 22, 2025, 6:07 PM UTC
The DC Motor Test Stand RFP document addresses various technical inquiries regarding the requirements for testing DC motors. Key clarifications include the removal of real-time data visualization requirements; a universal adapter plate is recommended for mounting motors, but specific motor details are needed for proper solutions. The load and speed calibration details highlighted discrepancies regarding horsepower requirements, resulting in an amendment to the required specifications. Additionally, while automated test sequencing was taken out, the necessity for software provisions and Government Furnished Materials (GFM) was affirmed. Finally, correlation testing for validating new and old test stand data was confirmed. The document emphasizes clear communication of requirements and expectations for contractors in the procurement process, ensuring all technical requirements are understood prior to bidding and implementation.
Apr 22, 2025, 6:07 PM UTC
The document is a Shop Work Instruction (SWI) concerning the maintenance and testing of DC Motors (Model 12292401) used in Bradley Fighting Vehicle Systems. It outlines procedures for testing and cleaning, emphasizing safety precautions related to electrical work and the handling of flammable solvents. The SWI specifies references from other military standards and includes detailed testing methods and cleaning processes, such as electro cleaning, emulsion cleaning, steam cleaning, and abrasive blasting. Each cleaning method requires careful consideration to avoid damaging components. There is significant attention given to safety warnings, including the prohibition of jewelry during electrical work and the need for proper ventilation when using solvents. The document serves as a procedural guideline to ensure equipment is properly maintained and tested, which is critical for operational safety and effectiveness in military applications.
Apr 22, 2025, 6:07 PM UTC
The document outlines the Shop Work Instruction (SWI) for the maintenance and overhaul of the DC Motors used in the Bradley Fighting Vehicle Systems, specifically for models 12292399 and 12292400. It details a comprehensive set of procedures including disassembly, repair, and reassembly processes, as well as mandatory replacement parts and testing protocols. Safety warnings emphasize the flammability of solvents and the importance of personal protective equipment during electrical work. The SWI serves as a guide for technicians conducting motor overhauls, ensuring compliance with established military specifications and standards. The document includes references, necessary tools, and a parts list, facilitating efficient repairs and an understanding of the maintenance tasks required. Each section specifies the necessary precautions, provides detailed procedural steps, and outlines testing methods to verify performance post-repair. In summary, this SWI reinforces the commitment to maintaining vehicle readiness and operational safety through systematic motor maintenance procedures.
Lifecycle
Title
Type
DC Motor Test Stand
Currently viewing
Combined Synopsis/Solicitation
Similar Opportunities
Army Contracting Command – Red River Army Depot (ACC-RRAD) Organic Industrial Base (OIB) Modernization Commercial Solutions Opening (CSO)
Buyer not available
The Department of Defense, through the Army Contracting Command – Red River Army Depot (ACC-RRAD), is seeking innovative solutions for the modernization of its Organic Industrial Base (OIB) via a Commercial Solutions Opening (CSO). The primary objectives include the design, manufacture, and installation of advanced testing systems such as a Road Wheel Drum Tester and DC Tooling solutions, aimed at enhancing military vehicle maintenance and operational efficiency. These initiatives are critical for improving quality assurance, safety, and cost-effectiveness in military operations, reflecting the Army's commitment to leveraging advanced manufacturing technologies. Interested vendors must submit proposals by specified deadlines, with the Road Wheel Drum Tester due by November 7, 2024, and DC Tooling solutions by April 30, 2025. For inquiries, contact the CSO Inbox at usarmy.rrad.acc.mbx.cso@army.mil.
X1100 Oil Pump Test Stand
Buyer not available
The Department of Defense, specifically the Department of the Army, is planning to solicit a contract for the purchase and installation of an X1100 Oil Pump Test Stand at the Anniston Army Depot in Anniston, Alabama. The contractor will be responsible for the design, manufacture, delivery, transportation, installation, demonstration of functional operation, and provision of operator and maintenance training for the equipment. This procurement is significant as it supports the operational capabilities of the Army, and it is set aside entirely for small businesses under the NAICS code 334419, which pertains to Other Electronic Component Manufacturing. Interested vendors should note that the solicitation is expected to be issued electronically on April 28, 2025, and must be submitted via the designated online platform. For further inquiries, contact Larry Stephney at larry.d.stephney.civ@army.mil or by phone at 571-588-0970.
DWA Outboard Motors
Buyer not available
The Department of Defense, specifically the U.S. Army Engineer District Walla Walla, is soliciting proposals for the procurement of DWA Outboard Motors under a total small business set-aside. The contract aims to provide essential electrical motors for military applications, emphasizing compliance with regulatory standards and performance metrics. This procurement is critical for enhancing operational capabilities and ensuring the reliability of equipment used by the Army. Interested contractors must submit their proposals by April 22, 2025, and are required to sign Amendment 1 upon submission. For further inquiries, potential bidders can contact Tonya French at tonya.c.french@usace.army.mil or by phone at 509-527-7232.
Utility vehicle
Buyer not available
The Department of Defense, specifically the Department of the Army, is seeking bids for the procurement of two Workman HDX 4WD TORO utility vehicles. The vehicles must meet specific requirements, including a manual transmission, on-demand 4WD capability, a hauling capacity of up to 3,500 lbs, and features such as a cab door kit, heating, turn signals, lights, mirrors, independent suspension, and dual rear springs, powered by a Kubota 972 EFI engine. These utility vehicles are essential for various operational tasks within military installations, ensuring efficient transportation and logistics support. Interested vendors should contact Mark Upshaw at mark.a.upshaw2.civ@army.mil or 540-623-8608, or Joy Davis at joy.l.davis18.civ@army.mil or 315-772-9900 for further details regarding this total small business set-aside opportunity.
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.
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.
Repair of DC Motor for the Mini-MUTES Program NSN 6105015038585
Buyer not available
The Department of Defense, specifically the Department of the Air Force, is soliciting proposals for the repair of a direct current motor (NSN 6105-01-503-8585) as part of the Mini-MUTES Program. The procurement involves comprehensive repair services, including inspection, testing, and restoration of the motor to a serviceable condition, with specific requirements outlined in the Performance Work Statement (PWS). This motor is critical for military applications, emphasizing the importance of maintaining operational readiness and compliance with stringent quality assurance standards. Interested small businesses must submit their proposals to the primary contact, Nick Standiford, by the specified deadlines, with the contract anticipated to be awarded following a thorough evaluation process.
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.
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
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.