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
    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
    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).
    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.
    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.
    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.
    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.
    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.
    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.
    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.
    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.
    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.
    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
    MOTOR,DIRECT CURREN
    Dept Of Defense
    The Department of Defense, specifically the Department of the Navy, is soliciting bids for the procurement of a Direct Current Motor through NAVSUP Weapon Systems Support Mechanicsburg. The contract requires the manufacture and supply of the motor, adhering to specific quality assurance and inspection standards, including MIL-STD packaging and government source inspection. This procurement is critical for maintaining operational capabilities within the Navy, and only authorized sources will be considered for the award. Interested vendors must submit their quotes electronically to Darian M. Holley at DARIAN.M.HOLLEY.CIV@US.NAVY.MIL, ensuring compliance with all outlined requirements, including proof of authorization as a distributor, by the specified deadline.
    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, 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.
    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 direct current motors, specifically NSN 6105993005612. The requirement includes two lines: one for six units and another for nine units, both to be delivered to DLA Distribution Jacksonville within 383 days after order. These motors are critical components in various military applications, ensuring reliable power distribution and operational efficiency. Interested vendors must submit their quotes electronically, as hard copies will not be available, and any inquiries should be directed to the DLA via email 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.
    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 two units of an Alternating Current Motor (NSN 6105-01-550-4369). The delivery of these motors is required at DLA Distribution Red River within 133 days after the order is placed. These motors are critical components used in various military applications, ensuring reliable power distribution and operational efficiency. 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 email at DibbsBSM@dla.mil.
    61--MOTOR
    Dept Of Defense
    The Department of Defense, specifically the Department of the Navy, is seeking proposals for the manufacture of two electrical motors under solicitation number N00104-25-R-BZ14. The procurement involves the production of motors with National Stock Number (NSN) 7HH 6105 01-649-2592 X3, and the required delivery timeframe is 600 days post-contract award. These motors are critical components for various defense applications, emphasizing the importance of reliability and adherence to technical specifications. Interested suppliers must submit their proposals, including a completed and signed Request for Proposal (RFP), to the primary contact, Thomas M. Falcone, via email at THOMAS.M.FALCONE.CIV@US.NAVY.MIL or by phone at (564) 230-2219, ensuring compliance with all solicitation requirements by the specified deadline.
    49--TEST STAND,ELECTRIC
    Dept Of Defense
    The Department of Defense, through the Defense Logistics Agency (DLA Aviation), is seeking quotes for the procurement of two electric test stands under solicitation number NSN 4920016900011. The requirement includes the delivery of these test stands within 20 days after order, with the approved source being 3CAT3 ZGS-11300-3. These electric test stands are critical for maintenance and repair operations, ensuring the reliability and functionality of various defense equipment. Interested vendors must submit their quotes electronically, as hard copies will not be provided, and any inquiries should be directed to the buyer via email at DibbsBSM@dla.mil.
    Solicitation: W912CH-25-R-0097 DD Auxiliary Power Units
    Dept Of Defense
    The Department of Defense, through the Army Contracting Command – Detroit Arsenal (ACC-DTA), is soliciting proposals for a Firm Fixed Price, three-year sole source contract for Direct Drive Auxiliary Power Units (DDAPU) from Marvin Land Systems. The procurement involves an estimated maximum quantity of 263 units, identified by National Stock Number (NSN) 6115-01-706-8649, which are critical for military operations requiring reliable auxiliary power. Interested contractors must submit their offers via email by December 19, 2025, and must possess Joint Certification Program (JCP) certification to access the Technical Data Package (TDP), which is export-controlled. For further inquiries, contact Contract Specialist Angelo Wilson at angelo.b.wilson.civ@army.mil.
    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 6105-01-280-4306, intended for delivery to the USS BOXER LHD 4. The requirement includes a quantity of one unit, with a delivery timeline of 30 days after award, and the approved source for this procurement is 374V6 15A00186-0000. This motor is critical for various military applications, ensuring operational readiness and reliability in power distribution systems. Interested vendors are encouraged to 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.