Azimuth Gearbox Assembly Requirement Documents
ID: FA8507_Azimuth_Gearbox_AssemblyType: Sources Sought
Overview

Buyer

DEPT OF DEFENSEDEPT OF THE AIR FORCEFA8507 ALCMC ESKCROBINS AFB, GA, 31098-1670, USA

NAICS

Speed Changer, Industrial High-Speed Drive, and Gear Manufacturing (333612)

PSC

RADAR EQUIPMENT, EXCEPT AIRBORNE (5840)

Set Aside

No Set aside used (NONE)
Timeline
    Description

    The Department of Defense, specifically the Department of the Air Force, is conducting market research for the qualification and production of an Azimuth Gearbox Assembly (AGA) to control the positioning of a 27-meter dish radar. The procurement aims to refine requirements and gather industry feedback on the Draft Statement of Work, Contract Data Requirements Lists, and evaluation factors for award, ensuring clarity and feasibility in the project specifications. This opportunity is critical for contractors involved in the maintenance and overhaul of radar systems, emphasizing compliance with federal regulations and cybersecurity standards. Interested vendors must submit their feedback by January 23, 2026, to the designated contacts, Brandon Jones and Jessica Roberts, via the provided email addresses.

    Files
    Title
    Posted
    This document outlines the Contract Data Requirements List (CDRL) for the Azimuth Gearbox Procurement for GLOBUS-X Special Project Program. It details the preparation and submission requirements for data items, emphasizing compliance with Data Item Descriptions (DIDs), tailoring instructions, and distribution statements. Key aspects include procedures for data approval, resubmission, and periodic revisions. The document specifies electronic submission methods, address lists for deliveries, and mandates virus screening for all media. It also includes critical distribution and export control statements that must appear on all documents, highlighting the controlled and unclassified nature of the information. The CDRL aims to ensure standardized and compliant data delivery for this government contract.
    This Statement of Work (SOW) outlines the requirements for manufacturing and delivering two Azimuth Gearboxes for the GLOBUS X-Band Radar, in accordance with Raytheon drawing No. D2220940 REV C. The contract, identified by RFP F3QCAZ5324A102, is a non-personal services agreement, with the contractor responsible for managing its employees and operations at its facility. Key aspects include a non-recurring engineering (NRE) phase to update existing design documentation and create missing drawings, ensuring a complete technical data package before manufacturing. The gearboxes will undergo functional acceptance testing at the contractor's facility, with government representatives witnessing. The SOW also details requirements for government property management, Contract Data Requirement List (CDRL) submissions, packaging, invoicing via Wide Area Workflow (WAWF), quality assurance (QA), configuration management (CM), and security protocols including Operations Security (OPSEC) and mishap notification. The services are not deemed mission-essential during a crisis. The project emphasizes compliance with federal, state, and local regulations, as well as specific military and industry standards.
    This government file from Raytheon Company outlines the Overhaul Kit for the Azimuth Gearbox Assembly, developed under Contract Number FA8555-16-C-3773 with the U.S. Government. It details a comprehensive parts list, assembly instructions, and critical technical notes for the refurbishment of the gearbox. Key instructions include procedures for shrinking seals and bearings, preloading tapered roller bearings, and specific torque values for various fasteners. The document emphasizes the use of specified lubricants and sealants, as well as surface preparation and painting guidelines. It also contains strict distribution and export control warnings, indicating its sensitive nature as U.S. Government information for military purposes only. The file is crucial for contractors and agencies involved in the maintenance and overhaul of this specific azimuth gearbox assembly.
    This government RFP outlines instructions for offerors submitting proposals for Azimuth Gearboxes. Proposals must be submitted electronically via encrypted email or DoD SAFE by the specified deadline, with strict adherence to formatting, page limits, and content requirements. Offerors must submit a single proposal in two volumes: Volume I, the Completed RFP, includes pricing, administrative details, and a small business subcontracting plan (if applicable); Volume II, the Technical Proposal, details the gearbox design, manufacturing, integration, testing, management plan, and an Integrated Master Schedule. Proposals will be evaluated on a Lowest Price Technically Acceptable basis, where technical subfactors (Gearboxes Design & Manufacture, Integration & Test, Management Plan, and Integrated Master Schedule) must all receive a "Technically Acceptable" rating to be considered for award. The contract will be a Definitive Firm Fixed Price. Offerors are encouraged to submit proposals early and provide comprehensive documentation.
    Lifecycle
    Title
    Type
    Sources Sought
    Similar Opportunities
    Differential Planetary Gearbox Repair Services
    Commerce, Department Of
    The Department of Commerce, specifically the National Oceanic and Atmospheric Administration (NOAA), is seeking vendors capable of providing repair services for Differential Planetary Gearboxes used in the NEXRAD weather radar systems. The procurement aims to establish an indefinite delivery, indefinite quantity (IDIQ) contract for the repair and reconditioning of these gearboxes to "Like New" operating condition, adhering to OEM specifications. These gearboxes are critical for the operation of 158 NEXRAD sites across the country, enabling the detection of severe weather and timely warnings to the public and aviation users. Interested vendors must submit their capability statements and company profiles to Taylor Wisneski at taylor.wisneski@noaa.gov by 12:00 PM CST on January 7, 2026, as part of the market research process, with no obligation on the part of the government to procure services at this stage.
    F-110 Gearbox, Accessory D
    Dept Of Defense
    The Department of Defense, through the Defense Logistics Agency, is seeking to procure the F-110 Gearbox, Accessory D, which is critical for military or space applications. The contract will involve acquiring a total of 40 units, with a minimum order of 20 and a maximum of 60, to be delivered by January 21, 2026, highlighting the importance of this item as a Critical Safety Item. The government intends to solicit and negotiate with a limited number of sources, specifically General Electric Company, due to the limited availability of responsible sources, and all interested parties may submit capability statements within 45 days of the solicitation's release, which is expected on September 5, 2025. For further inquiries, interested vendors can contact Jeremy Bryant at jeremy.bryant@us.af.mil or by phone at 405-855-7112.
    Gyroscope, Rate, [WSDC: 19F] End Item: Aircraft, Eagle F-15 PR: 7014384307; NSN: 6615-010714513 IAW P/N: 16VC006-2, P/N: 67699-302, and P/N: 16100
    Dept Of Defense
    The Defense Logistics Agency (DLA) is conducting market research to identify potential sources for the procurement of gyroscopes, specifically the Rate Gyroscope with part numbers 16VC006-2, 67699-302, and 16100, intended for use in the Eagle F-15 aircraft. The agency seeks to gather information from organizations capable of manufacturing these components, which includes responsibilities such as procurement, inspection, testing, and logistics management. This opportunity is crucial for maintaining the operational readiness of military aircraft, and interested parties are invited to submit their capability statements by 3:00 PM EST on December 29, 2025, to Melinda Johnson at Melinda.Johnson@dla.mil. Please note that this is a sources sought notice and not a request for proposals, with no financial obligations incurred by the government for responses.
    F-16 Radar Antenna Phase Shift Driver Unit NSN: 1270-01-561-6088 PN: 562R218H01
    Dept Of Defense
    The Department of Defense, specifically the Department of the Air Force, is seeking sources to repair the Phase Shifter Assembly (P/N: 562R218H01, NSN: 1270-01-561-6088WF) for the AN/APG-68 Radar Antenna. Interested offerors must demonstrate their capability to meet stringent qualification requirements, which include providing a complete data package, submitting a qualification test plan, and delivering a pre-contract award qualification article for evaluation. This repair unit is critical for maintaining the operational effectiveness of the radar systems used by the Air Force. Interested parties should contact Tracey Beringer at tracey.beringer@us.af.mil or by phone at 7772211 to express their intent to qualify, with an estimated qualification cost of $4,000 and a completion timeframe of 90 days. Note that successful qualification does not guarantee a contract award.
    1680-01-450-6899 - GEARBOX ASSEMBLY
    Dept Of Defense
    The Department of Defense, through the Defense Logistics Agency (DLA Aviation), is seeking proposals for the procurement of 71 units of Gearbox Assembly, AI, specifically for the F-16 aircraft. This procurement is classified under the NAICS code 336413, which pertains to Other Aircraft Parts and Auxiliary Equipment Manufacturing, and will be conducted as a firm fixed-price contract with delivery expected within 550 days. The solicitation, identified as SPE4A726R0229, will be issued on or around July 29, 2025, and interested vendors can access the solicitation documents via the DLA Internet Bid Board System (DIBBS). For further inquiries, vendors may contact Calvin Peterson at calvin.peterson@dla.mil or by phone at (804) 659-8838, with a response deadline set for January 16, 2026, at 3:00 PM Eastern.
    F16_ANAPG68_PN-646R706G01_1270010778078
    Dept Of Defense
    The Department of Defense, specifically the Department of the Air Force, is seeking qualified sources to provide repair services for the Array Brazing Assembly, part number 646R706G01, associated with the F-16 Radar Antenna. Interested offerors must meet stringent qualification requirements, including demonstrating access to necessary facilities and equipment for repair, inspection, and testing, as well as providing a complete data package and a qualification test plan for government approval. This procurement is critical for maintaining the operational readiness of military assets, with an estimated qualification cost of $20,000 and a completion timeline of approximately 270 days. Interested parties should contact Tracey Beringer at tracey.beringer@us.af.mil or call 801-777-2211 for further details and to express their intent to qualify.
    F-16_Radar_Antenna_Phase_Shift_Driver_Unit_NSN1270015616088_PN562R218Ho1
    Dept Of Defense
    The Department of Defense, specifically the Department of the Air Force, is seeking qualified sources to repair the Phase Shifter Assembly (P/N: 562R218H01, NSN: 1270-01-561-6088WF) for the AN/APG-68 Radar Antenna. Offerors must demonstrate their capability to meet stringent qualification requirements, including access to necessary facilities and equipment, adherence to ESA-approved data packages, and submission of a comprehensive qualification test plan and report. This repair component is critical for maintaining the operational effectiveness of the radar systems used in military applications. Interested parties should contact the SASPO office at 429SCMS.SASPO.Workflow@us.af.mil, with an estimated qualification cost of $4,000 and a completion timeframe of 90 days prior to contract award. Successful qualification does not guarantee a contract award.
    RADAR CONTROLLER IN
    Dept Of Defense
    The Department of Defense, through the Defense Logistics Agency (DLA) Aviation at Philadelphia, PA, is soliciting proposals for the procurement of radar controllers. This opportunity involves the supply of miscellaneous aircraft accessories and components, specifically under the NAICS code 336413, which pertains to other aircraft parts and auxiliary equipment manufacturing. The procurement is critical for maintaining operational readiness and supporting national defense initiatives, with an emphasis on compliance with various quality and regulatory requirements, including the Buy American Act and equal opportunity provisions. Interested vendors can reach out to Janelle Pepper at 215-737-4132 or via email at JANELLE.PEPPER@DLA.MIL for further details, and they should be aware that this solicitation is issued under Emergency Acquisition Flexibilities (EAF).
    Repair services applicable to the AN/APY-1/2 E-3 surveillance radar 5-Volt Power Supply.
    Dept Of Defense
    The Department of Defense, specifically the Department of the Air Force, is seeking a contractor to provide repair services for the AN/APY-1/2 E-3 surveillance radar 5-Volt Power Supply. This procurement involves a firm-fixed-price contract for the repair and testing of five power supplies, with a delivery requirement of 120 calendar days from the order date. The selected contractor will be responsible for ensuring compliance with quality assurance standards, including ISO 9001-2015, and must adhere to specific packaging and transportation requirements as outlined in the associated documentation. Interested parties should note that the solicitation is expected to be issued on November 5, 2025, with proposals due by December 5, 2025. For further inquiries, potential bidders can contact Nikita Hicks or Kizmet Hall via their provided email addresses.
    Request for Interested Manufacturers C-130J AN/APN-241 Low Power Color Radar (LPCR) Electrical Equipment, NSN 5975-01-501-0119LG
    Dept Of Defense
    The Department of Defense, through the Defense Logistics Agency (DLA) Aviation at Warner Robins, GA, is conducting market research to identify potential manufacturers for the C-130J AN/APN-241 Low Power Color Radar (LPCR) Electrical Equipment, specifically the Electrical Equipment Mounting Base. This procurement aims to support the C-130J program by acquiring a highly integrated radar system that is crucial for precision navigation and landing missions on unimproved runways. The original equipment manufacturer, Northrop Grumman Services Corporation, holds proprietary data for this non-developmental system, and the government intends to award a sole source contract to them, although other interested parties may express their capabilities by December 26, 2025. Interested manufacturers should contact Robert Berg at robert.berg.9@us.af.mil or Michelle Holmes at michelle.holmes.2@us.af.mil for further information.