Repair of NSN #6105-01-329-4767
ID: FA825025Q0389Type: 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)
Timeline
    Description

    The Department of Defense, specifically the Department of the Air Force, is soliciting proposals for the repair of a motor drive azimuth (NSN 6105-01-329-4767) under solicitation FA8250-25-Q-0389. The contractor will be responsible for providing all necessary facilities, parts, materials, and services to disassemble, inspect, repair, reassemble, and functionally test the motor, ensuring it is returned to a serviceable condition. This motor is critical for controlling the azimuth drive assembly, and the repair services are essential for maintaining operational readiness, although they are not required in a crisis situation. Interested vendors should contact Tracy Powell at tracy.powell.5@us.af.mil for further details, with the expectation of compliance with federal regulations and guidelines throughout the procurement process.

    Point(s) of Contact
    Files
    Title
    Posted
    The CAV AF Reporting Requirements document outlines the responsibilities of contractors in managing and reporting the status of government-owned assets at contractor repair facilities. It emphasizes the use of the Commercial Asset Visibility Air Force (CAV AF) system as the primary reporting tool, mandating daily updates to maintain accurate records of all assets, including those in repair and those stored in inventory control points. Contractors must provide timely information, including the submission of necessary access requests and completion of cyber-awareness training. They are responsible for ensuring accurate reporting of Government Furnished Property and handling discrepancies in asset shipments, following strict guidelines for documentation and reporting. Additionally, the document details procedures for handling nuclear weapon-related materials, emphasizes the importance of accurate transaction reporting, and the management of any discrepancies or accidents in shipping. Contractors must coordinate with supply planners and contract monitors for training, technical challenges, or incident reports. Overall, it reflects the government's stringent requirements for asset management and reporting, aligning with the regulations governing federal grants and contracts.
    The document outlines the importance of accessing Adobe Reader for optimal viewing of federal government RFPs, federal grants, and state and local RFPs. It emphasizes the need for providing users with a seamless experience when navigating these documents, which are critical for individuals and organizations seeking government funding and contract opportunities. While specific details about the RFPs and grants are not provided in this document, the emphasis on software compatibility suggests a focus on facilitating user engagement with vital government information. Accessing the document effectively is essential for potential applicants to understand requirements and guidelines important for participation in government initiatives. Overall, the document presents a preliminary guideline concerning technical accessibility and its significance in the context of public funding and procurement processes.
    The document outlines specifications for a "Motor, Drive Azimuth," designated with NSN 6105013294767FD and associated with the TCTO number 31R2-4-950-4. Initiated by Jason L. Francom from the 415 SCMS/GUMAA, the asset was last reviewed on December 6, 2012, and does not contain any precious metals. Key item characteristics include dimensions of 27 inches in length, 15 inches in width, and 14 inches in height, weighing 90 pounds, with a forged steel composition. This motor is essential for controlling and moving the azimuth drive assembly and includes a safety critical threaded component. The document also specifies the security code as "U" and acknowledges that no known sensitive data is present. Additionally, all necessary identifiers, like CAGE code (46175) and demilitarization code (A), are provided, ensuring compliance with federal standards. This file is part of the broader context of government RFPs and grants, facilitating procurement in defense and military operations.
    The document outlines the packaging requirements for military items under Purchase Instrument Number FD20202500389-00, ensuring compliance with international standards concerning wood packaging materials (WPM) to prevent invasive species. It specifies that all wooden packaging must use debarked wood and be heat-treated to a designated temperature for a specific duration. Certification from a recognized agency is mandatory. The file details various items requiring packaging per military standards, primarily adhering to MIL-STD-2073-1 for military packaging and MIL-STD-129 for shipping and marking. Shipping containers must carry specific markings as outlined in these standards. The document is structured with detailed packaging requirements, including preservation levels, coded data for individual items, and additional marking requirements for shipping. It emphasizes adherence to military standards while providing specific packaging and marking instructions, demonstrating the government's commitment to quality assurance and environmental protection in logistics.
    The Statement of Work outlines the requirements for preservation, packaging, and marking for military materials, as mandated by the Department of Defense (DoD). It emphasizes adherence to various military standards and guidelines, including MIL-STD 2073-1 for military packaging, MIL-STD 129 for military marking, and proper handling of hazardous materials in accordance with numerous federal regulations. The document details the use of specific packaging codes, hazardous material compliance, and the necessity for safety data sheets. Additionally, it mandates the use of specialized shipping containers as per MIL-STD 648 and outlines the protocols for reporting supply discrepancies. This work statement serves to ensure contractors maintain regulatory compliance and efficiency in packaging and transporting military assets, supporting logistical operations across the DoD. Overall, it is a comprehensive guide for contractors involved in military logistics, emphasizing rigorous quality standards and safety protocols essential for government contracts.
    The Performance Work Specification (PWS) issued by the Department of the Air Force delineates the requirements for the repair of an Azimuth Drive Motor (NSN 6105-01-329-4767). It mandates the contractor to provide comprehensive services including disassembly, inspection, repair, reassembly, and functional testing to ensure the item is returned to a "like new" condition. Notable requirements include adherence to technical specifications, acceptance testing, and the submission of Engineering Change Orders (ECOs) for any proposed alterations to components. The document emphasizes quality control and accountability, stipulating that any defective repairs within a year must be corrected at no expense to the government. Specific handling, packaging, and shipping protocols are outlined, along with security and dispute resolution processes involving counterfeit parts prevention strategies. The need for compliance with national security regulations regarding foreign disclosures and a robust data reporting system for maintenance production and counterfeit detection are also highlighted. This PWS serves not only to ensure the technical integrity of repaired items but also to maintain rigorous standards of accountability and security in servicing government assets.
    The document outlines a Repair Data List focused on the drive azimuth motor designated by NSN 6105013294767FD. It includes essential data pertaining to various technical orders and specifications required for repair, provided by the CAGE code 46175. Each entry details the document reference numbers corresponding to repair instructions and indicates the availability of data along with government rights and distribution codes. Notably, the document references five separate technical orders and a data sheet, while also including special packaging instructions, all relevant for the motor's repair and maintenance processes. This technical information is crucial for vendors involved in procurement or repairs under federal RFPs, contributing to successful contract execution and compliance with established guidelines.
    The document outlines the requirements for Item Unique Identification (IUID) marking as per DFARS 252.211.7003, specifically Section (c)(1)(i). It pertains to a specific item, a motor drive azimuth, identified by its National Stock Number (NSN) 6105013294767FD, under the oversight of James R. Kincaid from the 415 SCMS/GUEA. The marking must comply with the latest version of MIL-STD-130, executed by the contractor at their discretion regarding location and method. Additionally, the document refers to embedded items related to the same NSN but lacks specific details on markings and related engineering documentation. Set for completion by July 9, 2024, the IUID checklist highlights adherence to protocol for accurate tracking and identification of defense items, essential for federal procurement and logistics. The overall aim is to ensure compliance with federal guidelines for the identification of military assets, which is critical for asset management and accountability in government contracts.
    The document outlines the equivalent rates for federal hires under the Service Contract Act, as specified in Federal Acquisition Regulation (FAR) 22.1016, for project FD20202500389. It lists various job titles along with their corresponding grade levels and wage classifications, noting that the hourly wages for white-collar positions will be calculated based on the step one biweekly rate divided by 80. Positions include a Program Manager and Senior Electrical Engineer at GS-13, and various roles down to Material Handling Laborer at WG-2. This information is essential for compliance with federal contracting regulations, ensuring contractors adhere to specified pay standards for federal projects. Overall, the document serves to establish transparency in compensation rates for government contract hires, reinforcing fair labor practices.
    The document outlines transportation data relevant to federal procurement and solicitations concerning the movement of goods under purchase instrument FD20202500389-00, initiated on December 23, 2024. It details the requirements for F.O.B. (Free On Board) terms, indicating the best options are F.O.B. Destination and providing necessary clauses from the Federal Acquisition Regulation (FAR). Instructions emphasize contacting the DCMA (Defense Contract Management Agency) Transportation Office before shipments to ensure compliance with regulatory requirements and to avoid unnecessary costs. The file specifies various items designated for shipment to different DoDAAC (Department of Defense Activity Address Code) locations at Hill AFB, UT, outlining the NSNs (National Stock Numbers) for these items. Vendor transportation instructions, account codes for funding, and contact information for responsible personnel are included to facilitate the logistics of the procurement process. The summary of essential transportation funds, including account codes and administrative details, aims to enhance the efficiency of the procurement process while ensuring adherence to federal guidelines.
    The document is a Request for Quotation (RFQ) FA8250-25-Q-0389 issued by the Department of the Air Force, which outlines the requirements for the repair of a specific motor (NSN 6105-01-329-4767) pivotal to azimuth drive assembly. It specifies delivery dates, contact information for the buyer (Tracy M Powell), and details various associated data requirements. The RFQ is not designated as a small business set-aside, emphasizing the necessity for qualified vendors to meet eligibility criteria. The document includes clauses covering federal regulations concerning contract administration, inspection, acceptance, and payment processes. It expects compliance with specific quality assurance guidelines and provides information about the necessary documentation for asset shipment and return. The RFQ indicates a focus on standard inspections and emphasizes the importance of adherence to guidelines in the handling and processing of repairable items. Additionally, the regulations stipulate the use of the Wide Area Workflow (WAWF) for payment requests and specifies other contractual requirements, including compliance with environmental standards and anti-trafficking commitments. The summary reflects the government’s aim to secure reliable repair services while ensuring legal and procedural compliance throughout the contract process.
    Lifecycle
    Title
    Type
    Solicitation
    Similar Opportunities
    61--MOTOR ASSEMBLY,ELEC, IN REPAIR/MODIFICATION OF
    Buyer not available
    The Department of Defense, specifically the Department of the Navy through NAVSUP Weapon Systems Support MECH, is seeking to procure motor assemblies for repair and modification purposes. The requirement involves the acquisition of two units of NSN 7H-6105-012010921, with delivery terms set to FOB Origin, and the government does not possess the data rights necessary for competitive sourcing of this part. This procurement is critical as it pertains to electrical motors essential for various defense applications, and the government intends to negotiate with only one source under FAR 6.302-1, although interested parties may submit proposals or capability statements within 45 days of this notice. For further inquiries, interested vendors can contact Andrea Rhone at (717) 605-1125 or via email at ANDREA.RHONE@NAVY.MIL.
    61--MOTOR,ALTERNATING C, IN REPAIR/MODIFICATION OF
    Buyer not available
    The Department of Defense, specifically the Department of the Navy through NAVSUP Weapon Systems Support, is soliciting offers for the repair and modification of an Alternating Current Motor (NSN 6105-00-635-5575). The procurement involves comprehensive repair services, including inspection, testing, and compliance with established repair procedures, ensuring the motor is returned to a Ready for Issue (RFI) condition. This motor is critical for various defense applications, emphasizing the importance of maintaining operational readiness. Interested contractors must submit their quotes by 2:00 PM EST on the specified closing date, and inquiries can be directed to Brian T. Kent at 215-697-0000 or via email at BRIAN.T.KENT.CIV@US.NAVY.MIL.
    61--MOTOR,ALTERNATING C, 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 an alternating current motor, identified by NSN 7R-6105-009509625-LU, with a quantity of 21 units required. This procurement is critical as the item is flight critical, and the government does not possess sufficient data to procure it from sources other than those already approved. Interested vendors must provide detailed technical data and source approval documentation with their proposals, as new source approvals typically cannot be processed in time to meet government needs. Proposals must be submitted within 45 days of this presolicitation notice, and interested parties can contact Shannon R. Menickella at (215) 697-2198 or via email at SHANNON.R.MCNEILL.CIV@US.NAVY.MIL for further information.
    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 soliciting quotes for the repair and modification of direct current motors under the title "61--MOTOR,DIRECT CURREN, IN REPAIR/MODIFICATION OF." Contractors are required to provide firm-fixed pricing or not-to-exceed pricing along with estimated repair costs for the specified motor, which is critical for operational readiness. The procurement emphasizes the need for compliance with specific repair standards and quality requirements, including the use of approved materials and adherence to established repair procedures. Interested contractors can reach out to Alyssa T. Thieu at 215-697-0169 or via email at alyssa.t.thieu.civ@us.navy.mil for further details, with the expectation that proposals will be submitted in accordance with the solicitation guidelines.
    MOTOR,ALTERNATING C
    Buyer not available
    The Department of Defense, specifically the Department of the Navy through NAVSUP Weapon Systems Support Mechanical, is soliciting proposals for the repair of an Alternating Current Motor. The procurement aims to establish a contract for the repair services, with a required Repair Turnaround Time (RTAT) of 135 days, emphasizing the importance of timely delivery and compliance with government inspection standards. This motor is critical for various defense applications, and the contract will be awarded bilaterally, necessitating the contractor's written acceptance prior to execution. Interested contractors should contact Ashley Betlock at 717-605-1028 or via email at ASHLEY.BETLOCK@NAVY.MIL for further details and to submit their quotes, which must include pricing and RTAT information.
    REPAIR SERVICE JTE PROGRAM
    Buyer not available
    The Department of Defense, specifically the Department of the Air Force, is seeking repair services for the JTE Program, focusing on the motor controller identified by part number 133545-1 and NSN 6110-01-660-8072. This sole-source requirement is directed to Linmarr Associates and involves the procurement of seven motor controllers, necessitating compliance with stringent quality assurance protocols and performance specifications outlined in the associated documents. The repair services are critical for maintaining the operational efficiency and reliability of military equipment, ensuring adherence to federal standards throughout the process. Interested contractors can reach out to John Prather at john.prather.3@us.af.mil or by phone at 801-586-3463 for further details, with proposals due by March 12, 2025.
    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 Mechanics, is soliciting proposals for the repair and modification of direct current motors. This procurement aims to ensure the operational readiness and reliability of critical electrical motors used in various defense applications. The motors are essential components in military equipment, contributing to the overall functionality and efficiency of defense operations. Interested vendors can reach out to Derek J. Ford at 717-605-4385 or via email at DEREK.J.FORD@NAVY.MIL for further details regarding the solicitation process.
    66 - FMS REPAIR - CONTROL, SERVO, AUTOM
    Buyer not available
    The Department of Defense, through the NAVSUP Weapon Systems Support office, is seeking a sole source contractor for the repair of a Control, Servo, Automatic unit, specifically NSN 7R 6615-014518294, with a part number of 70902-22001-046. The contractor will be responsible for ensuring the item is repaired to a "Ready For Issue" status, adhering to military standards for preservation, packaging, and marking, while also complying with federal acquisition regulations. This procurement is critical for maintaining operational readiness and ensuring the reliability of military systems. Interested parties must contact Dana L. Scott at dana.scott@navy.mil for further information, and proposals must include the necessary documentation as outlined in the NAVSUP WSS Source Approval Brochure to be considered for award.
    MOTOR, DIRECT CURRENT
    Buyer not available
    The Defense Logistics Agency (DLA) Aviation is soliciting proposals for the procurement of 24 units of a direct current motor (NSN: 6105-01-079-2151), specifically intended for use in the F-16 aircraft. This acquisition is restricted to approved sources, namely Aerocontrolex (CAGE 98889), and emphasizes the importance of compliance with various standards, including AS9100, to ensure quality and timely delivery aligned with the government's Required Delivery Schedule (RDS). The solicitation outlines rigorous requirements for packaging, preservation, and marking in accordance with Department of Defense standards, highlighting the critical nature of these components in supporting U.S. defense operations. Proposals are due by March 3, 2025, and interested parties can reach out to Scottina Malia at scottina.malia@us.af.mil for further inquiries.
    30--DRIVE UNIT,ANGLE, IN REPAIR/MODIFICATION OF
    Buyer not available
    The Department of Defense, through the NAVSUP Weapon Systems Support office, is seeking qualified sources for the repair and modification of the Drive Unit, Angle, under the presolicitation notice. The procurement involves the repair of two units identified by NSN 7R-3010-013451311-SX, with TIMKEN GEARS & SERVICES INC and COTTA TRANSMISSION COMPANY listed as approved repair sources. This equipment is critical for military operations, and the government intends to consider all proposals received within 45 days of the notice publication, although the decision to compete is at the government's discretion. Interested parties should contact Brian J. Emde at (215) 697-4313 or via email at BRIAN.EMDE@NAVY.MIL for further details.