Repair of NSN 3010-01-315-5148
ID: FA825025Q0053Type: 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 Gear Assembly, NSN 3010-01-315-5148, as part of a Request for Quotation (RFQ). The contractor will be responsible for conducting thorough testing, teardown, evaluation, and potential repair of the assembly to restore it to a serviceable, like-new condition, adhering to strict quality and technical standards. This gear assembly is critical for the AN/MST-T1(V) Mini-MUTES system, emphasizing the importance of maintaining operational readiness and reliability in military applications. Interested contractors should contact Tracy Powell at tracy.powell.5@us.af.mil for further details, with proposals due by the specified deadline, and the contract will be awarded based on compliance with the outlined requirements and evaluation criteria.

    Point(s) of Contact
    Files
    Title
    Posted
    The "CAV AF Reporting Requirements" document outlines the responsibilities and procedures for contractors regarding the reporting of Government-owned assets within the Commercial Asset Visibility Air Force (CAV AF) system. This primary system tracks all government assets at contractor repair facilities, necessitating accurate daily reporting of both repairable and stored items. Contractors must complete a System Authorization Access Request and participate in mandated CyberAwareness training to access the system. Key contractor responsibilities include maintaining accurate asset records, timely reporting of maintenance actions, and following specific procedures for dispositional shipping. Moreover, clarity in reporting discrepancies such as misrouted shipments is emphasized, highlighting the need for coordination with various government points of contact for resolutions. The guidelines require strict adherence to documentation protocols, such as the use of DD Form 1348-1A for shipping, ensuring data integrity within government inventory systems. Overall, the document serves to enhance accountability and visibility of government assets within contractor operations, ensuring compliance with federal requirements and facilitating effective program management.
    The document outlines the statement of equivalent rates for federal hires under the Service Contract Act as per FAR 22.1016 for project FD20202500053-00. It provides a list of job titles along with their corresponding General Schedule (GS) or Wage Grade (WG) classifications. Positions range from Program Manager (GS-13) to Material Handling Laborer (WG-2), with associated wage structures established to ensure fair compensation. The document specifies that the hourly rates for white-collar employees will be calculated based on biweekly rates, and it includes instructions for submitting job titles and grades without indicating wage or fringe benefits amounts. The purpose of this file is to ensure compliance with federal wage standards in the bidding process of government contracts, ensuring transparency and equity in employee compensation for contractors and subcontractors involved in federal projects.
    This document outlines transportation data related to federal solicitations under purchase instrument number FD20202500053-00, initiated on November 26, 2024. It specifies freight classification, marking instructions, and regulatory citations, indicating the necessary procedures for shipping, particularly for DCMA Administered contracts. Vendors must contact DCMA Transportation for shipping instructions before moving freight to avoid incurring additional costs. The document provides detailed shipping information, including destination addresses and applicable NSN numbers across various line items, ensuring compliance with DOD regulatory requirements. Furthermore, it includes transportation funds information associated with the purchase instrument and highlights evaluation criteria for proposals. The information is essential for federal contractors and agencies to facilitate the orderly movement of goods, aligning with the broader context of federal RFPs and grants concerning transportation logistics.
    The document details a request for a "Gear Assembly, Speed" designated for use in the AN/MST-T1(V) Mini-MUTES system. It includes specifications such as part dimensions (12x8x8 inches) and weight (155 lb), along with critical information like the National Stock Number (NSN: 3010013155148FD) and CAGE code (82152). The item is classified under criticality code Y and requires demilitarization. Initiated by Camille E. Rodriguez from the 415 SCMS / GUMBC, the document provides technical details such as its safety-critical components, specifying elements like jewel bearings. It emphasizes adherence to precise mechanical standards necessary for military applications. The document serves an essential purpose in facilitating procurement and supply chain management within the federal government context by establishing specifications and compliance requirements for bidders involved in government contracts. This clear communication of technical requirements helps ensure that the procurement process aligns with defense equipment needs.
    This document outlines the packaging requirements for various items under the Purchase Instrument Number FD20202500053-00, emphasizing compliance with military standards and international phytosanitary measures to prevent invasive species. It specifies the construction of wooden pallets and containers from debarked wood that has undergone heat treatment, as per the standards set by the American Lumber Standards Committee. Key details include the necessity for certification from accredited agencies and adherence to MIL-STD-129 for military marking. Specific items requiring packaging instructions are listed, detailing preservation levels and coded data for each item. The document further indicates that additional packaging and container marking requirements need to follow military standards, ensuring proper identification and safety during storage and shipping. The facility and personnel responsible for these requirements are also noted, reinforcing the structured approach taken in handling military packaging protocols.
    The document outlines comprehensive packaging and marking requirements for military materials as stipulated in the Statement of Work, effective March 2024. It mandates adherence to various standards including MIL-STD 2073-1 for military packaging, ASTM D3951 for commercial packaging, and MIL-STD 129 for military marking procedures. Specific guidelines for handling hazardous materials are highlighted, reflecting compliance with international regulations and safety data sheet requirements. The document emphasizes the importance of using the Special Packaging Instructions Retrieval & Exchange System (SPIRES) for accessing item-specific packaging requirements. Additionally, it details procedures for safeguarding reusable shipping containers and reporting discrepancies through the Web Supply Discrepancy Report (WebSDR) system. Key standards referenced include those related to electrostatic material protection, palletized unit loads, and specialized shipping containers, ensuring military and regulatory compliance across all processes. Ultimately, this Statement of Work serves to enforce rigorous standards in packaging practices essential for successful military logistics and operations.
    The Performance Work Specification (PWS) from the Department of the Air Force outlines requirements for contractors to inspect, test, and repair a specific gearbox (NSN 3010-01-315-5148, Part Number 41519). The contractor's services include visual, mechanical, and electrical testing, with an option for either teardown and evaluation or full repair. All work must restore the item to a serviceable, like-new condition, complying with technical and quality standards. Contractors must ensure proper handling, cleaning, and corrosion control during repairs and follow strict reporting and documentation protocols, especially concerning counterfeit parts. The PWS specifies that any repairs deemed uneconomical must be authorized by Air Force officials. There are specific guidelines for receiving, inspecting, and shipping items, along with safety and environmental compliance mandates. An important requirement is the Contractor's submission of a Counterfeit Prevention Plan to avoid counterfeit parts entering the supply chain. The document sets performance objectives, including timelines for reporting and accuracy in asset management systems. Overall, this PWS serves as a comprehensive guide for contractors to meet Air Force logistics and maintenance requirements.
    The document outlines the justification for establishing qualification requirements for the Speed Gear Assembly (NSN: 3010-01-315-5148, P/N: 137474-101) used in Mini MUTES. It emphasizes the critical nature of ensuring that repair sources are approved to maintain quality, as non-compliance could lead to significant operational degradation and financial loss during training missions. The qualifications required include engineering source approval, demonstration of repair capabilities, and adherence to stringent inspection and testing standards. Potential contractors must complete pre-qualification, validate their facilities and capabilities, and submit a qualification test plan, all of which are estimated to cost around $2,000 and take up to 60 days. Fulfilling these requirements ensures that a contractor is capable of meeting government specifications prior to contract award. It is essential for maintaining the structural integrity and performance of the equipment. Additionally, there are provisions for waiver requirements based on prior qualifications or certifications of similar or related items. This document is critical for aligning contractor capabilities with defense operational needs in the procurement process.
    The document outlines a repair data list for a specific gear assembly (NSN 3010013155148FD, Part Number 137474), provided by the government for procurement. It includes details related to various components identified by their Cage Codes (82152) and accompanying document references. Each item is labeled with a revision code and availability of repair data, indicating government rights and distribution codes. The remarks clarify the method of data provision, categorizing it into types such as classified documents, governmental documents, and vendor data. The emphasis is on ensuring that necessary information is available for repair purposes, relevant to federal contracting procedures. The overall intent is to facilitate the repair process through structured documentation, aligning with federal guidelines for RFPs and grant proposals. This standard approach assists contractors and government entities in managing procurement efficiently while maintaining compliance with regulatory standards.
    The document presents an Item Unique Identification (IUID) checklist in accordance with DFARS 252.211.7003 for a specific item requiring IUID marking, identified by National Stock Number (NSN) 3010013155148FD, described as a gear assembly speed. The checklist includes relevant details such as the version number, the initiator’s name, organization codes, and various CAGE/reference numbers. Marking guidance stipulates compliance with MIL-STD-130, emphasizing that marking should align with the latest standards in specified locations. Additionally, the document mentions engineering drawing and change proposal numbers related to the item. It also references its classification as an embedded item under the same NSN. Overall, the checklist aims to ensure proper identification and marking of military equipment as part of compliance with federal regulations regarding defense operations and procurement processes. This documentation is essential in facilitating effective inventory management and traceability of items within the defense supply chain.
    The document is an informational guide on federal and state/local Requests for Proposals (RFPs) and grant opportunities. It outlines the purpose of these RFPs, which are to secure services and funds necessary for government projects. Key ideas include the criteria for eligibility, application processes, timelines, and evaluation methods for proposals. The document emphasizes the importance of thorough preparation when applying for grants and RFPs to ensure compliance and maximize chances of funding success. It further provides insights into the roles of various governmental agencies involved in the funding process and the types of projects typically funded, highlighting community development, infrastructure improvements, and social services. The detailed structure helps applicants understand each step of the application process, from initial research to final submission and review. In summary, this document serves as a crucial resource for potential applicants, facilitating understanding of the federal and local funding landscape and the necessary steps to engage with it successfully for government projects and initiatives.
    The document is a Request for Quotation (RFQ) by the Department of the Air Force, seeking quotes for the testing, evaluation, and repair of a Gear Assembly, specifically NSN 3010-01-315-5148 FD. This RFQ is not designated as a small business set-aside and is managed by Tracy M Powell from the Directorate of Contracting at Hill Air Force Base. The solicitation outlines the need for the contractor to include specific documentation (DD1348-1) with shipments and mandates quality assurance processes, including inspections at origin. The RFQ specifies a firm fixed price for two units and establishes deadlines for proposal submissions. Various inspection and acceptance criteria are highlighted, along with clauses related to contract execution and regulations. The document underscores the importance of compliance with qualitative assessments and set delivery timelines. This RFQ serves a critical function in enabling the Air Force to procure essential testing and repair services while ensuring standards of quality and accountability are met throughout the contracting process.
    Lifecycle
    Title
    Type
    Solicitation
    Similar Opportunities
    16--GEARBOX ASSY,TAIL,A, IN REPAIR/MODIFICATION OF
    Dept Of Defense
    The Department of Defense, specifically the Department of the Navy through NAVSUP Weapon Systems Support, is soliciting proposals for the repair and modification of the Gearbox Assembly, Tail, A (NSN: 1680017336838, Part Number: 06381-05000-044). This sole-source requirement involves the repair of five units, with the contractor responsible for all necessary labor, materials, and testing to return the items to a Ready for Issue (RFI) condition, adhering to strict quality and inspection standards. The procurement is critical for maintaining operational readiness of naval aircraft, and interested contractors must provide required documentation for government source approval along with their proposals. For inquiries, contact Lauren Phillips at lauren.n.phillips6.civ@us.navy.mil or by phone at 215-697-6566.
    GEARBOX,LANDING
    Dept Of Defense
    The Department of Defense, through the Defense Logistics Agency (DLA) Aviation at Ogden, Utah, is soliciting proposals for three units of the Gearbox, Landing (NSN: 1620-00-617-9123) specifically for C-130 aircraft, primarily aimed at Foreign Military Sales (FMS) customers. The procurement emphasizes compliance with AS9100 quality standards, the Buy American Act, and various military standards for packaging and marking, including MIL-STD-130 and MIL-STD-2073-1E. This opportunity is critical for maintaining the operational readiness of military aircraft and ensuring compliance with national defense requirements. Interested contractors must submit their proposals by December 17, 2025, and can reach out to Richard Dunlap at richard.dunlap.2@us.af.mil or call 385-591-8306 for further information.
    16--GEARBOX ASSY,MAIN R
    Dept Of Defense
    The Department of Defense, through the Defense Logistics Agency (DLA) Aviation at Philadelphia, PA, is seeking proposals for the procurement of a Gearbox Assembly, Main R, identified by NSN 7R-1680-016076871-H1. This procurement requires engineering source approval from the design control activity to ensure the quality of the part, as it is flight critical and necessitates that only previously approved sources are solicited. Interested vendors must provide comprehensive documentation demonstrating their capability to manufacture or repair the item, as well as any prior submissions for source approval, by the specified deadlines. For further inquiries, potential bidders can contact Jillian M. O'Connor at (215) 737-0550 or via email at jillian.oconnor@dla.mil.
    GEAR ASSEMBLY,SPEED
    Dept Of Defense
    The Department of Defense, through the Defense Logistics Agency, is soliciting proposals for the procurement of GEAR ASSEMBLY, SPEED, which is essential for various military applications. The contract requires the manufacture of these assemblies in compliance with specific quality assurance and inspection standards, including military packaging requirements and unique identification protocols. This procurement is critical for maintaining operational readiness and ensuring the reliability of military equipment. Interested vendors should direct inquiries to Sean McDonnell at sean.mcdonnell@dla.mil, and must adhere to the submission guidelines outlined in the solicitation, with no drawings or technical data available for reference.
    FD2030-25-01082
    Dept Of Defense
    The Department of Defense, specifically the Department of the Air Force, is seeking procurement for a gears shaft, multiple, identified by NSN 3040-01-435-9060, under the special notice FD2030-25-01082. The requirement includes the provision of mechanical power transmission equipment, which is critical for various defense applications. The procurement process will be managed by the office of FA8118 AFSC PZABB, and interested vendors should refer to the solicitation information for further details, as it will be available for quotes once approved by the contracting officer. For inquiries, potential bidders should contact the designated personnel as specified in the solicitation documentation.
    Carrier, Gear Assembly
    Dept Of Defense
    The Department of Defense, through the Defense Logistics Agency (DLA) Land Warren, is soliciting proposals for the procurement of a Carrier, Gear Assembly, identified by NSN 3010-01-570-7426. This opportunity is specifically restricted to approved manufacturers, namely Meritor and Oshkosh Defense, with a total quantity of 14 units required (7 for production and 7 as an option), to be delivered FOB Destination within 240 calendar days post-award. The solicitation has transitioned from a small business set-aside to full and open competition, with proposals due by January 12, 2026, at 11:59 PM Eastern Time, and all submissions must be sent electronically to the Contract Specialist, Jon Machacek, at jon.machacek@dla.mil. Interested parties should ensure compliance with all specified regulations and requirements outlined in the solicitation documents.
    Repair of N0038326RN008
    Dept Of Defense
    The Department of Defense, through the Department of the Navy's NAVSUP Weapon Systems Support, is seeking contractors for the repair of various aircraft gearbox assemblies under the presolicitation notice N0038326RN008. The procurement includes the repair of eight units each of four different gearbox assemblies, specifically identified by their nomenclature and part numbers, which are critical components for aircraft operations. This non-commercial Foreign Military Sales (FMS) repair requirement underscores the importance of maintaining operational readiness and support for military aircraft. Interested parties can reach out to Jake Kucowski at JAKE.KUCOWSKI.CIV@US.NAVY.MIL or by phone at 771-229-0490 for further details regarding the solicitation process.
    16--FOLLOWER GEAR - AND OTHER REPLACEMENT PARTS
    Dept Of Defense
    The Department of Defense, through the Department of the Navy's NAVSUP Weapon Systems Support, is seeking proposals for the procurement of 32 units of follower gear and other replacement parts, identified by NSN 1R-1680-016216738-EY. This procurement requires engineering source approval due to the critical nature of the part, necessitating that only approved sources may supply the item, as the Government lacks sufficient data to source it from alternative suppliers. Interested vendors must submit their qualifications and any required documentation for source approval, as proposals will only be considered from those who meet the established criteria. For further inquiries, Kristin Clemens can be contacted at (215) 697-3814 or via email at KRISTIN.CLEMENS2.CIV@US.NAVY.MIL, with a proposal submission deadline of 45 days from the notice publication date.
    30--HOUSING ASSY GEAR
    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 Housing Assembly Gear, identified by NSN 3020014571340. This solicitation may lead to an Indefinite Delivery Contract (IDC) with a term of one year or until the total orders reach $250,000, with an estimated 12 orders per year and a guaranteed minimum quantity of 4. The items are critical for mechanical power transmission applications and will be shipped to various DLA depots both within the continental United States and overseas. Interested vendors must submit their quotes electronically, and any inquiries should be directed to the buyer listed in the solicitation document or via email at DibbsBSM@dla.mil.
    16--GEARBOX ASSEMBLY,AI
    Dept Of Defense
    The Department of Defense, through the Defense Logistics Agency (DLA) Aviation at Philadelphia, PA, is seeking qualified sources for the procurement of a Gearbox Assembly, AI, identified by NSN 7R-1680-015554507-H1, with a quantity of 2 each. This procurement requires engineering source approval due to the flight-critical nature of the item, necessitating that only approved sources may submit proposals, as the technical data available does not support full and open competition. Interested vendors must provide detailed documentation as outlined in the NAVSUP Weapon Systems Support Source Approval Information Brochures, and proposals must be submitted with all required data to be considered for award. For further inquiries, potential bidders can contact Jillian M. O'Connor at (215) 737-0550 or via email at jillian.oconnor@dla.mil.