Azimuth Gearbox Assembly Procurement

SOL #: FA8507-26-R-B002Solicitation

Overview

Buyer

DEPT OF DEFENSE
Dept Of The Air Force
FA8507 ALCMC ESKC
ROBINS AFB, GA, 31098-1670, United States

Place of Performance

Warner Robins, GA

NAICS

Speed Changer (333612)

PSC

Radar Equipment, Except Airborne (5840)

Set Aside

No set aside specified

Timeline

1
Posted
Mar 9, 2026
2
Last Updated
Apr 23, 2026
3
Submission Deadline
Apr 23, 2026, 8:00 PM

Qualification Details

Fit reasons
  • NAICS alignment with historical contract wins in similar service areas.
  • Scope strongly matches core technical capabilities and delivery model.
Risks
  • Past performance thresholds may require one additional teaming partner.
  • Potential clarification needed on staffing minimums before bid/no-bid.
Next steps

Validate eligibility requirements, assign capture owner, and schedule partner outreach to confirm teaming strategy before submission planning.

Quick Summary

The United States Air Force Life Cycle Management Center (AFLCMC) is soliciting proposals for the procurement of two (2) Azimuth Gearbox spares for the critical GLOBUS X-Band Radar system. This acquisition is a mission-critical investment to mitigate the risk of catastrophic failure of aging gearboxes. The government intends to award a single Definitive Firm Fixed Price Contract. Proposals are due April 23, 2026.

Purpose & Background

The GLOBUS Program supports critical radar and communications systems at an OCONUS location. The GLOBUS-X Band radar relies on worn gearboxes (originally manufactured in 1993) with only one spare, having experienced catastrophic failures previously. This acquisition aims to ensure continued operational readiness by procuring two direct form, fit, and function replacement azimuth gearboxes.

Scope of Work

The contractor shall design, develop, manufacture, and deliver two (2) custom Azimuth Gearboxes. This includes performing Non-Recurring Engineering (NRE) to address gaps in existing design documentation (Raytheon drawing No. D2220940 REV C), creating missing engineering drawings, and providing all created data to the Government with unlimited data rights. The work also involves comprehensive testing, including pressure testing and a 24-hour No Load Break-In Performance Test, adhering to ISO 9100 or equivalent QA standards. Delivery of the gearboxes will be to Robins Air Force Base, Georgia.

Key Requirements

The custom gearboxes must precisely adhere to system-specific mechanical and electrical specifications outlined in AZ Gear Reducer Graham Sesia P/N QPP036M-U2-280, RTX AZ Mod Kit drawing number D2220940, and associated drawings. Cybersecurity Maturity Model Certification (CMMC) Level 2 (Self) is a mandatory requirement at the time of contract award. Packaging and marking must comply with specified military standards (MIL-STD-2073-1, MIL-STD-129). The contract includes specific data requirements (CDRLs) for items such as Integrated Master Schedule, Test Plan, Test/Inspection Report, and Product Drawings. The Government will provide one Azimuth Gearbox (P/N D2220940) as Government Furnished Property (GFP), but destructive testing of GFP is not permitted.

Contract Details

This will be a single Definitive Firm Fixed Price Contract in accordance with FAR 16.202. The Government will not provide any form of contract financing (e.g., advanced payments, progress payments); payment will only be made for accepted supplies or services. Funds are not presently available for this effort, and no award will be made until funds are available. The Government reserves the right to cancel the solicitation.

Submission & Evaluation

Proposals are due by April 23, 2026, at 4:00 PM local time and must be submitted electronically via encrypted email or DoD Safe. The evaluation will follow a Lowest Price Technically Acceptable (LPTA) approach. Technical proposals will be rated on factors including Non-Recurring Engineering, Integration & Test, Management Plan, and Integrated Master Schedule. Only offerors receiving "Technically Acceptable" ratings in all subfactors will be considered for award.

Eligibility & Important Notes

The NAICS code is 333612 (Turbine and Turbine Generator Set Units Manufacturing) with a size standard of 750 employees. For large business offerors, a Small Business Subcontracting Plan is required if the proposal exceeds $900K. Offerors must have an active System For Award Management (SAM) record. Questions regarding the solicitation must be submitted in writing to the Points of Contact listed, and responses will be posted. Recent Q&A documents clarify requirements for referenced clauses and design file types.

People

Points of Contact

Files

Files

Download
Download
Download
Download
Download
Download
Download
Download
Download
Download

Versions

Version 11
Solicitation
Posted: Apr 23, 2026
View
Version 10
Solicitation
Posted: Apr 20, 2026
View
Version 9
Solicitation
Posted: Apr 13, 2026
View
Version 8Viewing
Solicitation
Posted: Apr 8, 2026
Version 7
Solicitation
Posted: Apr 7, 2026
View
Version 6
Solicitation
Posted: Apr 1, 2026
View
Version 5
Solicitation
Posted: Mar 27, 2026
View
Version 4
Solicitation
Posted: Mar 27, 2026
View
Version 3
Solicitation
Posted: Mar 24, 2026
View
Version 2
Solicitation
Posted: Mar 24, 2026
View
Version 1
Pre-Solicitation
Posted: Mar 9, 2026
View