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 aims to mitigate the risk of catastrophic failure of aging gearboxes (originally manufactured in 1993). The Government intends to award a single Definitive Firm Fixed Price Contract. Proposals are due by April 23, 2026, at 4:00 PM local time.

Scope of Work

The contractor shall design, develop, manufacture, and deliver two (2) Azimuth Gearboxes that are direct form, fit, and function replacements for the current units. This includes Non-Recurring Engineering (NRE) to address gaps in existing design documentation (Raytheon drawing No. D2220940 REV C) and create missing engineering drawings. The gearboxes must precisely adhere to system-specific mechanical and electrical specifications, including those outlined in AZ Gear Reducer Graham Sesia P/N QPP036M-U2-280 (280.42:1) and RTX AZ Mod Kit drawing number D2220940. Testing requirements include pressure testing (5 PSI +/- 1 PSI for 12 hours) and a 24-hour No Load Break-In Performance Test, with specific backlash measurements (.008" - .027") before and after the break-in.

Contract Details

  • Contract Type: Definitive Firm Fixed Price (FAR 16.202)
  • Set-Aside: None specified. However, a Small Business Subcontracting Plan is required for proposals exceeding $900K, in accordance with DFARS 252.219-7003.
  • NAICS Code: 333612 (Turbine and Turbine Generator Set Units Manufacturing) with a 750-employee size standard.
  • Place of Performance: Contractor's facility, with delivery to Robins Air Force Base, Georgia.
  • Government Furnished Property (GFP): One Azimuth Gearbox (P/N D2220940) will be provided.
  • Contract Financing: No contract financing (e.g., advanced payments, performance-based payments, progress payments) will be authorized.

Key Requirements & Deliverables

  • Manufacture and deliver two (2) Azimuth Gearboxes.
  • Perform NRE and provide all created data to the Government with unlimited data rights.
  • Adhere to specific technical data package (TDP) requirements, including CAM file types.
  • Comply with detailed packaging requirements (MIL-STD-2073-1, MIL-STD-129, ISPM No. 15).
  • Submit data items as specified in the Contract Data Requirements List (CDRL), including Integrated Master Schedule, Test Plan, Test/Inspection Report, and Product Drawings.

Eligibility & Evaluation

  • Mandatory Requirement: Offerors must have an active System For Award Management (SAM) record.
  • Cybersecurity: Cybersecurity Maturity Model Certification (CMMC) Level 2 (Self) is a mandatory requirement at the time of award for handling Controlled Unclassified Information (CUI).
  • Evaluation Criteria: Lowest Price Technically Acceptable (LPTA), based on technical factors (NRE, Integration & Test, Management Plan, Integrated Master Schedule) and total evaluated price.

Important Notes

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 this solicitation. Questions must be submitted in writing to the Points of Contact listed, and responses will be posted to the SAM.gov opportunity.

People

Points of Contact

Files

Files

Download
Download
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 9Viewing
Solicitation
Posted: Apr 13, 2026
Version 8
Solicitation
Posted: Apr 8, 2026
View
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