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 mission-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 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, with only one spare, and has experienced past catastrophic failures. This acquisition is a mission-critical investment to ensure continued operational readiness by procuring two direct form, fit, and function replacement azimuth gearbox spares.

Scope of Work

The contractor shall design, develop, manufacture, and test two (2) Azimuth Gearboxes. This includes performing Non-Recurring Engineering (NRE) to fill gaps in existing design documentation, specifically for missing housing drawings (D2220941-99 through D2220944-99), and creating missing engineering drawings. The gearboxes must adhere to specific mechanical and electrical specifications outlined in AZ Gear Reducer Graham Sesia P/N QPP036M-U2-280, RTX AZ Mod Kit drawing D2220940, and associated drawings. All created data must be provided to the Government with unlimited data rights. Delivery of the gearboxes will be to Robins Air Force Base, Georgia.

Key Requirements & Standards

  • Technical Specifications: Gearboxes must meet performance and quality standards, including specific pressure testing (5 PSI +/- 1 PSI for 12 hours, max 160F temperature increase) and a 24-hour No Load Break-In Performance Test. Backlash measurement (0.008" - 0.027" from motor shaft to output pinion) is required before and after break-in. The motor interfacing with the gearbox is a Powertec Industries Motors, PN: F259V1J1N0A3910, 55 HP, 3600 RPM.
  • Quality & Configuration Management: A Quality Assurance (QA) program adhering to ISO 9100 or equivalent, and a Configuration Management (CM) program using MIL-HDBK-61B and ANSI/EIA 649C are required.
  • Data Deliverables: A Contract Data Requirements List (CDRL) specifies submissions including Integrated Master Schedule, Test Plan, Test/Inspection Report, and Product Drawings.
  • Packaging: Compliance with MIL-STD-2073-1, MIL-STD-129, and ISPM No. 15 for wood packaging material is mandatory.
  • Cybersecurity: Cybersecurity Maturity Model Certification (CMMC) Level 2 (Self) is a mandatory requirement and must be met at the time of contract award.
  • Government Furnished Property (GFP): The Government will provide one Azimuth Gearbox (P/N D2220940) as GFP, which is upgradable. Destructive testing of GFP for material analysis is not permitted.

Contract Details

  • Type: Definitive Firm Fixed Price Contract (FAR 16.202).
  • Financing: No contract financing (e.g., advanced, performance-based, or progress payments) will be provided. Payment will only be made for accepted supplies or services.
  • Set-Aside: Not set-aside. A Small Business Subcontracting Plan is required for large business offerors if the proposal exceeds $900K.
  • NAICS Code: 333612 (Turbine and Turbine Generator Set Units Manufacturing), Size Standard: 750 Employees.

Evaluation & Submission

  • Proposal Due: April 23, 2026, 04:00 PM local time.
  • Submission: Electronically via encrypted email or DoD Safe.
  • Evaluation Criteria: Lowest Price Technically Acceptable (LPTA). Proposals will be evaluated on technical factors (Non-Recurring Engineering, Integration & Test, Management Plan, Integrated Master Schedule) and total evaluated price. Only technically acceptable proposals will be considered.

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. 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. Referenced clauses and deviations can be found at acquisition.gov/far-overhaul/far-part-deviation-guide.

People

Points of Contact

Files

Files

Download
Download
Download
Download
Download
Download
Download
Download
Download
Download
Download
Download
Download

Versions

Version 11
Solicitation
Posted: Apr 23, 2026
View
Version 10Viewing
Solicitation
Posted: Apr 20, 2026
Version 9
Solicitation
Posted: Apr 13, 2026
View
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