Stator Test Stand
Overview
Buyer
Place of Performance
NAICS
PSC
Set Aside
Original Source
Timeline
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 Department of the Air Force, specifically FA8126 AFSC PZIMB, is soliciting proposals for a Stator Test Stand. This UNRESTRICTED opportunity seeks a Firm Fixed-Price contract for the procurement, delivery, installation, and training for one (1) Rotor Stator Test Stand (RSTS) at Tinker Air Force Base, OK. Proposals are due by May 7, 2026, at 03:00 PM CT.
Scope of Work
This solicitation requires the purchase, delivery, installation, and comprehensive training for one (1) new and unused Rotor Stator Test Stand (RSTS). The RSTS must utilize cutting-edge technology, be a new design (not a prototype), and be modular and standalone. It needs to be capable of testing various stator types and speed sensors, featuring at least five independent drive systems with multiple speeds. Key functionalities include insulation resistance testing, stator/sensor continuity testing, and functional testing (open/closed circuit voltage). The system must incorporate a Data Acquisition (DAQ) system using LabVIEW and communicate with a Siemens S7 Programmable Logic Controller (PLC). The contractor is responsible for all engineering, labor, materials, parts, tools, equipment, supplies, transportation, and software.
Key Requirements & Deliverables
The primary deliverable is one (1) "7073 Rotor / Stator Test Stand" with manufacturer's part number PWA53120-1. The RSTS must adhere to specific performance standards, including noise levels not exceeding 80 dBA and dimensions not exceeding 100 sq ft (12' length, 10' width). Compliance with numerous Government and Industry Standards (e.g., OSHA, EPA, NFPA, TIA, NEMA, ANSI, AWS, ISO) is mandatory. Prohibited materials include mercury, asbestos, PCBs, and certain ODCs. Extensive documentation, including technical manuals, Level 3 drawings, and software documentation, is required. Comprehensive training for operators, maintenance, calibration, and software engineers is also a key deliverable.
Contract & Timeline
- Contract Type: Firm Fixed Price
- Set-Aside: UNRESTRICTED
- Product Service Code: 6680 (Liquid And Gas Flow, Liquid Level, And Mechanical Motion Measuring Instruments)
- Delivery: No later than eighteen (18) months after contract award.
- Warranty: Minimum two (2) years on equipment and workmanship.
- Proposal Due Date: May 7, 2026, at 03:00 PM CT.
- Published Date: April 27, 2026 (latest amendment).
Place of Performance
Installation and all associated work will occur at Tinker Air Force Base, Oklahoma.
Evaluation
Award will be made to the vendor who is technically acceptable with the lowest evaluated price. Evaluation will be conducted under FAR Part 12 (Commercial Items) and FAR Part 13 (Simplified Acquisition Procedures), referencing FAR Clause 52.212-2.
Additional Notes
Vendors must be registered in the System for Award Management (SAM). The point of contact for this solicitation is Bryce Cornish (bryce.cornish@us.af.mil) or Janee Nesbit (janee.nesbit@us.af.mil).