Azimuth Gearbox Assembly Procurement
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, AFLCMC ESKC, is soliciting proposals for the procurement of two (2) Azimuth Gearbox spares for the GLOBUS X-Band Radar System. This acquisition is a mission-critical investment to mitigate the risk of catastrophic failure of the radar's aging gearboxes. The government intends to award a single Definitive Firm Fixed Price Contract. Proposals are due April 23, 2026.
Scope of Work
This effort requires the contractor to design, develop, manufacture, and test two (2) custom Azimuth Gearboxes. These gearboxes must serve as direct form, fit, and function replacements, precisely adhering to system-specific mechanical and electrical specifications, including AZ Gear Reducer Graham Sesia P/N QPP036M-U2-280 (280.42:1) and RTX AZ Mod Kit drawing number D2220940. The scope includes Non-Recurring Engineering (NRE) to address design documentation gaps, review and update existing documentation, and provide all created data to the Government with unlimited data rights. Testing requirements include pressure testing and a 24-hour No Load Break-In Performance Test.
Contract & Timeline
- Contract Type: Definitive Firm Fixed Price (FAR 16.202).
- Set-Aside: None specified.
- Place of Performance: Contractor's facility, with delivery to Robins Air Force Base, Georgia.
- Proposal Due: April 23, 2026, 04:00 PM local time.
- Published: March 27, 2026.
- Q&A Posted: April 1, 2026.
Key Requirements & Notes
- CMMC: Cybersecurity Maturity Model Certification (CMMC) Level 2 (Self) is mandatory and must be met at the time of contract award.
- SAM: Offerors must have an active System For Award Management (SAM) record.
- Subcontracting Plan: A Small Business Subcontracting Plan is required for large businesses if the proposal exceeds $900K.
- Government Furnished Property (GFP): One Azimuth Gearbox (P/N D2220940) will be provided as GFP.
- No Contract Financing: The Government will not provide any form of contract financing.
- Packaging: Adherence to MIL-STD-2073-1, MIL-STD-129, and ISPM No. 15 for wood packaging material is required.
- Data Deliverables (CDRL): Includes Integrated Master Schedule, Test Plan, Test/Inspection Report, and Product Drawings.
- Funding: Funds are not presently available; award is contingent upon fund availability. The Government reserves the right to cancel the solicitation.
Evaluation
Award will be based on a Lowest Price Technically Acceptable (LPTA) methodology. 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.
Contact Information
- Primary: Brandon Jones (brandon.jones.96@us.af.mil, 478-926-8297)
- Secondary: Jessica Roberts (jessica.roberts.21@us.af.mil, 4789268318)