MOTOR UNIT ASSEMBLY
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 Defense Logistics Agency (DLA) Aviation at Philadelphia, PA has issued a solicitation for the procurement of a Motor Unit Assembly. This requirement is for FMS NEW SPARES and is classified as a Critical Safety Item (CSI), essential for crucial shipboard aircraft launch and recovery systems. The solicitation is being issued under Emergency Acquisition Flexibilities. Proposals are due by April 3, 2026.
Scope of Work
This opportunity involves the manufacture, testing, and inspection of a Motor Unit Assembly (P/N 623619) and its sub-components, including a Counter, DBL Shaft (P/N 518395-2). The item is designated as "Critical material" due to the high probability of failure if incorrect or defective, potentially leading to serious personnel injury, loss of life, or loss of vital shipboard systems/aircraft. Manufacturing must adhere to NAWCCAD LAKEHURST drawing 623619 (latest revision) and numerous other referenced drawings and specifications (e.g., 519015, 518395, 516883, 422394, 516390, B401506). The contractor is responsible for providing all necessary manufacturing aids, such as fixtures, jigs, and tooling.
Contract & Timeline
- Type: Solicitation (for procurement)
- Set-Aside: None
- Product Service Code: 6105 (Motors, Electrical)
- Response Due: April 3, 2026, 6:00 PM UTC
- Published: March 24, 2026
Key Requirements
Engineering Source Approval: Only companies with prior engineering source approval by Naval Air Systems Command are eligible for award. New manufacturers must submit a Source Approval Request (SAR) to the contracting officer by the solicitation's closing date, including detailed documentation on similar items produced, process sheets, purchase orders, comparative analysis, and inspection methods. Quality Assurance & Inspection: Extensive quality control is mandated. This includes 100% inspection for critical and major characteristics, plating, hardness, and non-destructive testing (NDT). Interim inspections at the contractor's location are required for specific part numbers, and a NAWCADLKE QA representative has the option to conduct surveillance. Contractors must notify NAWCADLKE QA and the PCO 14 working days prior to final inspection and 7 working days prior to interim inspections. First Article Testing (FAT): A First Article Test (one uncoated unit) is required, subject to Government evaluation. Offerors may request a waiver if they have previously supplied identical production articles within three years, using the same facilities and processes, and without prior rejections. Offerors requesting a waiver must submit two prices: one with FAT and one without. Special Tests: Magnetic Particle, Surface, Penetrant, High Shock, and Mechanical Vibration tests are applicable. NADCAP accreditation or ISO 17025 accreditation is required for NDT companies.
Additional Notes
This requirement falls under Emergency Acquisition Flexibilities. All records pertaining to ALRE CSI/CAI manufacture and inspection/test must be provided to the ALRE Cognizant Technical Authority and maintained by LKE QA and the manufacturer for seven years. For inquiries, contact THOMAS.KUHNLE via email at THOMAS.KUHNLE@DLA.MIL or phone at 215-737-4024.