- Gap review, remediation roadmap, and implementation support
- Policy package, evidence mapping, and submission prep
- Designed for primes and subs across non-tech and tech work
Azimuth Gearbox Assmebly Procurement
Solicitation from DEPT OF THE AIR FORCE • DEPT OF DEFENSE. Place of performance: GA. Response deadline: Apr 23, 2026. Industry: NAICS 333612 • PSC 5840.
CMMC support options for this DoD solicitation
As DoD CMMC rollout expands, approximately 80%+ of DoD solicitations are expected to include cybersecurity/CMMC requirements, including many non-tech scopes.
- Structured checklist, AI guidance, and progress tracking
- Build evidence and controls with clearer next-step workflows
- Ideal for teams that want speed plus affordability
Market snapshot
Awarded-market signal for NAICS 333612 (last 12 months), benchmarked to sector 33.
Related hubs & trends
Navigate the lattice: hubs for browsing, trends for pricing signals.
Applicable Wage Determinations
SAM WDOL references matched to this opportunity's location and scope language.
View more for this contract3 more WD matches and 21 more rate previews.↓
Point of Contact
Agency & Office
More in NAICS 333612
Description
The GLOBUS Program is a bi-national collaborative effort, supporting critical radar and communications systems with unique operational requirements and is hosted at Outside Continental United States (OCONUS) location. The GLOBUS System of Systems consists of an S-Band (GLOBUS-S) phased array radar, an X-Band (GLOBUS-X) dish radar, an Integrated System Controller (ISC) computer system, and a Mission Communication Suite (MCS) which was fielded in 2023. The United States Air Force, through AFMC, is responsible for the procurement of capital equipment at the operational site, sustainment (to include spares), Urgent/Emergency Depot Level Maintenance, and oversight.
This acquisition represents a mission-critical investment to mitigate risk of a catastrophic failure of a GLOBUS-X Band azimuth gearbox (s). This acquisition will be for the procurement of two (2) azimuth gearbox spares. GLOBUS-X relies on worn gearboxes (originally manufactured in 1993) with only one (1) spare. Over the course of program history, the X-Band has experienced a catastrophic failure of one (1) azimuth gearbox impacting mission execution, most recently 2018. The X-Band radar rests on a unique azimuth bull gear and associated azimuth bearing assembly that permits the radar to be rotated in azimuth direction. The azimuth gearbox also includes a unique pinon gear that aligns with the bull gear to result in slower rotation but greater torque at the bull gear's output. The operating conditions of this gearbox are specific to this system with no known compatibility with any existing or future program/system.
The United States Air Force Life Cycle Management Center (AFLCMC) has a requirement as a part of its ongoing sustainment of the GLOBUS System of Systems. To ensure continued operational readiness of the critical GLOBUS-X radar system, this requirement is for the procurement of two (2) azimuth gearbox spares designed as direct form, fit, and function replacement for the current aging units. These custom gearboxes must precisely adhere to system specific mechanical and electrical specifications outlined in the AZ Gear Reducer Graham Sesia P/N QPP036M-U2-280 (280.42:1), RTX AZ Mod Kit drawing number D2220940, and associated drawings. Full technical specifications are detailed within the FSSM&I X-Band Pedestal Servo System Modernization document B2270320.
(i) The contractor shall design, develop, manufacture, and develop the Azimuth Gearboxes in accordance with the attached Statement of Work and associated technical data requirements referenced in this document.
(ii) The Government will not accept "Not Separately Priced (NSP)", " No Charge (N/C), $0.00, etc. on any line items other than those already designated in the schedule.
(iii) The Government intends to award a single Definitive Firm Fixed Price Contract, in accordance with FAR 16.202, as a result of this solicitation.
(iv) The Government will provide the GFP/GFE/GFI that is listed in Section J Attachment I.
(v) In accordance with DFARS 252.219-7003, Small Business Subcontracting Plan (DoD Contracts) if the proposal exceeds 900K, the offeror shall submit a subcontracting plan identifying small business goals for this effort in both percentages and dollars. If the Small Disadvantaged Business (SDB) goal is less than 5.0%, the offeror shall provide detailed rationale for the deficiency and strategies for encouraging SDB participation. If it is determined that no subcontracting possibilities exist, the offeror shall provide detailed rationale for the determination.
(vi) Offerors are advised to review all RFP documents and ensure that they are proposing to all requirements.
(vii) Notice to Offeror(s)/Supplier(s): Funds are not presently available for this effort. No award will be made under this solicitation until funds are available. The Government reserves the right to cancel this solicitation, either before or after the closing date. In the event the Government cancels this solicitation, the Government has no obligation to reimburse an offeror for any costs.
** Note 1: Offerors shall have an active System For Award Management (SAM) record.
** Note 2: Cybersecurity Maturity Model Certification (CMMC) contract requirements in DFARS Clause 252.204-7021 is included in this Solicitation. Companies must have a current Cybersecurity Maturity Model Certification status that meets or exceeds the requirements of LEVEL 2 (SELF)
** Note 3: Questions regarding this solicitation must be submitted in writing to the Points of Contact Listed. Government responses will be added to this posting. Please monitor this posting frequently.
**Note 4: Issues accessing the attachments, please contact the Contracting Officer Brandon Jones.
Files
Files size/type shown when available.
BidPulsar Analysis
A practical, capture-style breakdown of fit, requirements, risks, and next steps.
FAQ
How do I use the Market Snapshot?
It summarizes awarded-contract behavior for the opportunity’s NAICS and sector, including a recent pricing band (P10–P90), momentum, and composition. Use it as context, not a guarantee.
Is the data live?
The signal updates as new awarded notices enter the system. Always validate the official award and solicitation details on SAM.gov.
What do P10 and P90 mean?
P10 is the 10th percentile award size and P90 is the 90th percentile. Together they describe the typical spread of award values.