This is a Solicitation for a requirement to provide Static Transfer Switches (STS) at any applicable National Airspace Systems (NAS) facilities located throughout the United States and its territories.
ID: 6973GH-24-R-00060Type: Solicitation
Overview

Buyer

TRANSPORTATION, DEPARTMENT OFFEDERAL AVIATION ADMINISTRATION6973GH FRANCHISE ACQUISITION SVCSOKLAHOMA CITY, OK, 73125, USA

NAICS

Other Electronic Component Manufacturing (334419)

PSC

MISCELLANEOUS ELECTRICAL AND ELECTRONIC COMPONENTS (5999)
Timeline
    Description

    The Department of Transportation, through the Federal Aviation Administration (FAA), is seeking qualified contractors to provide Static Transfer Switches (STS) for various National Airspace Systems (NAS) facilities across the United States and its territories. The procurement aims to acquire Commercial Off-The-Shelf/Non-Developmental Items (COTS/NDI) STS units that ensure seamless power switching between sources, enhancing the reliability of critical electrical systems. These switches are vital for maintaining uninterrupted power supply during outages, thereby supporting essential services within the aviation infrastructure. Interested vendors should contact Edward Wright at edward.b.wright@faa.gov or (405) 954-0693 for further details, with proposals due by the specified deadlines outlined in the solicitation documents.

    Point(s) of Contact
    Files
    Title
    Posted
    The Department of Transportation aims to procure static transfer switches (STS) for electrical systems. These switches are critical in ensuring uninterrupted power transfer and enhancing system reliability. The STS units must adhere to stringent electrical and mechanical requirements outlined in the specification. They are designed to provide seamless power switching, detecting and managing various power anomalies. Among the key features, the switches must have adjustable voltage and current settings, transfer rapidly between sources, and handle fault conditions gracefully. Additionally, they must incorporate controls for manual override and alarm reset, along with clear indicator functions. Communication capabilities, using Modbus RTU or Modbus TCP/IP protocols, are also essential. The switches must be housed in cabinets that allow easy access for maintenance, with a focus on swift repair. Furthermore, the STS must meet cooling requirements, employing either mechanical or natural convection for heat dissipation. This procurement seeks to enhance the resilience of the department's infrastructure by acquiring these specialized switches.
    The government agency seeks to procure specialized professional services and technical support for its aviation systems. The primary objective is to obtain skilled personnel for various roles, including program management, logistics support, technical training, and administrative functions. For Program Management, the focus is on ensuring contract requirements are met, coordinating closely with the government agency. This role requires technical expertise, experience in risk management, and strong communication skills. The Contractor Depot Logistics Support role manages all warehousing efforts, ensuring smooth equipment ordering and compliance with regulations. Technical training and instruction are also prioritized, with responsibilities spanning course development, teaching, and practical training in STS and transfer switch operations. Additionally, experienced administrative support staff are required for efficient office operations, greeting visitors, and general clerical duties. Lastly, the agency seeks Start Up and Installation Technicians with practical skills in setting up, testing, and troubleshooting aviation systems. These roles demand hands-on expertise and the ability to work closely with government employees during the installation process. The procurement process seems to involve a mix of firm-fixed-price and time-and-materials contracts, with education and experience requirements varying across roles. Candidate evaluation will likely focus on relevant technical abilities, organizational skills, and past success in similar roles. Key dates and further contract details were not provided but will be crucial for vendors to consider.
    The Federal Aviation Administration (FAA) seeks to procure comprehensive training solutions for its employees through a detailed systematic process outlined in FAA-STD-028C. The primary objective is to ensure employees receive effective training that meets congressional requirements. This includes needs-based, job-related training that emphasizes safety and does not induce excessive emotional stress. The scope involves a range of tasks, from conducting thorough task and skills analyses to developing diverse training materials. This encompasses classroom instruction, correspondence study, computer-based learning, interactive video teletraining, simulations, and web-based training. The FAA's focus on validation ensures the accuracy, effectiveness, and appropriateness of the developed training content. Key personnel involved in the training development and delivery include managers, instructional designers, subject matter experts, and instructors, each with specific qualifications and roles. The FAA reserves the right to approve these key personnel, and their resumes must be submitted as part of the process. Contract details and values are to be defined in the individual contracts, with the flexibility to accommodate different training approaches and requirements. The timeline for submission deadlines is outlined in the document, emphasizing the importance of prompt delivery. Evaluation criteria will be based on the thoroughness and accuracy of the submitted training materials and their alignment with FAA guidelines and congressional requirements.
    The Aeronautical Center Contractor Depot Logistics Support System (CDLS) seeks to streamline the logistics of supply support activities. This RFP outlines the processes and requirements for vendors to access and manage orders within the CDLS web application. Vendors must request access to the system and adhere to prompt processing times for different priority levels. The guide details how to view, manage, and track orders, ensuring accurate and timely recording of shipping information. This is essential as orders won't be considered complete without the correct data entry, which is vital for invoicing purposes. Vendors can add shipment information, clear due-ins, and include remarks for effective communication. The CDLS aims to enhance efficiency in ordering, shipping, and tracking equipment, with a focus on urgency based on priority levels.
    The government seeks to procure highly specialized static transfer switches (STS) for enhancing critical infrastructure resilience. These STS units serve as fail-safes, seamlessly transferring critical loads to alternative power sources in the event of outages or disruptions. The focus is on ensuring uninterrupted power supply for essential services. The STS equipment must adhere to detailed technical specifications, encompassing various environmental and operational requirements. This includes adjusting to diverse temperature, humidity, and altitude conditions while withstanding magnetic and seismic influences. The switches must also manage fault conditions and provide robust controls and indicators for efficient management. Procurement requirements encompass two primary STS configurations: 208 Volt, 3-pole/4-pole, and 480 Volt, 3-pole/4-pole, each with different amp ratings. The units must be housed in free-standing cabinets, facilitating access for maintenance and ensuring robust cable management. Key features include efficient transfer logic, robust electrical specifications, and reliable communications capabilities. The government seeks a partner to deliver a turn-key solution, with strict emphasis on quality and reliability. Interested vendors must provide comprehensive compliance reviews, detailing how their offerings align with the stringent requirements outlined in Attachment J.08. Although contract details and timelines are not explicitly mentioned, this comprehensive overview provides a clear picture of the government's objective regarding critical infrastructure needs.
    The Static Transfer Switch (STS) contract seeks to procure highly rated STS equipment and associated services for the Federal Aviation Administration (FAA). This multi-year acquisition prioritizes past performance evaluation, aiming to assess vendors' competency in key areas. The FAA seeks detailed assessments of vendors' program and project management capabilities, logistics support, contractor depot logistics, and training services. The agency requires timely delivery of skilled personnel, periodic program management reports, and efficient asset tracking systems. Vendors will be rated on their ability to meet time constraints, provide 24/7 technical support, and perform on-site repair and maintenance. The FAA also emphasizes depot-level repair and training support, including dedicated warehouse services and high-quality training programs for technicians and operators. Key dates include a response deadline of (INSERT DATE). The FAA seeks to confidentially gather comprehensive feedback on vendors' past performance to facilitate informed procurement decisions.
    Monitoring Software/Firmware Interface Document: The focus of this procurement is on obtaining a Monitoring Software/Firmware Interface Document from the vendor. This document is crucial as it enables the FAA to develop software for remote maintenance monitoring, specifically for STS controllers. The vendor must provide a softcopy of this document, adhering to the specified format and content requirements. Equipment Data Sheets, Drawings, and Bill of Materials: The procurement objective here involves the provision of essential documentation for all equipment outlined in the contract. Vendors must submit Equipment Data Sheets, Drawings, and a Bill of Materials (BOM) for each equipment CLIN item. These submissions help the FAA gain a comprehensive understanding of the equipment's specifications and requirements. The BOM, in particular, must be presented in a government-acceptable format, ensuring clarity and accessibility. Electrical Wiring/Diagrams: The procurement centers on acquiring Electrical Wiring/Diagrams for all equipment listed in the contract. These diagrams are vital for understanding each make and model of STS equipment. The vendor is responsible for providing these diagrams in a government-acceptable format, with approvals required for any deviations. Integrated Support Plan (ISP): The ISP is a critical plan that guides the management and execution of the Contractor's Integrated Logistics Support (ILS) Plan. Its purpose is to ensure the FAA can evaluate and monitor the Contractor's performance in executing the ILS Program. The ISP must include sections on system characteristics, ILS program management, and milestone schedules. It requires approval and adherence to specific format and content instructions. Recommended Spare Parts Lists (RSPL) and Site Spare Parts List: These lists are essential for maintaining equipment on-site and at the depot level. The RSPL and Site Spare Parts List enable the FAA to determine the appropriate spare parts stocking levels. Vendors must provide recommended quantities and other detailed information for each spare part, using the provided government templates. Support Equipment Candidate List (SECL): The SECL is divided into two parts: General Purpose and Special Purpose. This list identifies the test parameters, maintenance requirements, and unique tools needed for effective equipment support throughout its operational lifecycle. The General Purpose list includes commercially available support equipment, while the Special Purpose list covers unique items. The submission must include a justification for each recommended special purpose item. Spare Parts Peculiar List (SPPL): The SPPL is a comprehensive list of spare parts required for effective equipment support. Vendors are encouraged to use their format for this list, ensuring it's presented in MS Word. Repair Status Report: This report serves as a comprehensive update on maintenance and repair actions. It includes details such as part numbers, serial numbers, discrepancies, and dates for each item serviced. Additionally, it provides information on inventory stock levels, ensuring the FAA is informed about any short supplies. The report aids in tracking maintenance activities and parts usage. Contractor Depot Logistics Support (CDLS) Maintenance & Contract Cost Report: The CDLS report is a detailed account of maintenance activities, parts usage, and associated costs. It captures data on each maintenance action, including person-hours, shipping details, and costs incurred. This report is vital for evaluating contract performance and identifying potential issues. The report must be submitted in both hard copy and electronic formats, using the specified column structure for clarity and comparability. Depot Level Lowest Replaceable Unit (LRU) & Associated Equipment Parts Usage List: This list tracks the usage of LRUs dispatched from the CDLS warehouse to field sites. It ensures the FAA has up-to-date information on LRU deployments, aiding in logistics and maintenance planning. Commercial Support Documentation (CSD): The CSD is a crucial deliverable that ensures the FAA has access to comprehensive documentation and training materials. It includes technical instruction manuals, service bulletins, maintenance manuals, engineering drawings, and more. This documentation is essential for the FAA's in-house maintenance team to manage equipment effectively. Program Plan: The Program Plan is a management tool that outlines the contractor's organizational structure, practices, and techniques. It provides a clear understanding of the contractor's approach to managing the program and handling subcontracts. The plan must contain charts illustrating the program organization and relationships, along with detailed information on management practices. Program Management Report: This report offers a comprehensive update on the program's progress, including financial details, milestones, and planned activities. It assists in monitoring the program's performance, identifying risks, and making informed decisions. The report is a key communication tool between the contractor and the FAA. Start-Up Report: The Start-Up Report is a critical document that outlines the pre-start-up procedures and site acceptance tests. It confirms equipment readiness and includes details such as equipment descriptions, test procedures, and verification of indicators. Meeting Agenda and Minutes: These documents facilitate effective communication and planning for joint contractor-government meetings. The agenda provides advance notice of meeting topics, schedules, and expected attendees. Meanwhile, the minutes serve as a permanent record of discussions, decisions, and actions taken during the meetings. Quality Assurance (QA) Plan: The QA Plan is a key element in ensuring the quality of the contractor's work. It details the contractor's commitment to quality, their quality system elements, and policies. This plan gives the FAA insight into the contractor's processes and helps assess their adherence to contract quality requirements. Contractor's Configuration Management Plan: This plan is pivotal in managing configuration identification, change control, and status accounting. It outlines the contractor's methods and controls for maintaining the integrity of the total configuration, including hardware, software, and firmware. The plan guides the FAA in evaluating and monitoring the contractor's configuration management program.
    The government seeks to procure a Static Transfer Switch (STS) and associated services through multiple contracts. The STS is a critical component in ensuring uninterrupted power supply. Several data items and deliverables are required, including monitoring software/firmware, equipment data sheets, drawings, and bills of materials. The contractor must submit these within specific timelines, such as 30 days after contract award or following FAA approval for new configurations. Logistics and quality assurance are also key aspects, with the contractor responsible for providing an Integrated Support Plan, Recommended Spare Parts List, and Contractor's Configuration Management Plan. These are due within 20 to 30 days of award. The Quality Assurance Plan and Contractor's Configuration Management Plan must be updated as changes occur. In addition, the contractor will deliver personnel qualifications and task/skills analysis reports for training purposes, with specific requirements for timing and distribution. The procurement likely involves multiple contracts, as indicated by references to task/delivery orders. The government will evaluate proposals based on factors such as quality assurance, technical approach, and past performance. Key dates include submission deadlines, with some documents due within 10 to 30 days after contract award.
    The government seeks to procure a comprehensive range of services and products related to solid-state static automatic transfer switches (SSSATS) for multiple voltage configurations. These include hardware, installation, training, and logistics support. The goal is to ensure uninterrupted power supply and efficient management of electrical systems. The procurement objectives are broken down into four main categories: Equipment/Hardware, Services, Training, and Contractor Depot Logistics Support (CDLS). The hardware consists of various SSSATS models with different voltage ratings and corresponding enclosures. Services required include delivery, installation, and ongoing maintenance support, with a focus on startup and troubleshooting. Training involves factory and on-site sessions for both contractors and FAA personnel, covering SSSATS operation and repair. CDLS encompasses program management, spare parts kits, and logistics support services. The scope involves managing the end-to-end process, from equipment procurement and installation to ongoing maintenance and support. This includes ensuring the efficient operation of SSSATS systems, providing technical expertise, and keeping them updated through the latest industry certifications. The work also entails administrative tasks, such as reporting, conferencing, and managing logistics. The contract is structured as a multi-year agreement with four two-year option periods. The estimated total value is listed as firm-fixed-price (FFP), with costs varying based on the pricing structure outlined in the Independent Government Cost Estimate (IGCE). Key dates are not explicitly mentioned, but the two-year contract periods imply a substantial timeframe. Evaluation criteria center around the quality and effectiveness of the offered solutions. This includes technical merit, past performance, and cost-related factors, with a focus on ensuring a reliable and efficient power transfer system.
    The Department of Transportation's Federal Aviation Administration (FAA) seeks to procure static transfer switches (STS) and comprehensive logistics support services through the life cycle of these switches. The STS function as critical power selectors, ensuring uninterrupted operation. The FAA emphasizes the acquisition of Commercial Off-The-Shelf/Non-Developmental Items (COTS/NDI) to efficiently meet its requirements. Logistics support is a key focus, encompassing integrated logistics, supply support, and Contractor Depot Logistics Support (CDLS). Integrated logistics involves planning, managing, and executing tasks for efficient STS support throughout their lifecycle. This includes providing maintenance planning, technical documentation, and training. Supply support requires the Contractor to develop spare parts lists and support equipment candidate lists, enabling prompt equipment repairs. CDLS entails depot-level repairs, with the Contractor responsible for providing parts, labor, and expertise for warranty and non-warranty repairs. Additionally, the FAA requires assistance with configuration management, software quality assurance, and training. Contractors must have a robust quality control program and adhere to strict configuration management protocols, including prompt notification of changes. Software must undergo rigorous testing, and the FAA demands complete data rights. Training delivery and materials development are also outlined, ensuring adequate training for FAA technicians. Key dates include a post-award conference within 30 days of contract award and various review meetings. The procurement process emphasizes a clear understanding of the FAA's requirements, with evaluation criteria likely focused on the contractor's ability to deliver STSs and provide robust logistics support.
    The document is an amendment and modification of a government contract related to the solicitation numbered 6973GH-24-R-00060. Issued by the FAA Aeronautical Center, it addresses administrative changes in the contract, specifically the removal of two clauses that were incorrectly included: the "Notice of Total Small Business Set-Aside" from October 2019 and the "Notice of Set-Aside or Noncompetitive Award to Service-Disabled Veteran-Owned Small Business" from July 2024. The amendment ensures that these clauses are no longer applicable to the solicitation while confirming that all other terms and conditions of the contract remain unchanged and in full effect. The document outlines the necessary steps for contractors to acknowledge the amendment, emphasizing the importance of timely acknowledgment to avoid rejection of offers. This process underscores the procedural compliance integral to government contracts, highlighting the importance of clarity and accuracy in contract modifications.
    The procurement seeks to award an Indefinite Delivery/Indefinite Quantity (IDIQ) contract for aircraft maintenance and repair services. This contract, encompassing firm-fixed prices and fixed-price labor hours, is estimated at $4 million per task order and has a potential ten-year period of performance. The services required involve complete aircraft overhauls, including disassembly, inspection, repair, and reassembly according to manufacturer guidelines. The contractor must provide all necessary materials, equipment, and labor for these services, with deliveries and performances specified in individual task orders. Key tasks include furnishing labor, materials, and equipment; performing repairs and overhauls; and ensuring compliance with technical specifications. The government seeks a minimum of one task order during the base period, with the potential for multiple orders concurrently. Offerors are expected to detail their capabilities and pricing structures in response to the request for quotes. Evaluation criteria will likely emphasize the compatibility of offered services with the requested form, fit, and function requirements, as well as price. The submission deadline is emphasized as critical, with responses due by 27 September 2024 at 5:00 PM local time.
    Similar Opportunities
    Automatic Transfer Switch Replacement
    Active
    Dept Of Defense
    The Department of Defense, specifically the Department of the Army, is soliciting quotes for the replacement of two automatic transfer switches at the Air National Guard Base in Fresno, California. The project involves replacing a 180 AMP switch at Building 130 and a 500 AMP switch at Building 125, with a focus on compliance with the National Electrical Code and other facility guidelines. This procurement is a high-priority requirement supporting the National Guard and is exclusively set aside for service-disabled veteran-owned small businesses (SDVOSB), with a Firm Fixed Price (FFP) contract anticipated. Interested parties must submit their quotes electronically by September 20, 2024, and are encouraged to attend a site visit on September 16, 2024, to better understand the project requirements. For further inquiries, potential offerors can contact the 144th Contracting Office at 559-454-5129 or via email at 144.FW.FAL.MSC.Contracting@us.af.mil.
    21 CES - MSS1 & MSS2 Tie Switches
    Active
    Dept Of Defense
    The Department of Defense, through the Department of the Air Force, is soliciting quotes for the procurement of S&C Electric brand and generic electrical equipment, specifically for the installation of tie switches between Main Switch Station (MSS) 1 and MSS 2 at Peterson Space Force Base in Colorado. This Combined Synopsis/Solicitation is open to full and open competition under NAICS code 335313, focusing on Switchgear and Switchboard Apparatus, and requires compliance with specific submission guidelines and technical documentation. The project emphasizes the importance of using eco-friendly materials and adhering to safety protocols, with a contract expected to be awarded based on price and technical acceptability criteria. Interested vendors should submit their quotes electronically and ensure they are registered in the System for Award Management (SAM) by the specified deadlines. For further inquiries, contact SSgt Frederick Chartrand at frederick.chartrand@spaceforce.mil or Amanda Davidson at amanda.davidson.5@spaceforce.mil.
    STATOR,ALTERNATOR,A
    Active
    Dept Of Defense
    The Department of Defense, specifically the Department of the Navy through NAVSUP Weapon Systems Support, is soliciting proposals for the procurement of alternator stators. This procurement is categorized under the NAICS code 336412, which pertains to Aircraft Engine and Engine Parts Manufacturing, and involves components critical for aircraft operations. The contract will adhere to various federal regulations, including the Buy American Act and Equal Opportunity provisions, and is expected to follow standard delivery timelines. Interested vendors can reach out to Sophia Noel at 215-697-4313 or via email at SOPHIA.NOEL@NAVY.MIL for further details regarding the solicitation process.
    The FAA has a requirement for Procurement Alaskan Satellite Telecommunications Infrastructure (ASTI) Maintenance and Support of the Satellite Carrier Monitoring System. This includes the necessary hardware, software, and support to replace the Glowlink Com
    Active
    Transportation, Department Of
    Sources Sought TRANSPORTATION, DEPARTMENT OF FEDERAL AVIATION ADMINISTRATION is seeking interest from small businesses for the procurement of Alaskan Satellite Telecommunications Infrastructure (ASTI) Maintenance and Support of the Satellite Carrier Monitoring System. This includes the necessary hardware, software, and support to replace the Glowlink Communications Technology carrier monitoring system. The FAA is particularly interested in responses from service-disabled veteran-owned small businesses and 8(a) certified firms. The scope of work includes providing specific part numbers and technical assistance. The installation will take place in Anchorage ARTCC (ZAN) SACOM Facility and Fairbanks ATCT (FAI) TRACON Facility. The NAICS code for this effort is 517410 Satellite Telecommunications, with a size standard of $44 million. Interested vendors should submit a capability statement and other required documents by October 17, 2023.
    RFQ for Airport Lighting
    Active
    General Services Administration
    The General Services Administration (GSA) is seeking quotations for a one-time purchase of specific airport lighting equipment, including the FTB 600 Series Power Converter, Flashhead, and FTS 400/800 Series Flashhead. This procurement is essential for maintaining operational capabilities in critical areas related to homeland security and is justified under the Federal Property and Administrative Services Act, allowing for sole-source procurement due to the unique requirements of the items. The total estimated value of the acquisition is approximately $61,000, with offers due by September 16, 2024, and evaluations based on the lowest technically acceptable price. Interested vendors can contact Alan Craig at alan.craig@gsa.gov or Cynariah Ward at cynariah.ward@gsa.gov for further details.
    62--POWER,SUPPLY - AND SIMILAR REPLACEMENT PARTS
    Active
    Dept Of Defense
    The Department of Defense, through the Naval Supply Systems Command (NAVSUP) Weapon Systems Support, is seeking qualified contractors to supply power supply and similar replacement parts under a federal contract. The procurement involves critical components classified as Flight Critical, necessitating engineering source approval by the Naval Air Systems Command, which means only approved manufacturers will be eligible for award. These components are vital for shipboard systems that enable the launch and recovery of aircraft, underscoring their importance in maintaining operational safety and effectiveness. Interested parties should contact Patrick Horan at 215-697-0275 or via email at PATRICK.J.HORAN1@NAVY.MIL for further details, and must submit their source approval requests by the closing date of the solicitation.
    National Airspace System (NAS) G/G Protocol Converter (GPC) Draft SIR, Part 1
    Active
    Transportation, Department Of
    The Department of Transportation, specifically the Federal Aviation Administration (FAA), is preparing to issue a pre-solicitation Screening Information Request (SIR) for the Ground-to-Ground Protocol Converter (GPC) System as part of its Voice over IP Communication Enterprise (VoICE) initiative. This procurement aims to enhance aviation communication systems by converting analog signals to ED-137C compliant Voice over Internet Protocol (VoIP), thereby replacing outdated infrastructure at various FAA facilities. The FAA is seeking industry feedback on the draft SIR, with a deadline for comments set for October 15, 2024, at 3:00 PM EDT. Interested parties can direct their inquiries to Alessha Mason at alessha.m.mason@faa.gov or Michael Tekle at michael.e.tekle@faa.gov, and are encouraged to participate in the upcoming industry day and one-on-one sessions to discuss the project further.
    49--HIGH VOLTAGE SWITCH
    Active
    Dept Of Defense
    The Department of Defense, specifically the Department of the Navy through NAVSUP Weapon Systems Support, is soliciting quotes for the procurement of a high voltage switch, identified by NSN: 012225166 and PN: 0015507-01, with a required quantity of one unit. This procurement is critical for aircraft maintenance and repair operations, emphasizing the need for government source approval prior to award, which necessitates that potential suppliers submit detailed information as outlined in the NAVSUP WSS Source Approval Brochure. Interested vendors must submit their quotes via email to Christopher Campello at christopher.campellone.civ@us.navy.mil by the specified due date, ensuring compliance with all requirements to be considered for the award.
    POWER SUPPLY
    Active
    Dept Of Defense
    The Department of Defense, specifically the Department of the Navy through NAVSUP Weapon Systems Support, is soliciting bids for the repair and testing of power supply units under the solicitation titled "POWER SUPPLY." The procurement requires contractors to provide FAA-certified parts and adhere to strict quality control measures, including compliance with various military standards and documentation requirements. These power supply units are critical components for military operations, necessitating timely and reliable repairs to ensure operational readiness. Interested contractors must submit their quotes by 2:00 PM EST on the specified closing date, and inquiries can be directed to Destiny N. Wiatr at 215-697-3528 or via email at DESTINY.N.WIATR.CIV@US.NAVY.MIL.
    Power Supply
    Active
    Dept Of Defense
    The Defense Logistics Agency, specifically DLA Aviation at Oklahoma City, is soliciting quotes for a power supply (NSN: 6130-01-270-2933 NT) essential for military operations. The Request for Quotation (RFQ) outlines a requirement for a minimum of 2 and a maximum of 9 units, emphasizing compliance with federal regulations, safety standards, and quality assurance measures. This procurement is critical for ensuring the operational readiness of military equipment, with submissions required to adhere to specified protocols and conditions. Interested vendors should contact Anne Campbell at anne.campbell@us.af.mil or call 405-855-3710 for further details regarding the submission process.