ICT 1500 - 2500 MAINTENANCE
ID: FA8227-25-Q-2000Type: Combined Synopsis/Solicitation
Overview

Buyer

DEPT OF DEFENSEDEPT OF THE AIR FORCEFA8227 AIR FORCE MATERIEL COMMAND OL H PZIMBHILL AFB, UT, 84056-5805, USA

NAICS

Commercial and Industrial Machinery and Equipment (except Automotive and Electronic) Repair and Maintenance (811310)

PSC

MAINT/REPAIR/REBUILD OF EQUIPMENT- SPECIAL INDUSTRY MACHINERY (J036)

Set Aside

SBA Certified Women-Owned Small Business (WOSB) Program Sole Source (FAR 19.15) (WOSBSS)
Timeline
    Description

    The Department of Defense, specifically the Air Force Materiel Command, is seeking a contractor to provide maintenance services for the Industrial Computed Tomography (ICT) 1500 and 2500 systems at Hill Air Force Base in Utah. The contract will encompass on-site maintenance, training, and unscheduled repairs, ensuring the operational readiness of critical imaging systems used for rocket motor inspections. This procurement is vital for maintaining the reliability and efficiency of defense operations, with the contract set to run from November 20, 2024, to November 19, 2029. Interested parties must submit their quotations by October 30, 2024, and direct inquiries to Ashley Perkes or Hideo Mera via the provided contact information.

    Point(s) of Contact
    Files
    Title
    Posted
    The DD Form 1423-1 outlines the Contract Data Requirements List (CDRL) for government contracts, providing essential details regarding data item submissions. This document is utilized by contractors to specify necessary data items, including titles, references, required frequencies, and submission formats for technical documents. Key requirements highlight that contractors must submit a training plan to the government within 30 days post-award and deliver data items electronically in Microsoft compatible format. The form also defines the categories of data and lays out the estimation process for pricing different data items. The approvals and signatures of preparers ensure transparency and accountability in the acquisition process. This form is vital for ensuring government entities receive the quality data required for ongoing projects while maintaining compliance with federal standards, thus facilitating smooth operational and contractual relationships.
    The DD Form 1423-1 serves as a Contract Data Requirements List and outlines essential data item requirements for defense contracts. This document is part of a structured process to ensure necessary data is collected and managed throughout the contract lifecycle. It includes various sections detailing contract line items, categories of data, contractor information, and submission timelines. A key aspect is the requirement for contractors to prepare submissions in a specific format and within stated deadlines, particularly emphasizing timely delivery after maintenance activities. The form outlines responsibilities, including the approval process for data items and specifies the distribution of documents to relevant parties. Furthermore, it categorizes costs associated with data preparation into four groups, helping to clarify financial responsibilities related to compliance with government standards. Ultimately, the form aids in maintaining quality control over technical documentation necessary for the successful execution of government contracts, thereby ensuring adherence to guidelines and fostering accountability.
    The DD Form 1423-1 outlines the Contract Data Requirements List (CDRL) essential for government contracts, particularly focusing on the delivery of technical data items. The document specifies a single data item associated with the ICT 1500/2500 CT Systems under the management of the 309 MXSG/OBC, detailing requirements for technical data packages, updates on technical documentation, and submission deadlines. The contractor is mandated to deliver technical data within ten calendar days after any changes. Distribution is noted to be unlimited with the appropriate government personnel designated for receiving the data. The form serves as a guideline for both government personnel and contractors to ensure compliance with data requirements, including submission frequency and content standards. Additionally, it provides instructions on categorizing data items, estimating costs, and understanding the responsibilities associated with data management in the context of federal contracts. Overall, the document is critical for establishing clear expectations for data delivery and maintaining government standards in procurement processes.
    The DD Form 1423-1 serves as a Contract Data Requirements List (CDRL), utilized by the Department of Defense to outline and manage the data deliverables required from contractors. The form captures essential information including the contract line item number, item categories (Technical Data Package, Technical Manual, etc.), data item descriptions, and specific submission details. It mandates that contractors provide deliverables electronically in a Microsoft Office compatible format. Critical dates for initial and subsequent submissions are specified, along with distribution instructions to relevant stakeholders. Additionally, the form categorizes data items into four price groups, clarifying the costs associated with different types of data deliverables required by the government. The instructions provide guidelines for both government personnel and contractors on accurately filling out the form. These stipulations ensure that the necessary data supports the acquisition process effectively while maintaining compliance with federal guidelines. Overall, Form DD 1423-1 is crucial for defining and managing data requirements in federal contracts, ensuring clear communication and accountability between the government and contractors.
    The DD Form 1423-1, a Contract Data Requirements List, outlines the requirements for data submissions pertaining to U.S. defense contracts, specifically relating to the ICT 1500/2500 CT systems. It details information such as the contractor's obligations concerning data item specifications, authority, submission dates, and distribution frequencies, including the need for both draft and final submissions in a Microsoft Office-compatible format. The form categorizes data into TDP (Technical Data Package), TM (Technical Manual), or other relevant sections, and emphasizes the contractor’s responsibility in formatting the data as per government requirements. The document also includes guidelines for pricing data items in four distinct groups based on the nature of the data and its relevance to the contractor's efforts. A significant aspect is that all submissions must adhere to strict timelines and be sent electronically to designated recipients. Additionally, it underscores the importance of compliance with government standards and provides clear instructions for both government personnel and contractors. This form serves as a critical tool for managing and documenting data requirements in federal procurement processes.
    The DD Form 1423-1 serves as a Contract Data Requirements List (CDRL) utilized within the federal government framework, particularly for Department of Defense contracts. It outlines the information required from contractors, specifying details of data items, including descriptions, submission frequencies, and distribution requirements. The form highlights the significance of data items classified as Technical Data Packages (TDP), Technical Manuals (TM), or others, while also detailing the responsibilities of the contractor in terms of data format and delivery. Key elements of completion include identifying the contract line item, coordinating with designated government personnel, and adhering to specified quality and format standards for submissions. The document indicates that submissions must be provided electronically and outlines the responsibilities of various stakeholders involved in the process. As a vital part of contract management, the form ensures compliance with established guidelines for data provision and supports effective communication between the government and contractors. Overall, this form plays a critical role in standardizing contract data collection and management, facilitating adherence to government requirements in procurement processes.
    The document is a DD Form 1423-1, which outlines the Contract Data Requirements List (CDRL) for a specific data item concerning the ICT 1500/2500 CT Systems, involved in the calibration process. It details contractor obligations for providing a Calibration Certificate/Report before the completion of the contract. Key information includes the need for electronic submission in Microsoft Office-compatible format to designated contacts, alongside their communication details. The form specifies governance related to the data item, including the requirement for inspection/acceptance, distribution statements, delivery frequency, and additional remarks on submission protocols. The document emphasizes compliance with the Office of Management and Budget (OMB) guidelines regarding information collection and the necessary preparation and approval processes. This CDRL is crucial for ensuring the contractor meets quality assurance standards within the context of federal contracting practices.
    The document is a DD Form 1423-1, which outlines the Contract Data Requirements List (CDRL) for a specific government contract related to the ICT 1500/2500 CT Systems. It specifies the necessary data item, including requirements for quality assurance through a Quality Assurance Program Plan (QAPP). The form requires detailed information about the contractor, the contract line item, distribution statements, and submission timelines. The contractor must submit the plan within 30 calendar days after contract award and must notify the government of any subsequent changes. It includes guidance on marking the appropriate category for the data (Technical Data Package, Technical Manual, or Other), and defines the frequency and procedures for submission, including electronic delivery in a compatible format. The form aims to standardize data submission requirements to ensure compliance and facilitate effective data management. The emphasis is on clarity in procurement practices, ensuring all involved parties understand responsibilities regarding documentation and data submission as per the contractual obligations described in the associated PWS (Performance Work Statement) paragraphs. Overall, it serves as a key administrative tool for managing data requirements in government contracts.
    The DD Form 1423-1 is a Contract Data Requirements List utilized by the Department of Defense to outline the specific data items required from contractors. It serves as a template for documenting the data collection process during federal contracts. Key sections include the identification of the contract line item, contractor details, data item title, and submission requirements. The form requires details such as the environmental, safety, and occupational health plan, which must be submitted with the contract proposal. Notably, it mandates electronic submissions in Microsoft Office format to specified addressees and ensures compliance with government requirements. The estimated reporting burden for this data collection is approximately 110 hours per response. Additionally, the instructions guide contractors on fulfilling data item submissions, categorizing them according to essentiality and pricing groups. Each data item is assigned a price group that determines how costs are calculated based on the relationship to contract performance and government specifications. The document emphasizes the importance of adhering to the outlined submission formats and deadlines to facilitate efficient data management and compliance with governmental standards in RFP processes. Overall, the DD Form 1423-1 is integral to ensuring structured and accountable data sharing throughout contract execution.
    The document is a DD Form 1423-1, which serves as a Contract Data Requirements List (CDRL) primarily for the Department of Defense (DoD). It outlines a single data item requirement pertaining to the ICT 1500/2500 CT Systems. The form captures essential contract details, including data item descriptions, submission timelines, distribution requirements, and pricing estimates. A key aspect is the timeline for data submission: the first report is due within three calendar days following an accident or incident, with immediate reporting required for mishaps exceeding $2000 in damages. The form also specifies distribution guidelines, including that one electronic copy be provided to designated addressees in a compatible format. Instructions for completing the form highlight the importance of identifying technical data, references, inspection requirements, and pricing groups to clarify the government's expectations. Various price groups categorize costs associated with the required data, allowing for accurate financial estimation. Overall, the document aims to streamline the process by which contractors submit crucial data related to performance under DoD contracts, ensuring transparency, accountability, and compliance with federal regulations.
    The Department of the Air Force issued a combined synopsis/solicitation for maintenance and support of Industrial Computed Tomography (ICT) systems, specifically the ICT 1500 and 2500 models. This solicitation, numbered FA8227-25-Q-2000, is intended for a sole source award to Interwest Physics, LLC, under the NAICS code 811310, with a small business size standard of $12.5 million. The contract will cover scheduled maintenance, training, and unscheduled repairs from November 20, 2024, to November 19, 2029, predominantly at Hill Air Force Base, Utah. The submission deadline for quotations is October 30, 2024, with inquiries due by October 10, 2024. The document outlines compliance with various federal acquisition regulations, detailing clauses regarding ethical conduct, equal opportunity, and regulatory compliance. This solicitation is part of the Air Force's strategy to enhance operational capabilities through efficient maintenance and service support, ensuring the reliability of critical imaging systems used in defense operations. The emphasis on small business participation aligns with federal guidelines to foster economic opportunities for diverse contractors.
    The document outlines the Performance-Based Work Statement (PWS) for the maintenance of the Industrial Computed Tomography (ICT) 1500 and ICT 2500 systems, critical for the U.S. Air Force's rocket motor inspections. The scope includes preventive maintenance, troubleshooting, repair services, and training for government personnel at Hill Air Force Base, Utah, through 2030. Contractors are required to provide qualified personnel, necessary tools, and adherence to industry best practices. Key services include routine system inspections, technical support, and immediate responses to critical repairs. The contractor must also comply with safety regulations, environmental laws, and quality control processes. Reports including annual maintenance schedules, service logs, and calibration certificates must be submitted to government representatives throughout the contract. The document emphasizes maintaining operational readiness, safety compliance, and effective communications with the Air Force personnel, highlighting the necessity of sound performance standards for continued government support.
    Lifecycle
    Title
    Type
    Combined Synopsis/Solicitation
    Similar Opportunities
    5 Axis Mills Maintenance Repair Follow-on
    Active
    Dept Of Defense
    The Department of Defense, specifically the Air Force Materiel Command, is seeking a contractor for the maintenance and repair of three advanced 5-axis CNC gantry milling machines located at Hill Air Force Base, Utah. The procurement aims to ensure optimal operational readiness through annual calibration, authorized repairs, and functional testing, with a focus on adhering to OEM specifications and utilizing approved laser technology for calibration. These machines are critical for the operations of the 309th Maintenance Wing, and the contract is expected to span one year with four optional renewal years, starting around October 2024. Interested contractors must submit their proposals by 1700 MT on October 7, 2024, to Austin Hurst at austin.hurst.2@us.af.mil, and are encouraged to demonstrate their technical capabilities and past performance in similar roles.
    Repair of the A-10 RDTU/UDTU
    Active
    Dept Of Defense
    The Department of Defense, specifically the Department of the Air Force, is soliciting proposals for the repair of the A-10 Redesigned Data Transfer Unit (RDTU) and associated components. The procurement includes a comprehensive scope of work that requires contractors to develop production surge plans, counterfeit prevention strategies, and various reporting requirements related to government property and maintenance activities. These units are critical for ensuring the operational efficiency of military aircraft systems, emphasizing the importance of compliance with stringent military standards and cybersecurity measures. Interested vendors must submit their proposals by October 16, 2024, and can direct inquiries to primary contact Darin Rector at daren.rector@us.af.mil or secondary contact Hunter Doney at hunter.doney@us.af.mil.
    70--CONTROLLER,DATA ENT, IN REPAIR/MODIFICATION OF
    Active
    Dept Of Defense
    The Department of Defense, specifically the Department of the Navy, is soliciting proposals for the repair and modification of the CONTROLLER, DATA ENT, through a federal contract opportunity. The procurement aims to establish a firm-fixed-price contract for the repair of this equipment, with a required Repair Turnaround Time (RTAT) of 74 days, emphasizing the importance of timely and efficient service to maintain operational readiness. This contract is critical for ensuring the functionality of essential machinery used in various defense operations, and interested contractors must submit their quotes, including pricing and capacity constraints, by the extended deadline of November 18, 2024. For further inquiries, potential bidders can contact Heather Van Hoy at 717-605-3528 or via email at HEATHER.VANHOY@NAVY.MIL.
    FA8214-13-C-0001 ISC 1.0 Extension
    Active
    Dept Of Defense
    The Department of Defense, specifically the Department of the Air Force, intends to solicit and negotiate a contract extension with BAE Systems Technology Solutions for the ISC 1.0 project, which supports the integration of the ICBM weapon system. The procurement aims to extend the current contract (FA8214-13-C-0001) to continue providing essential systems engineering, integration, and program management support, with an anticipated award ceiling increase of $1,192,897,112.00 across 35 programs. This contract is critical for maintaining the operational effectiveness of the ICBM system, ensuring that the government can effectively manage and integrate weapon systems. Interested parties may submit capability statements or proposals, with the anticipated award date set for December 1, 2024, and the period of performance running from February 1, 2025, to July 31, 2027. For further inquiries, contact Sean McDonough at sean.mcdonough.1@us.af.mil or Lindsey Field at lindsey.field@us.af.mil.
    Mettler Toledo Titration Systems Maintenance and Repair
    Active
    Dept Of Defense
    The Department of Defense, specifically the Department of the Air Force, is seeking a contractor for the maintenance and repair of Mettler Toledo Titration Systems at Robins Air Force Base in Georgia. The procurement involves providing all necessary labor, parts, materials, tools, and travel for preventative maintenance and repairs, with a focus on compliance with manufacturer specifications and the use of OEM-certified personnel. These systems are critical for the operations of the Chemical Flight Laboratories, where any instrument failures could significantly disrupt workflow. Interested contractors should note that this is a sole source solicitation directed to Mettler-Toledo, Inc., with a contract period of one year starting November 8, 2024, and options for two additional years. For further inquiries, potential bidders can contact Andrea Cervantes at andrea.cervantes.1@us.af.mil or Claudette Macneil at claude.macneil@us.af.mil.
    Ultrasonic Immersion Tank Inspection System (REV)
    Active
    Dept Of Defense
    The Department of Defense, specifically the Air Force Research Laboratory at Wright-Patterson Air Force Base, is seeking proposals for an Ultrasonic Immersion Tank Inspection System. This system is intended for the inspection of composite aircraft materials, requiring capabilities to acquire critical ultrasonic data (A-Scan, B-Scan, C-Scan) to evaluate material integrity, including assessments for deformation, delamination, and defects. The procurement emphasizes advanced material testing techniques essential for aerospace research, with a focus on ensuring operational effectiveness. Interested small businesses must submit their quotes by November 4, 2024, at 4:00 PM ET, and can direct inquiries to Contract Specialist Mike Hornberger at michael.hornberger.1@us.af.mil or by phone at (937) 713-0549.
    Information Management-Infrastructure Maintenance(IT-IM)
    Active
    Dept Of Defense
    The Department of Defense, specifically the Department of the Air Force, is seeking industry input through a Sources Sought synopsis for Information Technology Infrastructure Maintenance (IT-IM) services. The procurement aims to establish a contract that includes a one-year base period with four optional one-year extensions, focusing on the maintenance of critical communication systems such as Digital Voice Systems, Cable Infrastructure, and Land Mobile Radio systems. This initiative is vital for ensuring the operational continuity and modernization of the Air Force's IT infrastructure, adhering to both Department of the Air Force and commercial standards. Interested businesses are encouraged to submit their responses by October 21, 2024, and can direct inquiries to Sandy Thompson at sandy.thompson@us.af.mil or Michaela Desch at michaela.desch@us.af.mil.
    Re-palletization and shipment
    Active
    Dept Of Defense
    The Department of Defense, specifically the Department of the Air Force, is seeking a contractor for the re-palletization and shipment of pallets currently located at Raytheon Technologies (RTX). The primary objective of this procurement is to repair these pallets and facilitate their shipment to a predetermined location, with the requirement to complete the shipment by April 1, 2025. This contract is critical as it involves the handling of guided missile components, underscoring the importance of maintaining operational readiness and supply chain integrity for defense operations. Interested parties must have access to RTX facilities and can contact Jesse Whinham at jesse.whinham@us.af.mil or 801-775-3237 for further details regarding this sole source Firm Fixed Price contract.
    Halvorsen Overhaul
    Active
    Dept Of Defense
    The Department of Defense, specifically the Department of the Air Force, is seeking contractors for a five-year Fixed Price Incentive Firm Target (FPIF) contract to provide overhaul and maintenance support for the 25K Halvorsen Aircraft Cargo Loader. This self-propelled cargo transporter, crucial for transferring loads between warehouses and cargo aircraft, requires comprehensive maintenance to ensure operational readiness across various Air Force and commercial aircraft. The anticipated contract will be awarded as a sole source to Leonardo DRS, with a formal solicitation expected to be released around August 16, 2024, and a response deadline of 30 days thereafter. Interested parties may contact Deborah Simmons or Tiffany Davis-Patterson via email for further inquiries.
    Tank Farm Maintenance
    Active
    Dept Of Defense
    The Department of Defense, specifically the U.S. Air Force, is seeking contractors for a Firm Fixed Price Contract for Tank Farm Maintenance at Tinker Air Force Base in Oklahoma. The procurement involves providing preventative and remedial maintenance for 20 pieces of equipment, ensuring compliance with API and ASME standards, and adhering to stringent safety and operational protocols. This maintenance is critical for the safe management of hazardous materials, particularly in relation to hydrogen storage and handling, reflecting the government's commitment to safety and operational efficiency. Interested contractors must submit their quotes by October 29, 2024, with the contract expected to commence on November 13, 2024. For further inquiries, contact Carol D. Castle at carol.castle@us.af.mil or call 405-761-0317.