Service Repair for Sciaky Spot Welder
ID: FA812526Q0016Type: Solicitation
Overview

Buyer

DEPT OF DEFENSEDEPT OF THE AIR FORCEFA8125 AFSC PZIMATINKER AFB, OK, 73145-3303, USA

NAICS

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

PSC

MAINT/REPAIR/REBUILD OF EQUIPMENT- MAINTENANCE AND REPAIR SHOP EQUIPMENT (J049)
Timeline
    Description

    The Department of Defense, specifically the Department of the Air Force, is soliciting proposals for service repair of a Sciaky Spot Welder at Tinker Air Force Base, Oklahoma. The procurement aims to secure a contractor capable of troubleshooting, repairing, and calibrating the welder, ensuring it operates effectively, particularly addressing issues related to Tip Touch Force Control and Executable Contact Gauge Pressure Setpoint, as outlined in the Performance Work Statement. This contract is crucial for maintaining operational capabilities at the Air Logistics Complex and is set to have a total award amount of $12,500,000, with a performance period from December 12, 2025, to January 12, 2026. Interested vendors, particularly Women-Owned Small Businesses, must submit their quotes by November 28, 2025, and can direct inquiries to Jacqueline Henn at Jacqueline.Henn@us.af.mil.

    Point(s) of Contact
    Files
    Title
    Posted
    The Performance Work Statement (PWS) outlines a one-time repair service for a Sciaky Spot Welder at the Oklahoma City–Air Logistics Complex (OC-ALC), Tinker AFB. The contractor must provide all necessary labor, tools, equipment, and parts to troubleshoot, repair, calibrate, and ensure the welder is operational, specifically addressing issues with Tip Touch Force Control (TTFC) and Executable Contact Gauge (ECG) Pressure Setpoint. The PWS details procedures for malfunction notification, repair estimates, authorization, and service reporting. Key qualifications for the contractor include experience with Sciaky spot welders with WeldComputer adaptive controls, being a WeldComputer® Authorized Distributor, and providing customer references. The document also covers extensive requirements for contractor personnel, environmental protection, safety, hazardous materials, and government-furnished services and property.
    This government solicitation, FA812526Q0016, is for a Women-Owned Small Business (WOSB) to provide service and repair for a Sciaky Spot Welder at Tinker Air Force Base. The contract, with an effective date of November 14, 2025, and an offer due date of November 28, 2025, has a total award amount of USD 12,500,000.00. The scope of work includes troubleshooting and repairs in accordance with a Performance Work Statement, with a performance period from December 12, 2025, to January 12, 2026. Key requirements include compliance with Tinker AFB access regulations, including the use of specific truck entry gates and contractor ID badge requirements, and adherence to various FAR and DFARS clauses related to electronic payments, small business programs, labor standards, and environmental regulations. The document also outlines procedures for addressing concerns through an ombudsman and restrictions on the use of Class I Ozone Depleting Substances.
    This document outlines Wage Determination No. 2015-5315, Revision No. 27, for service contracts in specific Oklahoma counties, effective July 8, 2025. It details minimum wage requirements under Executive Orders 14026 ($17.75/hour) and 13658 ($13.30/hour), depending on contract award or renewal dates. The determination lists various occupational categories—from Administrative Support to Miscellaneous Occupations—with their corresponding hourly wage rates and footnotes indicating potential eligibility for higher Executive Order minimum wages. It also specifies fringe benefits, including health & welfare, vacation, and eleven paid holidays. Special provisions cover computer employees, air traffic controllers, and weather observers, as well as hazardous pay differentials and uniform allowances. The document concludes with a conformance process for unlisted occupations, ensuring fair compensation and compliance with the Service Contract Act.
    Lifecycle
    Title
    Type
    Solicitation
    Similar Opportunities
    Snap-On Autocrib E-Tool FX Lockers (Brand Name)
    Dept Of Defense
    The Department of Defense, through the Department of the Air Force, is soliciting proposals for the procurement of Snap-On Autocrib E-Tool FX Lockers to support operations at Tinker Air Force Base in Oklahoma. The requirement includes the acquisition of six 34-drawer lockers and nine 22-drawer lockers, specifically designed for logistical and maintenance operations. This procurement is set aside for Women-Owned Small Businesses (WOSB) and Economically Disadvantaged Women-Owned Small Businesses (EDWOSB), with a delivery schedule of 30 calendar days from the award date. Interested vendors must submit their proposals by December 29, 2025, and can direct inquiries to Chelsie Hannah at chelsie.hannah@us.af.mil or Tran Tran at Tran.Tran.1@us.af.mil.
    B301 Transformer Repair
    Dept Of Defense
    The Department of Defense, specifically the Department of the Air Force, is soliciting proposals from qualified small businesses for the repair of a 250kVA Dry type transformer at Offutt Air Force Base in Nebraska. The project requires the contractor to provide transportation, equipment, materials, and labor to repair and rewind the transformer, with a focus on adhering to various safety and environmental regulations. This procurement is crucial for maintaining the operational integrity of the electrical distribution system at the base. The total award amount is capped at $12,500,000, with proposals due by January 6, 2026, and the performance period scheduled from January 20 to February 20, 2026. Interested parties can contact Nichole Barragan at nichole.barragan.2@us.af.mil or Daniel Kuchar at daniel.kuchar@us.af.mil for further information.
    Repair of B-1B Torque Motor
    Dept Of Defense
    The Department of Defense, through the Department of the Air Force, is soliciting proposals for the repair of B-1B Torque Motors, specifically National Stock Numbers 6105-01-232-8318 and 6105-01-232-8319. The procurement aims to secure comprehensive repair services, including provisions for "No Fault Found" items and additional work requirements, with a total estimated contract value of $4,149,750.00 over a base year and three option years. This contract is critical for maintaining the operational readiness of the B-1B aircraft, ensuring that essential components are serviced to meet military standards. Interested contractors must submit their proposals by January 30, 2026, and can direct inquiries to Amy Schmitz at amy.schmitz.1@us.af.mil or David Herrig at david.herrig.1@us.af.mil.
    T400 Technical Services
    Dept Of Defense
    The Department of Defense, specifically the Department of the Air Force, is seeking proposals from Women-Owned Small Business (WOSB) concerns for the T400 Technical Services contract, which focuses on providing technical engineering support related to the Engine Component Improvement Program. The primary objective is to establish a reliable means for the USAF to access technical assistance on T400-related inquiries, including part numbers and equivalency of consumables, with a base performance period of 10 months starting January 15, 2026, and an optional 12-month extension thereafter. This Firm Fixed Price contract, with a Defense Priorities Allocation System (DPAS) Priority Rating of DO-A1, emphasizes compliance with various federal regulations and requires electronic invoicing through Wide Area WorkFlow (WAWF). Interested parties should contact Rachel Bradd at rachel.bradd@us.af.mil or call 937-656-0000 for further details.
    Fuel System Component Test Stand
    Dept Of Defense
    The Department of Defense, specifically the U.S. Air Force, is soliciting proposals for the development of a Fuel System Component Test Stand, aimed at enhancing testing capabilities for military aircraft components. The procurement requires the design, installation, calibration, and training associated with the test stand, which will be executed under a Firm Fixed Price contract arrangement. This initiative is critical for ensuring the reliability and performance of aircraft fuel systems, thereby supporting operational readiness. Interested vendors, particularly those classified as Women-Owned Small Businesses, must submit their offers by January 9, 2026, at 10:00 AM CST, and can direct inquiries to Sheridan Robison at sheridan.robison@us.af.mil. The project delivery period is set from January 16, 2026, to January 15, 2028, with additional stipulations regarding document access and compliance with environmental regulations.
    Stratasys F900 3D Printer
    Dept Of Defense
    The Department of Defense, specifically the Department of the Air Force, is soliciting proposals for the procurement of one Stratasys F900 3D Printer, as outlined in the updated Statement of Work. This acquisition aims to enhance the capabilities of the Reverse Engineering And Critical Tooling (REACT) lab at Tinker Air Force Base by increasing 3D printing throughput for aircraft-grade replacement parts, which is critical for maintaining operational efficiency and compliance with stringent certification requirements. The contract includes the printer system, materials, a one-year warranty, on-site installation, and specialized training for personnel, with a focus on adhering to Tinker AFB regulations and safety protocols. Interested vendors should submit their quotes by the specified closing date and may direct inquiries to Linsey Laird at Linsey.Laird@us.af.mil or Jason Shirazi at Jason.Shirazi@us.af.mil.
    1200W Laser Welder / CNC Cutter
    Dept Of Defense
    The Department of Defense, specifically the Department of the Army, is soliciting proposals from Women-Owned Small Businesses (WOSB) for the provision of a 1200W Laser Welder/CNC Cutter. This procurement aims to acquire an all-in-one fiber-laser welder, CNC metal cutter, cleaner, and engraver for an AVCRAD metal shop, which must be capable of working with various metals while adhering to specific technical and safety standards. The successful contractor will be responsible for delivering the equipment to Fresno, California, by February 13, 2026, under a firm fixed-price arrangement, with compliance to FAR and DFARS regulations regarding item identification and payment processes. Interested parties should contact Chad Walton at chad.r.walton.civ@army.mil or call 562-538-7475 for further details.
    F108 Stage 1 Fan Blade Repair 005-010 (please respond by 24 February 2025 at 4:00 PM CST)
    Dept Of Defense
    The Department of Defense, specifically the Department of the Air Force, is seeking qualified contractors for the finishing repairs of the F-108/CFM 56-2A/B Stage 1 Fan Blade, with a focus on parts associated with NSN 2840-01-196-6053PN. The procurement will be executed through a Firm-Fixed-Price Blanket Purchase Agreement, and interested parties are encouraged to demonstrate their capabilities, experience, and qualifications related to the repair process by submitting documentation by February 24, 2025. This opportunity is critical for maintaining the operational readiness of aerospace components, and potential contractors must comply with established technical and quality assurance standards as outlined in the associated Repair Data List and Repair Qualification Requirements. For further inquiries, interested businesses can contact Jaqueline Hughes at jaqueline.hughes@us.af.mil or Bridgette Miles at bridgette.miles@us.af.mil.
    Overhead Door Repair
    Dept Of Defense
    The Department of Defense, specifically the Department of the Air Force, is soliciting proposals for the repair of an overhead door at Tinker Air Force Base, Oklahoma. The project involves a one-time repair of a southwest overhead roll-up door, requiring the contractor to provide all necessary labor, tools, equipment, materials, and transportation to replace specific components while adhering to OEM specifications and safety regulations. This repair is crucial for maintaining operational functionality at the facility, and contractors must submit their quotes by the specified closing date, ensuring compliance with detailed submission requirements. For inquiries, interested parties can contact Jacqueline Henn at Jacqueline.Henn@us.af.mil.
    Repair of the B-2 Data Entry Panel, NSN: 5895-01-527-7727FW
    Dept Of Defense
    The Department of Defense, through the Department of the Air Force, is soliciting proposals for a firm-fixed-price indefinite-delivery requirements contract for the repair of the B-2 Data Entry Panel, NSN: 5895-01-527-7727FW. The contract encompasses various repair scenarios, including minor and major repairs, as well as no-fault-found situations, with estimated quantities specified for both the basic and option years. This equipment is critical for monitoring and controlling avionics systems in the B-2 aircraft, underscoring its importance to national defense operations. Interested contractors must submit their proposals by February 6, 2026, and can direct inquiries to Morgan Wallar Larsen at morgan.wallarlarsen@us.af.mil or Lance Culver at jimmy.culver@us.af.mil.