USAFA High Wind Alert System
ID: FA700025Q0040Type: Combined Synopsis/Solicitation
Overview

Buyer

DEPT OF DEFENSEDEPT OF THE AIR FORCEFA7000 10 CONS LGCUSAF ACADEMY, CO, 80840-2303, USA

NAICS

Electronic and Precision Equipment Repair and Maintenance (811210)

PSC

MAINT/REPAIR/REBUILD OF EQUIPMENT- MEASURING TOOLS (J052)

Set Aside

Total Small Business Set-Aside (FAR 19.5) (SBA)
Timeline
    Description

    The Department of Defense, through the U.S. Air Force Academy (USAFA), is soliciting quotes for the maintenance and repair of its High Wind Alert System (HWAS) under a firm fixed-price contract. The contractor will be responsible for ensuring the effective operation of the HWAS, which includes 12 solar-powered mini-weather stations critical for flight missions, and must adhere to strict maintenance, inspection, and reporting protocols as outlined in the Performance Work Statement (PWS). This contract is vital for maintaining operational readiness and safety in military environments, with a base period starting on April 1, 2025, and options for four additional years, plus a possible six-month extension. Interested vendors must submit their quotes by March 10, 2025, and can contact John Perry at john.perry.33@us.af.mil or April Delobel at april.delobel.1@us.af.mil for further information.

    Files
    Title
    Posted
    The United States Air Force Academy (USAFA) issued a Performance Work Statement (PWS) for a non-personal services contract to maintain its High Wind Alert System (HWAS). The contractor will be responsible for all necessary supervision, personnel, and equipment to ensure the HWAS operates effectively, which consists of 12 solar-powered mini-weather stations crucial for flight missions. The contract outlines standards for inspections, repairs, and software support, highlighting that contractor personnel must identify as such and follow appropriate dress codes while being monitored by a Contracting Officer Representative (COR). All scheduled maintenance procedures must be completed within specific timelines, with reporting requirements and performance thresholds established. In case of emergencies, the contractor must respond within set timelines. The PWS reinforces that operations are essential and should continue despite adverse weather or security conditions. The document includes specific maintenance and calibration protocols to guarantee the system's integrity, requiring logs and reports to be submitted regularly to the COR. Overall, the PWS emphasizes strict adherence to guidelines and effective communication for successful contract execution while ensuring clear boundaries between contractor and government personnel.
    The document outlines the requirements for a Request for Proposal (RFP) regarding maintenance services for a High Wind Alert System. It includes detailed pricing information structured in Contract Line Item Numbers (CLINs) across multiple periods: a base year and four option years. Each CLIN specifies a monthly price, quantity, and total cost, with sections designated for entering pricing information. There are strict instructions for completion, indicating that incomplete submissions may be rejected by the government. The Total Evaluated Price (TEP) is calculated to assess proposals based on the base year, option years, and 6-month extensions for service. This operational template serves to maintain clarity in budgeting and ensures fair evaluation of offers as part of the federal procurement process. The emphasis on accuracy and completeness aligns with government standards for soliciting services. Overall, the document encapsulates the structured approach to acquiring necessary maintenance services within a defined financial framework.
    The U.S. Air Force Academy (USAFA) is requesting quotes for the maintenance and repair of the High Wind Alert System (HWAS) under solicitation FA700025Q0040. This commercial items contract, set aside for small businesses, aims to procure necessary personnel and materials for HWAS services, which will be conducted over a base period of 12 months, from April 1, 2025, to March 31, 2026, with four additional option years and a potential 6-month extension. Vendors must comply with several submission instructions, including specific requirements for pricing, past performance references, and maintaining registrations in the System for Award Management (SAM). The evaluation of quotes will be based on technical capability, past performance, and pricing, with all necessary details outlined in the provided attachments. The submission deadline is March 10, 2025, and all communications regarding the solicitation must be directed in writing to designated contacts. This process emphasizes the importance of maintaining mission essential functions and ensures compliance with applicable federal regulations. Overall, this solicitation aims to secure reliable maintenance support for critical alert systems at the academy.
    The U.S. Air Force Academy is soliciting quotes through Request for Quote FA700025Q0040 for maintenance and repair of the High Wind Alert System (HWAS). The contract will be a firm fixed price, covering a 12-month base period starting 1 April 2025, with four 12-month options and a possible 6-month extension. The required services encompass staffing, equipment, supplies, and transportation necessary for system maintenance, which will occur at the Academy in Colorado. Vendors must submit quotes by 10 March 2025, and late submissions will not be considered unless they are received before the award is made. Evaluation will be based on technical capability, past performance, and price, with an emphasis on complete submissions. The government reserves the right to cancel the solicitation or to award on an "All or None" basis. Compliance with specific labor standards and registration in the System for Award Management (SAM) is mandatory for interested vendors. This synopsis underscores the commitment of the federal government to maintain operational readiness and compliance with safety standards in military environments.
    The document outlines a Request for Quote (RFQ) for the USAFA High Wind Alert System (HWAS), which is a follow-on contract to an existing agreement. It addresses specific technical questions regarding components like anemometer and wind vane potentiometer bearings, sensor configurations, and maintenance status of the HWAS towers. Key points include the identification of necessary part numbers, confirmation of full functionality of sensor locations, and updates performed on the HWAS server by maintenance contractors. It details the replacement history of various devices during the previous contract period and the plans for managing obsolete components, highlighting that calibrations and maintenance have been conducted effectively, with recent audits confirming the condition of equipment. Overall, the document serves to clarify operational parameters and continuation of support for the HWAS, ensuring it meets the needs of the USAFA while maintaining accuracy and reliability in data collection on wind conditions. This RFQ reflects the government's ongoing commitment to maintain and enhance critical operational systems.
    The document is a Request for Quote (RFQ) FA700025Q0040 regarding the USAFA High Wind Alert System (HWAS), detailing questions and answers related to the contract's specifications and operational concerns. It confirms that this RFQ pertains to a follow-on contract to the existing HWAS contract, indicating continuity in the system's management. Key technical details include part numbers for specific components like the Anemometer and Wind Vane Potentiometer bearings and clarification on the configuration of HWAS towers, noting that not all sensors are identical. Current functionality of all sensor locations is affirmed, although several technical queries remain unanswered, such as the types of Pyranometers in use and historical maintenance data. Additionally, it addresses concerns regarding the calibration of obsolete sensors and the handling of necessary replacements during the contract period. Overall, this document outlines operational insights and addresses inquiries pertinent to the continuation and maintenance of the HWAS, emphasizing the government's commitment to ensuring functional weather monitoring systems at the USAF Academy.
    The document outlines the Request for Quote FA700025Q0040 for the USAFA High Wind Alert System (HWAS), indicating it is a follow-on contract to the existing HWAS contract. It addresses various questions regarding the system's technical specifications, maintenance, and operational status. Key points include that not all HWAS towers are configured similarly, and some possess unique sensors, while all sensor locations are currently functional. The HWAS software is maintained by a contractor, with updates facilitated as needed, the latest being in mid-2024. Notably, the HMP45C calibration presents a challenge due to its obsolescence; however, the government plans to manage replacements through contracted oversight. Recent maintenance activities included calibration and component replacements, ensuring operational integrity. This RFP highlights the government's commitment to maintaining and upgrading critical weather monitoring systems at the USAF Academy, showcasing the need for continuous support through federal procurement processes.
    Lifecycle
    Title
    Type
    Combined Synopsis/Solicitation
    Similar Opportunities
    2ROPS Aircraft Weather Surveillance BPA - Amendment 1
    Buyer not available
    The Department of Defense, specifically the Department of the Air Force, is seeking quotations for an Aircraft Weather Surveillance Blanket Purchase Agreement (BPA) through Request for Quotation (RFQ) FA4610-25-Q-0017, aimed at supporting Space Launch Delta 30 operations at Vandenberg Space Force Base in California. The BPA will provide firm fixed pricing for aircraft support services, including airborne weather surveillance capabilities, with a service period from April 8, 2025, to April 7, 2028. This procurement is critical for ensuring safe and efficient launch operations, emphasizing compliance with FAA regulations and operational readiness. Interested small businesses must submit proposals by March 25, 2025, and are required to be registered in the System for Award Management (SAM); for further inquiries, contact Jeffrey Weeks at jeffrey.weeks.5@spaceforce.mil.
    Traffic Light Repair Holloman AFB, NM
    Buyer not available
    The Department of Defense, through the U.S. Air Force's 49th Contracting Squadron, is soliciting quotations for traffic light repair services at Holloman Air Force Base, New Mexico. The project involves the replacement of outdated traffic control systems at two intersections, including the installation of new NEMA Type 3 cabinets, 360° monitoring cameras, and Uninterruptable Power Supply (UPS) systems, all aimed at enhancing traffic management and safety. This initiative underscores the importance of maintaining operational readiness and safety standards in military facilities. Interested small businesses must submit their quotations by March 18, 2025, with a site visit scheduled for February 27, 2025; for further inquiries, contact Andrea Diaz Acevedo at andrea.diaz-acevedo@us.af.mil or Leonardo Dominguez at leonardo.dominguez.1@us.af.mil.
    Big Ass Fan (BAF) Maintenance
    Buyer not available
    The Department of Defense, specifically the Department of the Air Force, is seeking qualified vendors to provide preventive maintenance services for 124 Big Ass Fans (BAF) located at Fort Eustis, Virginia. The maintenance contract will involve a comprehensive 21-point manufacturer inspection for each fan, scheduled during normal business hours, and will be structured as a base year with four optional extension years, commencing on February 15, 2022. This initiative is crucial for ensuring operational efficiency and safety within the facilities, as it includes the provision of necessary tools, OSHA compliance, and detailed completion reports on each fan's condition. Interested businesses must submit a capabilities package that outlines their qualifications and experience, adhering to specified guidelines, and can contact Cornelius Dauterive at cornelius.dauterive@us.af.mil or Chester Terrill at chester.terrill@us.af.mil for further information.
    Arcus Dual Service Orchestration
    Buyer not available
    The Department of the Air Force is soliciting quotes for the Arcus Dual Service Orchestration project at Peterson Space Force Base, under solicitation FA251725Q0036. This procurement aims to provide the Arcus Suite for a one-year period, specifically from March 10, 2025, to March 9, 2026, and is set aside for small businesses under NAICS code 541519 for Other Computer Related Services. The selected contractor will be awarded a Firm-Fixed Price contract based on evaluations of price and technical criteria, with submissions due by 09:00 AM (MT) on March 10, 2025. Interested parties can contact Zachary Hodges at zachary.hodges.10@spaceforce.mil or Brittney Rosenbaum at brittney.rosenbaum@spaceforce.mil for further information.
    NDI Hoist Rail Services
    Buyer not available
    The Department of Defense, specifically the Department of the Air Force, is seeking qualified contractors to provide NDI Hoist Rail Services at Hill Air Force Base, Utah. The procurement involves maintenance and repair services for the REL Hoist Rail System, including preventative maintenance, emergency repairs, and software updates, all in accordance with OEM specifications. This contract is crucial for ensuring the operational readiness and reliability of essential maintenance systems, with a performance period from April 25, 2025, to April 24, 2030. Interested contractors must submit their offers by March 3, 2025, and are required to be registered in the System for Award Management (SAM). For further inquiries, potential bidders can contact Heather Minchey at heather.minchey.1@us.af.mil or Hideo Mera at hideo.mera.2@us.af.mil.
    Repair services for the CRC TPS-75 program NSN 5840-01-538-6564
    Buyer not available
    The Department of Defense, specifically the Department of the Air Force, is soliciting proposals for repair services related to the CRC TPS-75 program, focusing on the frequency generator identified by NSN 5840-01-538-6564. The procurement requires contractors to perform comprehensive inspection, testing, and restoration services, adhering to strict quality standards and documentation protocols, including Electrostatic Discharge (ESD) control and counterfeit prevention measures. This equipment is critical for military operations, necessitating that all repairs meet the standards of new items to ensure operational readiness. Interested contractors should contact Valerie Humphries at valerie.humphries@us.af.mil or Timothy Howard at TIMOTHY.HOWARD.27@US.AF.MIL for further details, with proposals due by March 31, 2025.
    C-5 Visor Door Actuator Overhaul
    Buyer not available
    The Department of Defense, specifically the Department of the Air Force, is soliciting proposals for the overhaul of C-5 Visor Door Actuators under solicitation number FA8538-25-R-0003. This procurement aims to repair and maintain electronic and precision equipment, with a focus on ensuring the operational integrity and safety of critical aircraft components. The contract will span multiple ordering periods of one to five years, emphasizing compliance with rigorous quality assurance practices and documentation requirements. Interested vendors, including small, women-owned, and veteran-owned businesses, must submit their proposals by May 8, 2024, and can direct inquiries to Caiveon Thomas at caiveon.thomas@us.af.mil.
    Automatic Transfer Switch and Generator Replacement CMSFS
    Buyer not available
    The Department of Defense, specifically the Department of the Air Force, is seeking qualified vendors for the replacement of Automatic Transfer Switches (ATS) and generators at Cheyenne Mountain Space Force Station in Colorado Springs, Colorado. The project entails the removal of existing units and the installation of new equipment, including a 600A, 4-wire ATS and a generator with a capacity of 10kW-15kW, while ensuring compliance with applicable codes and environmental regulations. This procurement is critical for maintaining reliable power systems essential for operational needs at the installation. Interested small businesses must submit their responses by March 17, 2025, and direct any questions to Kyle Howard at kyle.howard.12@spaceforce.mil or Jason Donovan at jason.donovan.1@spaceforce.mil by March 12, 2025.
    Solicitation: FA8212-25-Q-0013 F-16 Power Dist. Panel
    Buyer not available
    The Department of Defense, specifically the Department of the Air Force, is soliciting quotations for the supply of 15 power distribution panels (NSN: 6110-01-668-3072) designated for use in F-16 aircraft, under solicitation number FA8212-25-Q-0013. The procurement requires compliance with rigorous manufacturing qualification standards, including a qualification testing cost estimation of approximately $3,500, and adherence to specific packaging and marking requirements as outlined in military standards. These panels are critical components for the F-16, ensuring operational efficiency and safety in military aviation. Interested vendors must submit their quotations by March 14, 2025, and can direct inquiries to primary contact Cydnee Simpson at cydnee.simpson@us.af.mil or secondary contact Brandon Moses at brandon.moses.1@us.af.mil.
    Travis AFB Hangar FCX Power System Repair and Maintenance
    Buyer not available
    The Department of Defense, specifically the 860th Aircraft Maintenance Squadron at Travis Air Force Base, is seeking qualified vendors for the repair and maintenance of an FCX Systems power generator. The procurement aims to identify certified technicians capable of conducting onsite inspections, cleaning components, and ensuring operational readiness of the generator, which is critical for military operations. This opportunity is particularly focused on small businesses, including those classified as Small Disadvantaged, HUBZone, Certified 8(a), Service-Disabled Veteran-Owned, and Woman-Owned, emphasizing the importance of compliance with safety regulations and operational standards. Interested parties must submit their responses by November 20, 2024, and direct any inquiries to the designated contacts, SrA Akeim Griffiths and Marcus Thomas, by November 16, 2024.