REPAIR OF ICT-1500/2500 DETECTION, CONTROL AND MOTION SYSTEMS - Hill Air Force Base, Utah
ID: FA822725R0001Type: Presolicitation
Overview

Buyer

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

NAICS

Irradiation Apparatus Manufacturing (334517)

PSC

GUIDED MISSILE MAINTENANCE, REPAIR, AND CHECKOUT SPECIALIZED EQUIPMENT (4935)

Set Aside

Total Small Business Set-Aside (FAR 19.5) (SBA)
Timeline
  1. 1
    Posted Feb 26, 2025, 12:00 AM UTC
  2. 2
    Updated Mar 19, 2025, 12:00 AM UTC
  3. 3
    Due Apr 22, 2025, 11:00 PM UTC
Description

The Department of Defense, specifically the Department of the Air Force, is soliciting proposals for the repair and modernization of ICT-1500/2500 Detection, Control, and Motion Systems at Hill Air Force Base, Utah. This procurement aims to extend the operational life of these critical systems by replacing outdated components, including detectors, motors, controls, and associated software, while ensuring compliance with stringent performance and safety standards. The project is vital for maintaining the functionality of advanced Computed Tomography systems integral to the Minuteman III ICBM program. Interested small businesses must submit their proposals by April 29, 2025, and can direct inquiries to Randall Egbert at randall.egbert@us.af.mil or Tanner Nielsen at tanner.nielsen@us.af.mil.

Files
Title
Posted
Apr 17, 2025, 11:08 PM UTC
The Statement of Work (SOW) addresses the repair and modernization of the ICT-1500/2500 Detection, Control, and Motion Systems at Hill Air Force Base. This project, aimed at ensuring the longevity and functionality of these advanced Computed Tomography systems critical to the Minuteman III ICBM program, entails the replacement and upgrade of outdated components including detectors, motors, controls, and associated software. Key responsibilities of the contractor include performing on-site repairs and upgrades over an anticipated 80-week timeline, maintaining operational integrity, and ensuring compliance with stringent performance and safety standards. The project includes extensive specifications for hardware and software enhancements, ensuring modernization while retaining compatibility between the ICT-1500 and ICT-2500 systems. Significant operational requirements include rigorous testing and acceptance criteria, comprehensive training for personnel, and detailed documentation. The contractor must also develop a robust program management plan to oversee project coordination and communication with military personnel. This document encapsulates a critical government initiative to maintain and enhance the technology essential for national defense capabilities.
Apr 17, 2025, 11:08 PM UTC
The document serves as a Request for Proposal (RFP) for the acquisition of Inspection Equipment ICT 1500/2500, outlining essential instructions for offerors preparing proposals. It emphasizes compliance with submission guidelines to ensure proposals are eligible for consideration. Key points include the requirement for clear communication with the Contracting Officer, structured proposal submission divided into two volumes—a price proposal and a technical proposal—with specific formatting rules. The technical proposal must detail the offeror’s capability, addressing technical specifications including software integration, motion control, and detector performance, while demonstrating compliance with the government’s stringent standards. It stresses the importance of providing a comprehensive breakdown of costs and outlines subfactors necessary for proposal evaluation, such as the contractor's experience and ability to meet project timelines. The document also allows for debriefings post-selection for unsuccessful bidders and mandates clear identification of any exceptions to solicitation requirements. This RFP illustrates the government's structured and competitive procurement process aimed at achieving technically acceptable pricing for critical equipment upgrades.
Apr 17, 2025, 11:08 PM UTC
The government document outlines the evaluation criteria for a contract award under a Lowest Price Technically Acceptable (LPTA) process related to the Inspection Equipment ICT 1500/2500 at Hill Air Force Base. The LPTA procedure is governed by Federal Acquisition Regulation (FAR) Part 15.3, determining that the contract will go to the most responsible offeror providing the lowest evaluated price among proposals considered technically acceptable. The evaluation consists of two main factors: Price (Volume I) and Technical (Volume II). The technical proposals must demonstrate compliance with several sub-factors, including the offeror’s status as an authorized vendor, their technical capabilities involving specific equipment and software integration, and a solid program management plan outlining performance and downtime schedules. Offers are rated on an acceptable/unacceptable basis, with all non-price factors needing to achieve an acceptable rating for the proposal to be considered for award. Additionally, the document emphasizes compliance with solicitation requirements and potential referral to the Small Business Administration should a contractor be deemed non-responsible. The procurement process is designed to ensure the government receives the best value while adhering to strict compliance and performance standards in the acquisition process.
Apr 17, 2025, 11:08 PM UTC
The government solicitation FA822725R0001 seeks proposals for the ICT-1500/2500 Detection, Control, and Motion Systems. The document addresses numerous queries from potential vendors regarding system specifications and requirements. Key responses indicate a firm stance on using new, commercially available components, explicitly excluding the use of existing Parker Servo motors and Bosch Rexroth controllers due to reliability concerns. Performance characteristics such as scanning times and dynamic range are underscored, with details on the required imaging quality relative to modulation transfer functions provided in the Statement of Work (SOW). The SOW lacks complete schematics and detailed drawings, though it assures that such information will be available post-contract award. Vendor inquiries about site visits reveal restrictions due to sensitive equipment concerns, emphasizing safety and operational continuity. This RFP exemplifies the federal government's push for modern, reliable solutions while maintaining operational integrity, and it outlines expectations for comprehensive proposals that fully adhere to stated requirements without the possibility of existing legacy component integration. The overall aim is to enhance the functionality and reliability of critical detection systems within government operations.
Apr 17, 2025, 11:08 PM UTC
The DD Form 1423-1 outlines the procedures for submitting Contract Data Requirements Lists (CDRLs) within federal government contracts. It specifies various data items required from contractors, emphasizing the importance of following outlined instructions to ensure compliance. The document is structured with sections for contract line items, item details (including title, authority, and requiring office), submission frequency, and distribution information. It requires signatures from preparers and approval authorities, and includes guidance on categorizing data items relevant to technical manuals, technical data packages, or other categories. Additionally, it highlights the importance of adhering to export control regulations and ensures secure disposal methods for sensitive documents. Submissions must be coordinated through government points of contact, reflecting the structured nature required in government contract management. Overall, the form is a critical tool for maintaining the integrity of data submission and compliance in government contracting processes.
Apr 17, 2025, 11:08 PM UTC
The DD Form 1423-1 outlines the Contract Data Requirements List (CDRL) for the Department of Defense, detailing the framework for data item submissions in federal contracting. Key sections include identification of the contract line item, data item title, technical specifications, and required submission procedures. The form mandates electronic document delivery to designated officials, specifying frequency, submission dates, and distribution restrictions relevant to technical data. It emphasizes the classification and destruction of sensitive information to comply with export control laws. Additionally, it categorizes data types into groups based on their relevance and cost implications for contractors, establishing a structured approach for pricing and documentation compliance. This form serves as an essential tool for managing data requirements and ensuring compliance in government contracting processes.
Apr 17, 2025, 11:08 PM UTC
The DD Form 1423-1 outlines the Contract Data Requirements List (CDRL) necessary for compliance with government procurement for the Department of Defense (DoD). It provides a structured way for contractors to report data items related to contracts efficiently, specifying categories such as Technical Data Packages (TDP) and Technical Manuals (TM). The form detailed critical components including item identification, contract references, and required submission timelines, ensuring that all data submissions are appropriately documented and communicated to designated government points of contact (POCs). Moreover, it includes guidelines for categorizing and pricing data items based on their significance and requirements for fulfillment, facilitating transparency and accuracy in government contracts. The document also emphasizes laws governing data exports and destruction protocols. Overall, this CDRL form aims to standardize and streamline the collection of contract data, ensuring that all regulatory requirements are met while maintaining efficient government operations.
Apr 17, 2025, 11:08 PM UTC
The document outlines the requirements for the Contract Data Requirements List (CDRL) using DD FORM 1423-1, designed for government contracts specifically within the Department of Defense (DoD). It details the processes for submitting data items related to contracts, including specifications for acceptance test reports and technical documentation. Key sections include the identification of contract line items, categories of data (such as Technical Data Packages and Technical Manuals), and the responsibilities of the contractor and government personnel involved in data submission and approval. The document emphasizes the importance of maintaining confidentiality regarding technical data, highlighting export control restrictions and necessary destruction notices for sensitive information. Overall, it serves as a standardized form for managing critical data submissions essential for compliance and operational effectiveness in government contracts and acquisitions.
Apr 17, 2025, 11:08 PM UTC
The document is the DD Form 1423-1, which outlines the Contract Data Requirements List (CDRL) for a federal contract. Its primary purpose is to provide a structured format for documenting the specifics of data items pertaining to defense contracts, ensuring that necessary data is delivered in compliance with government regulations. Key elements include contract line items, categories (like Technical Data Package and Technical Manual), and various submission details such as frequency and distribution. The form specifies that Operation and Maintenance (O&M) Manuals for the ICT-1500/2500 detection systems are required, emphasizing their administrative use. Additionally, the document includes instructions for completing the form, targeting government personnel and contractors to clarify requirements for data submittals, inspection, and approval processes. Crucial considerations include identifying price groups for the data items and the need for export control warnings for proprietary technical data. The CDRL serves as an essential tool to manage data requirements and facilitate compliance within government contracting processes, reflecting the complexities involved in defense procurement and management.
Apr 17, 2025, 11:08 PM UTC
The document is a DD Form 1423-1, which facilitates the establishment and management of Data Requirements within U.S. Government contracts. Specifically, it outlines the requirements for submitting data items such as engineering drawings related to the repair of ICT-1500/2500 detection systems. Key sections include the identification of the contractor, contract line item numbers, various categories for data submission, and detailed instructions on filling out the form. Submission is structured around frequency and deadlines, with stipulations for acceptance and distribution, particularly for government and contractor use only. It emphasizes compliance with export regulations and requires a destruction notice to ensure data confidentiality. The form is part of broader government practices for maintaining high standards in data documentation relevant to contract performance. Overall, the DD Form 1423-1 acts as a formal mechanism to detail data requirements in government contracts, ensuring regulatory adherence and operational efficiency.
Apr 17, 2025, 11:08 PM UTC
The DD Form 1423-1 outlines the requirements for submitting a Contract Data Requirements List (CDRL) for government contracts, specifically within the Department of Defense. It serves to standardize the presentation of data items, detailing necessary submission formats, categories, and frequencies. The form includes sections for the identification of the data item, contractual references, and approval signatures, ensuring clarity regarding responsibilities and timelines. Notably, the document defines four price groups to classify estimated costs associated with delivering the data: Group I is non-essential data, Group II is essential data requiring additional work, Group III is internal use data with minimal government requirements, and Group IV pertains to data developed as part of normal operations at little cost to the government. The document also specifies handling and distribution protocols, including export restrictions and a destruction notice, thus emphasizing security and compliance with federal regulations. Overall, the DD Form 1423-1 is pivotal in managing contract data submissions, enforcing standards for accuracy and compliance in government contracting processes.
Apr 17, 2025, 11:08 PM UTC
The document outlines the details for a federal Request for Proposal (RFP) for the repair and upgrading of ICT-1500/2500 Detection, Control, and Motion Systems under contract FA822725R0001. Key components of the contract include various line items for the procurement of X-Ray sources and necessary upgrades, training for government acceptance, and compliance with federal regulations and standards. The submission deadlines for sealed offers are specified, alongside contact details for inquiries. The document also includes sections on evaluation factors, instructions to offerors, clauses relating to inspections, deliveries, and contract administration, reflecting the structured nature of government contracts. Detailed provisions regarding payment terms, security, compliance with labor laws, and representation of small businesses are emphasized throughout, aiming to ensure thorough adherence to federal procurement standards. The document serves as a vital guide for potential contractors, highlighting necessary requirements for effective proposal submissions while emphasizing the government's commitment to maintaining quality and safety standards in its operations.
Apr 17, 2025, 11:08 PM UTC
This government document outlines an amendment to a solicitation for a contract, specifically extending the time frame for receipt of offers and providing answers to queries already submitted. It emphasizes the necessity for contractors to acknowledge receipt of the amendment to avoid rejection of offers. The amendment modifies essential details including the response due date, extending it from April 22, 2025, to April 29, 2025, and updates the North American Industry Classification System (NAICS) code to 334517. Furthermore, new attachments, specifically questions and answers dated April 17, 2025, have been added to the solicitation documentation. The overall aim is to ensure all terms remain unchanged while accommodating vital updates and clarifications as needed, aligning with federal guidelines for request for proposals (RFPs) and contract modifications.
Lifecycle
Similar Opportunities
MXSG B507 Monorail Paint Line Upgrade
Buyer not available
The Department of Defense, through the Air Force, is soliciting proposals for the upgrade of the B507 Monorail Paint Line at Hill Air Force Base in Utah. This project aims to enhance operational capabilities by replacing outdated equipment, including the conductor bar system, and implementing a maintenance spur and wireless communication upgrades. The successful contractor will be responsible for providing design packages, procuring materials, and delivering operational and maintenance manuals, with a focus on ensuring compliance with safety and quality standards. Proposals are due by 1500 MST on May 13, 2025, and interested parties should direct inquiries to Tanner Nielsen or Bryan Kingsford via email.
MABSM implementation and sustainment effort at Hill AFB OO-ALC, Warner Robins AFB WR-ALC, and Tinker AFB OC-ALC
Buyer not available
The Department of Defense is seeking small business contractors for the implementation and sustainment of the Maintenance and Business System Modernization (MABSM) at Hill Air Force Base, Warner Robins Air Force Base, and Tinker Air Force Base. The primary objective is to enhance the MABSM system, which supports Maintenance Repair Overhaul (MRO) operations, by providing a comprehensive range of services including project management, technical analysis, user training, and quality assurance. This initiative is crucial for maintaining system availability and compliance with Information Assurance standards, thereby ensuring efficient depot operations. Interested parties must submit their responses, including company information and capabilities, by May 2, 2025, to Hannah Rearick at hannah.rearick@us.af.mil or Jason Neering at jason.neering@us.af.mil.
REPAIR OF B-1 INTEGRATED BATTLE STATION PROCESSOR SRUS
Buyer not available
The Department of Defense, through the Department of the Air Force, is soliciting proposals for the repair of the B-1 Integrated Battle Station Processor SRUS, with the contract number FA8117-23-R-0015. The procurement aims to ensure the operational readiness of critical electronic systems used by the Air Force, requiring contractors to adhere to strict quality assurance standards and timely delivery schedules. This opportunity is vital for maintaining the functionality of the B-1 aircraft, with a proposal submission deadline extended to April 30, 2025. Interested parties can reach out to Michael Shand at michael.shand@us.af.mil or David Herrig at david.herrig.1@us.af.mil for further inquiries.
AIS Technical Order Maintenance
Buyer not available
The Department of Defense, specifically the Department of the Air Force, is soliciting proposals for the AIS Technical Order Maintenance contract to support F-16 avionics systems at Hill Air Force Base in Utah. The contractor will be responsible for revising and maintaining the F-16 AIS Series of Test Stations Technical Orders, ensuring they remain current and accurate to meet operational needs. This work is critical for the effective use of the F-16 avionics suite, involving tasks such as incorporating government-directed changes, drafting and editing technical documents, and managing quality checks prior to publication. Interested vendors should note that the performance period is set from July 1, 2025, to June 30, 2026, and must direct inquiries to Christian Barwick or Heidi Hodgson via their provided emails.
Vertical Lift Module (VLM) at HILL AFB, UT
Buyer not available
The Department of Defense is seeking proposals for the acquisition of a Vertical Lift Module (VLM) for the 581st Missile Maintenance Squadron at Hill Air Force Base, Utah. The procurement aims to provide a reliable and efficient VLM that meets stringent operational, safety, and environmental standards, including a minimum service life of 20 years and compliance with OSHA regulations. This VLM is critical for enhancing the operational capabilities of the military, ensuring safe storage and handling of materials while adhering to specific design and performance criteria. Proposals are due by 1500 MST on April 28, 2025, with inquiries directed to Tanner Nielsen and Bryan Kingsford via email. The contract will be awarded based on the Lowest Price Technically Acceptable (LPTA) evaluation method, and interested vendors must be registered in the System for Award Management (SAM).
MISSILE MISHAP RESPONSE TEAM (MMRT) MOBILE AIR TRAILER
Buyer not available
The Department of Defense, specifically the Air Force Materiel Command, is seeking proposals from small businesses for the procurement of a Mobile Air Trailer designed for the Missile Mishap Response Team (MMRT) at Hill Air Force Base, Utah. The primary requirement is for a custom enclosed trailer equipped with a cascade air system to supply and refill Self-Contained Breathing Apparatus (SCBA) during emergency situations. This procurement is critical for enhancing emergency readiness and operational efficiency, ensuring that the MMRT can effectively respond to incidents involving missile mishaps. Interested vendors must submit their proposals by May 12, 2025, with all inquiries due by April 25, 2025. Proposals should be directed to Contract Specialist Rachel Wright at rachel.wright.9@us.af.mil and Contract Officer Melissa Huston at melissa.huston.2@us.af.mil.
Unmanned Threat Emitter (UMTE), Common Electronic Attack Receiver (CEAR)
Buyer not available
The Department of Defense, specifically the Department of the Air Force, is soliciting proposals for the procurement of an Unmanned Threat Emitter (UMTE) Common Electronic Attack Receiver (CEAR) from SRC, Inc. This sole-source requirement is critical for receiving and processing data from the overall threat emitter system, emphasizing the specialized nature of the equipment which is integral to countermeasure detection operations. Proposals must be submitted by April 10, 2025, with questions directed to designated Air Force personnel by April 3, 2025. Interested parties must ensure active SAM registration and compliance with NIST DoD Assessment requirements, with the contract structured as a Firm Fixed Price agreement and anticipated delivery within one year post-award. For further inquiries, contact Mitchell Carver at mitchell.carver@us.af.mil or Ashlee Hawkins at Ashlee.Hawkins@us.af.mil.
F-16 MIL-STD-1553 Databus Upgrade Single Award IDIQ Acquisition
Buyer not available
The Department of Defense, specifically the Department of the Air Force, is seeking proposals for the F-16 MIL-STD-1553 Databus Upgrade through a Single Award Indefinite Delivery Indefinite Quantity (IDIQ) acquisition. The primary objective of this procurement is to secure a contractor for the development, integration, accreditation, and delivery of four initial prototypes for a databus upgrade solution, which is crucial for enhancing the cybersecurity measures of the F-16 aircraft. This acquisition is a 100% small business set-aside under NAICS code 334412, with an estimated contract value of $9.9 million and an anticipated award date in September 2025. Interested vendors must submit a controlled document access request through SAM to obtain the necessary secure attachments, and proposals are due by May 2, 2025; for further inquiries, contact Laurie Auernig at laurie.auernig@us.af.mil or Marcella Iverson at marcella.iverson@us.af.mil.
Diffractive Optic Head Up Display (DOH) Electronic Module Assemblies (EMA) Wide Area Conventional (WAC) Electronic Module Assemblies (EMA)
Buyer not available
The Department of Defense, specifically the Department of the Air Force, is soliciting proposals for the repair and testing of Diffractive Optic Head Up Display (DOH) and Wide Area Conventional (WAC) Electronic Module Assemblies (EMA) for F-16 Advanced Avionics systems. The contractor will be responsible for restoring these electronic module assemblies to their original specifications and ensuring they meet serviceable “A” condition without altering their functional capabilities. This procurement is critical for maintaining the operational integrity of F-16 aircraft, which are vital to national defense. Interested contractors should contact Jesse Baird at jesse.baird@us.af.mil or Alan Gibson at alan.gibson@us.af.mil for further details, and they must adhere to stringent quality assurance and packaging requirements as outlined in the associated documentation.
Repair of NSN 5895-01-106-3414
Buyer not available
The Department of Defense, specifically the Department of the Air Force, is soliciting proposals for the repair of modulator subassemblies (NSN 5895-01-106-3414) as part of a federal contract opportunity. The procurement includes multiple line items for the repair and associated data reporting, with a total quantity of two units required for each line item, and a delivery timeline of 30 days after receipt of carcass or completion of study. These modulator subassemblies are critical components used in military applications, necessitating adherence to stringent quality and reporting standards, including compliance with the Commercial Asset Visibility Air Force (CAV AF) system. Interested contractors should direct their proposals to Logan Drake at logan.drake.4@us.af.mil, with a submission deadline of May 23, 2025, and are encouraged to review all associated documents thoroughly to ensure compliance with the outlined requirements.