This government file, Appendix C, outlines the 'LOW RISK' Contract Safety requirements for operations on Tinker AFB. It emphasizes the Commander's safety intent, prioritizing the health and safety of all personnel, and introduces the 'Speak Out for Safety' initiative, empowering employees to report unsafe acts. Key requirements include prompt mishap notification (within one hour) with detailed information, cooperation with government investigations, and contractor responsibility for compliance with all federal, state, and local laws, including OSHA standards. Contractors must train and qualify personnel, identify and correct unsafe conditions, and establish systems to report hazards beyond their control. A site-specific safety plan, addressing activity hazard analysis, designation of safety personnel, regular training, compliance checks, and audit programs, must be submitted within 10 days of contract award. The document references specific OSHA and Air Force safety regulations.
The Performance Work Statement (PWS) outlines a one-time repair service for twelve (12) 76 AMXG CTI Systems Teleplatforms at the Oklahoma City–Air Logistics Complex (OC-ALC). The contractor must provide all necessary labor, tools, equipment, and materials for troubleshooting and repair, ensuring compliance with manufacturer specifications and the PWS. Key requirements include a two-business-day on-site arrival for malfunctions, submission of a detailed Estimate Repair Report within one business day of inspection, and obtaining Contracting Officer (CO) authorization for all repair actions. The PWS also covers detailed reporting, environmental protection, safety protocols, personnel qualifications, and government-furnished services like security and utilities.
The FA812526Q0019 solicitation is a request for proposals to troubleshoot and repair twelve tele-platforms, involving services and associated expenses. The solicitation, issued by CHELSIE HANNAH with an offer due date of December 15, 2025, is a Women-Owned Small Business (WOSB) set-aside. Key aspects include detailed instructions for packaging, inspection, acceptance at Tinker AFB, and adherence to specific delivery schedules and contractor badging requirements. The document incorporates numerous FAR and DFARS clauses, notably those concerning electronic payment via Wide Area WorkFlow (WAWF), prohibitions on certain telecommunications equipment, and various socio-economic programs. It also outlines an ombudsman process for resolving concerns and details contractor access requirements for Tinker Air Force Base, including REAL ID Act compliance. Attachments include the Performance Work Statement, equipment list, contract safety, and wage determination.
The Department of the Air Force's 76th AMXG is requesting a single-source justification for the repair of twelve CTI Systems Teleplatforms used for depainting and painting processes at Tinker Air Force Base. CTI Systems is the original equipment manufacturer (OEM) with proprietary access to the control system, and Unified Defense, LLC (Prince Service & Manufacturing) is their sole authorized service provider. Due to the proprietary nature of the equipment, any unauthorized service voids the warranty. This justification, in accordance with FAR 13.106-1(b)(1), deems only this single source reasonably available, though market research will continue for future competitive acquisitions.