Hellenic Air Force (HAF) Eddy Current Inspection System (ECIS) Maintenance Service Agreement (MSA)
ID: FD2030-25-30618Type: Sources Sought
Overview

Buyer

DEPT OF DEFENSEDEPT OF THE AIR FORCEFA8121 AFSC PZAAATINKER AFB, OK, 73145-3303, USA

NAICS

Engineering Services (541330)

PSC

EQUIPMENT AND MATERIALS TESTING- AIRCRAFT COMPONENTS AND ACCESSORIES (H216)
Timeline
    Description

    The Department of Defense, through the U.S. Air Force's AFLCMC/LPSID, is seeking qualified firms to provide a Maintenance Service Agreement (MSA) for the Hellenic Air Force's Eddy Current Inspection Systems (ECIS), specifically for two units (V3 and V4) and a potential V5 system. The MSA will encompass engineering and Technical Support Services (TSS), including 24/7 support, timely customer responses, and adherence to quality assurance standards, with a contract duration of five years structured as a three-year base period followed by two one-year options. This initiative is critical for maintaining the operational efficiency of the ECIS, which plays a vital role in military readiness and mission capabilities. Interested companies must submit their qualifications, including proof of OEM licensing and relevant experience, by January 17, 2025, to Ms. Sarah Thigpen at sarah.thigpen@us.af.mil.

    Point(s) of Contact
    Files
    Title
    Posted
    The Performance Work Statement (PWS) outlines requirements for a Maintenance Service Agreement (MSA) for the Hellenic Air Force's Eddy Current Inspection System (ECIS). The contract includes 24/7 phone and online support for two ECIS units in Greece, with a five-year performance period comprising a three-year base and two optional one-year extensions. Key requirements include timely customer responses within 48 hours, adherence to specified security and driving protocols, and maintaining a quality assurance system compliant with ISO standards. The contractor is responsible for onsite reporting, data management, and addressing deficiencies in materials and equipment. Additional provisions cover repair services, procurement of system spare parts, travel arrangements, and warranty obligations for parts and materials. All activities must align with performance objectives set forth in the contract, emphasizing successful execution and continuous improvement. This PWS is a critical document aimed at ensuring the operational efficiency of the ECIS while facilitating collaboration between the contractor and the US government, ultimately supporting military readiness and mission capabilities.
    The U.S. Air Force's AFLCMC/LPSID is initiating a Sources Sought Synopsis for a Maintenance Service Agreement (MSA) regarding KBR Wyle Eddy Current Inspection Systems (ECIS). This request aims to gather market information for potential contractors capable of supporting two Hellenic Air Force-owned ECIS systems (V3 and V4) and anticipating a V5 system. The government seeks firms with engineering and Technical Support Services (TSS) expertise, requiring proof of OEM license and intellectual property rights. A single contract for five years is planned, structured as three years with two one-year options. Interested companies must provide specific details such as company credentials, prior experience with KBR ECIS systems, and organizational capabilities, capped at ten pages. Responses must be submitted by January 17, 2025, by email, and any inquiries should be directed to designated Air Force contacts. This notice underscores market research rather than a solicitation and does not bind the government to contract awards based on responses.
    Similar Opportunities
    Travis AFB - NONDESTRUCTIVE INSPECTION HIGH-ENERGY RADIATION COMPUTED TOMOGRAPHY (CT) SYSTEM MAINTENANCE
    Dept Of Defense
    The Department of Defense, through the 60th Contracting Squadron at Travis Air Force Base (AFB) in California, is seeking qualified vendors for periodic maintenance and emergency troubleshooting services for the FF85 High-Energy Radiation Computed Tomography (CT) System. The maintenance is critical to prevent dust contamination and ensure the integrity of the system's high-energy X-ray tube heads, with services required every six months and a more extensive inspection annually. Interested businesses, particularly small and disadvantaged firms, are invited to respond to this Sources Sought notice by December 15, 2025, at 1:00 PM Pacific Time, providing necessary business details and capabilities; questions must be submitted by December 9, 2025, to SSgt Alexander Love Gaunt at alexander.lovegaunt@us.af.mil.
    Helicopter Program Office Integrity Programs Sustaining Engineering Services
    Dept Of Defense
    The Department of Defense, specifically the Department of the Air Force, is conducting a market survey to identify potential contractors capable of providing sustaining engineering services for the Helicopter Program Office (HPO) related to the Aircraft Structural Integrity Program (ASIP), Mechanical Equipment and Subsystems Integrity Program (MECSIP), Avionics Integrity Program (AVIP), and Electrical Wiring Interconnect System (EWIS) for various helicopter models including the HH-60W, MH-139A, TH-1H, and UH-1N. Contractors are expected to demonstrate expertise in rotary-wing structures, mechanical and avionics systems, fatigue analysis, non-destructive inspection, and software development, particularly concerning specific tasks outlined in relevant military standards. This opportunity is crucial for maintaining the operational integrity and safety of the helicopter fleets, and responses to the Request for Information (RFI) are due by January 7, 2026. Interested parties should direct inquiries to Casey Price at casey.price.3@us.af.mil or Jeanette Jordan at jeanette.jordan.2@us.af.mil.
    Centrifuge and Packing Press repair and maintenance service
    Dept Of Defense
    The Department of Defense, specifically the Air Force Life Cycle Management Center, is soliciting proposals for the repair and maintenance services of the T-38C ejection seat system's Centrifuge Test Set and Parachute Packing Press. This contract aims to ensure the operational readiness of critical equipment across six Air Education and Training Command stations, requiring on-site repairs, scheduled maintenance, and the provision of necessary repair parts. The contract will be executed as a Firm-Fixed Price and Cost Reimbursement-No Fee Indefinite Delivery Contract, with a base period of one year and four additional one-year options, emphasizing the importance of maintaining aircrew safety and training capabilities. Interested parties must submit their proposals by December 31, 2025, and direct inquiries to Mrs. Alexis Davis at alexis.davis.13@us.af.mil or Ms. Shemica Miller at shemica.miller@us.af.mil.
    Advanced Multiplexed Eddy Current Array
    Dept Of Defense
    The Department of Defense, specifically the Department of the Air Force, is soliciting proposals from qualified small businesses for the procurement of one Advanced Multiplexed Eddy Current Array to be delivered to Tinker Air Force Base in Oklahoma. This specialized equipment must meet specific technical requirements, including a rugged design weighing less than 3.5 lbs, a frequency range of 10 Hz – 12.5 MHz, and a minimum 7-inch capacitive touch screen display with an IP65 rating, along with advanced software capabilities for C-scan recording and digital signal processing. The contract is set aside for small businesses, with proposals due by December 18, 2025, and delivery required by March 20, 2026; interested parties should direct inquiries to Madelyn Thompson at madelyn.thompson@us.af.mil or call 405-739-9120.
    Nicolet iS50 Maintenance
    Dept Of Defense
    The Department of Defense, specifically the Department of the Air Force, is seeking a contractor for the maintenance and repair of the Nicolet iS50 laboratory analytical instrument located at Hill Air Force Base, Utah. This procurement involves a full-service maintenance and support plan, which is designated as a single-source acquisition to Thermo Electron North America LLC, the sole manufacturer and service provider for this equipment. The contract will cover a base year and four one-year options, with a performance period from February 6, 2026, to February 5, 2031, and requires compliance with various federal regulations, including labor standards and cybersecurity measures. Interested parties must submit their offers by 1500 MT on December 15, 2025, via email to the primary contact, Nichole Saucedo, at nichole.saucedo@us.af.mil.
    CDS Sustainment FY32-37
    Dept Of Defense
    The Department of Defense, specifically the Naval Air Systems Command, intends to solicit and negotiate a sole-source contract with Lockheed Martin Aeronautics Company for the CDS Sustainment effort from FY32 to FY37. This contract will provide integrated sustainment support for the Joint Reprogramming Enterprise (JRE), which includes maintaining mission equipment, software tools, and support personnel across various reprogramming labs for the U.S. Air Force, Navy, Marine Corps, and international partners. The work is critical for ensuring the operational readiness and effectiveness of the F-35 aircraft, with the contract expected to span five years, commencing in 2032. Interested parties may submit capability statements or proposals within 15 days of this notice, and inquiries can be directed to Austin Simoni at austin.simoni@jsf.mil or by phone at 757-803-4648.
    INCA Microscope Maintenance
    Dept Of Defense
    The Department of Defense, specifically the Mission and Installation Contracting Command at Fort Gordon, Georgia, intends to negotiate a sole-source contract for the maintenance of INCA microscopes with Oxford Instruments America Inc. This procurement involves the repair and maintenance of specific models, including the Aztec Live Auto / Ultim Max 65 and INCA mics/x-stream, which are critical for laboratory operations. The government plans to proceed under Simplified Acquisition Procedures, with a deadline for interested parties to submit evidence of competitive capability by 0800 EST on December 15, 2025. For further inquiries, interested parties may contact Martina C. Bond at martina.bond.civ@army.mil or Tia Harris at tia.j.harris.civ@army.mil.
    Engineering Support Services - Commercial Derivative Aircraft
    Dept Of Defense
    The Department of Defense, through the Air Force Life Cycle Management Center (AFLCMC), is soliciting proposals for an Indefinite-Delivery, Indefinite-Quantity (IDIQ) contract for Engineering Support Services (ESS) related to various commercial derivative aircraft, including the VC-25A and E-4B. The contract aims to provide both recurring and non-recurring engineering services, which encompass systems engineering, safety management, and technical support for sustaining and modernizing critical Air Force aircraft. This procurement is vital for maintaining the operational readiness and safety of executive aircraft, with a contract value subject to various pricing arrangements, including fixed-price and cost-plus options. Interested parties should direct inquiries to Cameron Burton or Capt Bailey Calico via email, with the solicitation process having commenced on October 30, 2025, and subsequent amendments issued through November 19, 2025.
    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.
    Tescan field emission scanning electron (FE-SEM) maintenance coverage
    Dept Of Defense
    The Department of Defense, through the Fleet Readiness Center, intends to award a sole source contract to Tescan USA Inc. for the maintenance coverage of specialized scanning electron microscopes, specifically the Tescan Vega II XMU and Tescan Mira-3 GMU. The procurement includes annual preventative maintenance and calibration services, as well as a critical hardware upgrade requiring OEM-level access to proprietary software and firmware, which only Tescan USA can provide. These instruments are essential for the Materials Engineering Laboratory's operations, and using a third-party vendor could jeopardize system integrity and performance. Interested parties may submit capability statements within three calendar days of this notice, with Brandon Fabricante as the primary contact at gregory.b.fabricante2.civ@us.navy.mil for further inquiries.