CANON PLOTTER MAINTENANCE PACKAGE
ID: FA857125Q0043Type: Combined Synopsis/Solicitation
Overview

Buyer

DEPT OF DEFENSEDEPT OF THE AIR FORCEFA8571 MAINT CONTRACTING AFSC PZIMROBINS AFB, GA, 31098-1672, USA

NAICS

Electronic and Precision Equipment Repair and Maintenance (811210)

PSC

MAINT/REPAIR/REBUILD OF EQUIPMENT- OFFICE SUPPLIES AND DEVICES (J075)
Timeline
    Description

    The Department of Defense, specifically the Department of the Air Force, is seeking proposals for a maintenance package for Canon plotters located at Robins Air Force Base in Warner Robins, Georgia. The procurement aims to establish a comprehensive maintenance renewal service for a twelve-month period, with the possibility of extending for four additional years, ensuring the operational efficiency of critical electronic and precision equipment. This maintenance service is vital for the upkeep of essential office supplies and devices, which play a significant role in the Air Force's operational capabilities. Interested contractors should contact Natalie Roberson at natalie.roberson@us.af.mil or Claudette Macneil at claudette.macneil@us.af.mil for further details, and must adhere to the submission guidelines outlined in the solicitation documents.

    Point(s) of Contact
    Files
    Title
    Posted
    The document outlines industrial safety and health requirements for the Canon Maintenance Renewal project involving specific plotter models, effective from August 15, 2024. It emphasizes the contractor's obligation to develop a comprehensive Safety and Health Plan, adhering to Air Force and OSHA standards, and ensuring the safety of both contractor and subcontractor employees. Key responsibilities include compliance with environmental laws, implementing a voluntary protection program, and maintaining a detailed mishap reporting procedure. The contractor must appoint a Safety and Health Manager, maintain a robust safety program, and provide personnel with necessary protective equipment. Inspections of the contractor's worksite by Air Force officials and OSHA inspectors are authorized, and any safety violations could result in work stoppages and fines. Specific safety elements like training, electrical safety, fire protection, and materials handling are highlighted as essential, with required compliance and procedural documentation attached to the Safety and Health Plan. Overall, this document serves as both a guideline and a contract condition, stressing the importance of safety and risk management in government contracting, ensuring the protection of personnel and property during operational activities on Air Force installations.
    The DD Form 1423-1 serves as a Contract Data Requirements List for the Department of Defense, detailing necessary data submissions from contractors. This form outlines the specifics of required documentation related to maintenance services for Canon Mx renew plotters. The contractor must provide a maintenance status report to the Government within two days of on-site maintenance, detailing arrived times, services requested, repairs, and recommendations for any issues encountered. The form includes sections for identifying contractual details, such as the contractor's information, data item details, and submission frequency, emphasizing the importance of structured communication for contract compliance. It also provides guidance for government personnel and contractors in completing the form, outlining categories for various types of data requirements. The significance of this document lies in its role in ensuring accountability and streamlining maintenance data for government oversight, essential in RFP processes and contract management.
    The DD Form 1423-1 (February 2001) serves as a Contract Data Requirements List (CDRL) for federal contracts, specifically focusing on the requirements for data submissions related to a contract for maintenance services on Canon plotters. It outlines the specific data item, including the required Maintenance Service Report, stipulating that an electronic copy must be submitted within three days post-maintenance activities. The form contains sections for identification details, such as contract line item, contractor information, distribution statements, submission frequencies, and approval signatures. It also details the responsibilities of government representatives and specifies the contracting officer involved. The guidance provided includes instructions for proper completion of the form, addressing the classification of data items, inspection requirements, and the proposed pricing strategy for data submission efforts. The purpose of this document is to facilitate structured data collection and reporting in line with government demands and standards, which is critical in the context of federal grants and Requests for Proposals (RFPs).
    The DD Form 1423-1 serves as a Contract Data Requirements List detailing a specific data item, which in this case pertains to a contractor's Safety Plan for Canon Maintenance Renewal of plotters B350/189/169/140. The document outlines various sections, including contract numbers, contractor information, and submission timelines. Specifically, it mandates that the contractor submit a Safety Plan within ten days of contract award for compliance with OSHA regulations, with a review process by the Safety Office. Subsequent final copies must be submitted within ten working days of acceptance of the draft. The form also includes detailed instructions for completion, specifying data item descriptions, submission frequencies, and distribution requirements. The overall purpose is to ensure that necessary safety and operational documentation is provided and approved, facilitating compliance and coordination between the contractor and the government entities involved. This structured data submission process is critical in federal contracts to maintain safety standards and ensure that all parties have the necessary information to proceed effectively.
    The DD FORM 1423-1 serves as a Contract Data Requirements List (CDRL) used by the Department of Defense to collect information regarding contract data items. This form requires contractors to report mishaps or incidents associated with the contract, specifically within four hours of discovery. Subsequent detailed reports must be submitted within three days and further information within 20 days, outlining accident particulars and corrective actions. The structure includes sections for contract details, data item descriptions, and specific reporting instructions pertaining to safety incidents. Additionally, the form emphasizes the importance of compliance with governmental data handling procedures and outlines the necessary channels for communication among government representatives and contractors, ensuring accountability in contract performance and safety management. The instructions provide guidance for completing the form in accordance with government standards, addressing the accuracy and required deadlines for submissions. Overall, this document underscores the procedural rigor necessary for managing contractor responsibilities and safeguarding Department of Defense assets.
    The document outlines the Performance Work Statement (PWS) for the maintenance renewal of Canon plotters and associated scanner assets at Robins Air Force Base, covering a twelve-month base year plus four option years. The contractor is required to provide comprehensive services, which include preventative maintenance, 24/7 technical support, on-site service calls, and replacement parts, ensuring compliance with OEM specifications. Key obligations include executing preventative maintenance by certified technicians and responding within one calendar day to service requests. The contractor must maintain documentation of services, provide timely status reports, and ensure the provision of parts meets OEM standards. Additionally, security protocols for contractor access to the facilities must be adhered to, along with safety and environmental training requirements. The contract emphasizes the necessity for coordination with government representatives for scheduling and approvals, supports a focus on upholding operational performance standards, and stipulates compliance with government regulations regarding safety, security, and environmental protection. This detailed PWS highlights the government's commitment to quality service in its asset management strategy.
    The document outlines a solicitation for maintenance services specific to Canon plotters and associated scanner assets located at Robins Air Force Base. It highlights the need for a comprehensive maintenance renewal service over a twelve-month period, extendable for four additional years. Key details include specific services related to multiple plotter models, the contractor requirements for service delivery, and points of contact for inquiries. The solicitation underscores that the award will be granted to the lowest qualified offeror who meets all identified requirements, emphasizing a focus on economical pricing and compliance with applicable federal regulations. The document serves as a formal Request for Proposal (RFP) aimed at enhancing operational efficiency through reliable maintenance services, aligning with the federal government's commitment to procuring efficient and effective commercial services while nurturing small business opportunities, including women-owned enterprises. The clarity of requirements, pricing arrangements, and performance expectations reflects the structured approach typical in federal grant and RFP processes.
    Lifecycle
    Title
    Type
    Combined Synopsis/Solicitation
    Similar Opportunities
    Laser Vector Preventative Maintenance and Calibration
    Buyer not available
    The Department of Defense, specifically the Department of the Air Force, is seeking a contractor to provide preventative maintenance and calibration services for Laser Vision Vector Measuring Machines and VB-series Tube Benders at Robins Air Force Base, Georgia. The contractor will be responsible for supplying all necessary materials, parts, labor, and travel to ensure the operational readiness of three Laser Vision Vector Measuring Machines and six VB-series Tube Benders, with a focus on safety and compliance with federal and Air Force regulations. This contract is critical for maintaining production capabilities, as the equipment is essential for certifying tubes in the shop, and the services are to be solicited on a sole-source basis from the original equipment manufacturer, NUMALLIANCE-NORTH AMERICA, INC. Interested parties can reach out to Hayley Dowling at hayley.dowling@us.af.mil or Claudette Macneil at claudette.macneil@us.af.mil for further inquiries, with the contract period estimated from November 25, 2024, to November 24, 2030.
    Incremental Forming Design and Maintenance
    Buyer not available
    The Department of Defense, specifically the Department of the Air Force, is seeking a contractor for Incremental Forming Design and Maintenance services at Robins Air Force Base in Georgia. The procurement aims to secure maintenance, software updates, training, and calibration services for the Machina Labs Incremental Forming Robotic Cell, which is crucial for the operations of the 402d Commodities Maintenance Group. This contract, which will be awarded under simplified acquisition procedures, is set for one base year with two additional option years and is intended to ensure the optimal performance of advanced manufacturing technologies. Interested parties should contact Andrea Cervantes at andrea.cervantes.1@us.af.mil or De'Anna Thompson at deanna.thompson.3@us.af.mil for further details.
    Cleaning Laser Ablation Depaint System
    Buyer not available
    The Department of Defense, specifically the Department of the Air Force, is seeking contractors to provide a Cleaning Laser Ablation Depaint System (CL2000) for the Warner Robins Air Logistics Complex in Georgia. The procurement involves the delivery, installation, and training for two CL2000 systems, which are intended to replace existing media blasting processes that pose safety and environmental risks. This initiative is crucial for enhancing safety during aircraft maintenance operations and ensuring compliance with Occupational and Environmental Exposure Limits. Interested contractors should reach out to Natalie Roberson at natalie.roberson@us.af.mil or Claudette Macneil at claudette.macneil@us.af.mil for further details, with proposals due by March 14, 2025, following an amendment to the solicitation.
    Ion Vapor Deposition Machine Maintenance
    Buyer not available
    The Department of Defense, specifically the Department of the Air Force, is seeking qualified contractors for the maintenance of two Ion Vapor Deposition (IVD) machines located at Robins Air Force Base in Georgia. The procurement requires comprehensive maintenance services, including semi-annual preventive maintenance, technical support, and training for personnel, ensuring the operational readiness of critical aerospace-related equipment. This opportunity is vital for maintaining the functionality and reliability of IVD machines, which play a significant role in aerospace manufacturing processes. Interested contractors must submit their qualifications by March 6, 2025, and can direct inquiries to Traci Chance at traci.chance@us.af.mil or Lesley Sparks at lesley.sparks@us.af.mil for further clarification.
    Parts Washers Service
    Buyer not available
    The Department of Defense, specifically the Department of the Air Force, is seeking market research contributions for a Parts Washers Service at the Warner Robins Air Logistics Complex and Robins Air Force Base in Georgia. This five-year contract involves servicing 45 parts washers, including both government-owned and leased units, while ensuring compliance with federal and state environmental regulations. The initiative is crucial for maintaining operational efficiency and environmental safety within the military installation, with a focus on rigorous quality management and personnel training. Interested contractors must submit their capability documentation by March 21, 2025, and can reach out to Kerri Fox at kerri.fox@us.af.mil or Teresa Duval at teresa.duval@us.af.mil for further information.
    AIR COMPRESSOR MAINTENANCE SERVICE
    Buyer not available
    The Department of Defense, specifically the Department of the Air Force, is seeking qualified contractors to provide air compressor maintenance services at Altus Air Force Base in Oklahoma. The procurement includes scheduled and unscheduled maintenance for Ingersoll Rand equipment, with responsibilities encompassing quarterly minor and semi-annual major maintenance, inspections, and necessary repairs. This service is crucial for ensuring the operational readiness and safety compliance of military installations, reflecting the government's commitment to maintaining high standards in equipment management. Interested vendors must submit their proposals by March 7, 2025, and can direct inquiries to Scott Swain at scott.swain.2@us.af.mil or Kelsey L. Brightbill at kelsey.brightbill@us.af.mil for further details.
    Warner Robins Air Logistics Complex Production Overhead Support
    Buyer not available
    The Department of Defense, through the Department of the Air Force, is soliciting proposals for the Warner Robins Air Logistics Complex Production Overhead Support contract, which aims to provide essential labor, management, and travel support services at Robins Air Force Base in Georgia. The contractor will be responsible for a range of logistical tasks, including inventory management, parts ordering, and production planning, while ensuring compliance with safety and quality control measures. This contract, valued at approximately $24.5 million, is set aside for women-owned small businesses and the 8(a) program, with a performance period beginning on April 19, 2025, and extending through April 2030. Interested parties can reach out to Adam Hudson at adam.hudson.4@us.af.mil or Bryan Canady at bryan.canady@us.af.mil for further inquiries and must adhere to the proposal submission deadlines outlined in the solicitation documents.
    Ideal Aerosmith Rate Table Calibration
    Buyer not available
    The Department of Defense, specifically the Department of the Air Force, is seeking qualified contractors for the Ideal Aerosmith Rate Table Calibration project at Robins Air Force Base in Georgia. The procurement involves providing Tear-Down and Evaluation (T&E) services to ensure the Ideal Aerosmith Rate Table Controller is fully operational following necessary repairs and calibrations, with a focus on compliance with safety and environmental standards. This contract is critical for maintaining the operational integrity of military equipment, ensuring adherence to rigorous quality and regulatory standards throughout the calibration process. Interested vendors must submit their proposals by March 11, 2023, and can direct inquiries to Carmen Davis at carmen.davis.2@us.af.mil or Joshua Sharpe at joshua.sharpe.6@us.af.mil.
    27th LRS Vehicle BPA
    Buyer not available
    The Department of Defense, through the 27th Special Operations Contracting Squadron, is seeking proposals for a Blanket Purchase Agreement (BPA) to provide vehicle maintenance and repair services at Cannon Air Force Base in New Mexico. The contractor will be responsible for delivering non-personal vehicle repair services over a five-year period, ensuring compliance with industry standards and utilizing their own labor, parts, and tools. This procurement is critical for maintaining the operational readiness of the Air Force's vehicle fleet, emphasizing the need for reliable and quality repair services. Proposals are due by March 12, 2025, with questions accepted until February 20, 2025. Interested vendors must contact Gaige Macomber at gaige.macomber@us.af.mil or Logan Gaib at logan.gaib@us.af.mil for further details.
    XRize 3D Printer Maintenance
    Buyer not available
    The National Geospatial-Intelligence Agency (NGA), part of the Department of Defense, is seeking proposals for the maintenance of XRize 3D printers, as outlined in a Request for Proposal (RFP). The procurement includes scheduled maintenance services, specific maintenance kits, and options for additional support, emphasizing the need for itemized pricing and compliance with federal regulations, particularly to encourage participation from small businesses and economically disadvantaged groups. These services are critical for ensuring the operational efficiency and reliability of geospatial intelligence equipment used by the agency. Interested vendors should contact Harry L. Lanfersieck at harry.l.lanfersieck@nga.mil or 314-676-1518, or Josh Sibert at josh.w.siburt@nga.mil or 314-676-0159 for further details regarding the proposal submission process.