TUBE AND CABLE HEXAGON ROMER ARM
ID: FA857126Q0009Type: Combined Synopsis/Solicitation
Overview

Buyer

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

NAICS

Instruments and Related Products Manufacturing for Measuring, Displaying, and Controlling Industrial Process Variables (334513)

PSC

ELECTRICAL AND ELECTRONIC PROPERTIES MEASURING AND TESTING INSTRUMENTS (6625)

Set Aside

No Set aside used (NONE)
Timeline
    Description

    The Department of Defense, specifically the Department of the Air Force, is seeking proposals for the procurement of a Tube and Cable Hexagon Romer Arm system, which includes the provision, installation, and commissioning of two Hexagon Absolute Arms along with associated training and technical support. Interested vendors must demonstrate their financial capability to fulfill the contract requirements, including submitting a narrative statement and supporting documentation, as well as achieving a satisfactory self-assessment score in accordance with DFARS 252.204-7020. This equipment is crucial for the Commodities Maintenance Group at Robins Air Force Base, Georgia, and the contractor will be responsible for ensuring compliance with various safety, environmental, and cybersecurity regulations. Proposals must be submitted to the primary contact, Joshua Belzince, at joshua.belzince@us.af.mil, with a focus on meeting the outlined deliverables and timelines, including a draft safety plan due within 10 working days of contract award.

    Point(s) of Contact
    Files
    Title
    Posted
    The document, titled 'INDUSTRIAL SAFETY AND HEALTH REQUIREMENTS for BAF# 75980 – Tube and Cable Hexagon Romer Arm,' outlines mandatory safety and health regulations for contractors working on Air Force installations. It mandates a comprehensive Safety and Health Plan adhering to federal, state, local, and Air Force standards, including OSHA and DAFMAN 91-203. Key requirements cover environmental, safety, and occupational health (ESOH) compliance, Voluntary Protection Programs (VPP) familiarity, and strict adherence to contractor employee protection. The document details procedures for inspections, mishap notifications (including mishap classification), impoundment, and specific safety protocols for areas like motor vehicles, foreign object damage (FOD) prevention, protective barriers, working surfaces, excavations, scaffolding, various powered platforms, fall protection, cranes, hazardous materials, personal protective equipment, confined spaces, welding, electrical work, and hazardous energy control. Contractors are responsible for subcontractor compliance, training, and all costs associated with safety violations. The plan must include a designated safety manager and tracking rates for incidents, with changes requiring government approval. The overall purpose is to ensure a safe working environment and protect personnel and government property.
    The DD Form 1423-1, FEB 2001, serves as a Contract Data Requirements List (CDRL) for federal government RFPs, grants, and state/local RFPs. It details data deliverables required from contractors. This specific instance, Exhibit A, mandates a "CALIBRATION CERTIFICATE" for each Hexagon Absolute Arm (8735 and 8730) to be submitted within three working days of calibration completion. Key contact information for Government and WAWF Points of Contact, along with the Contracting PCO, is provided. The form also includes instructions for both government personnel in preparing the CDRL and contractors in understanding pricing groups (Group I, II, III, IV) for data items, emphasizing that estimated data prices should only reflect costs incurred directly due to data requirements, excluding data rights.
    The DD Form 1423-1 is a Contract Data Requirements List used in government contracting to specify data deliverables. This particular form details the requirement for a Status Report related to "Tube and Cable Hexagon Romer Arm" and "EMS Training." A key aspect is the mandatory Environmental Management Systems (EMS) Awareness Training for all contractor personnel and subcontractors working on Robins AFB. The Prime Contractor is responsible for ensuring compliance, with training completion notifications sent to the Robins AFB Contracting Officer and Contract Surveillance Management Office. Failure to provide documentation of EMS Training may lead to contract termination. The form also provides contact information for various government points of contact, including Environmental Management, Primary and Alternate Government POCs, WAWF POCs, and the Contracting PCO. Additionally, the document includes comprehensive instructions for both government personnel and contractors on how to complete and interpret the DD Form 1423, including definitions for different price groups associated with data item development.
    DD Form 1423-1, February 2001, is a Contract Data Requirements List (CDRL) used by the Department of Defense to specify data deliverables for contracts. This particular form details requirements for a "STATUS REPORT" related to an "Energy Management System - EnMS" for the "Tube and Cable Hexagon Romer Arm" system. It outlines the authority, contract reference, requiring office (402 CMXG), and submission frequency (as required). A key remark states that due to WR-ALC's ISO 500001 certification, contractors must comply with Energy Management System (EnMS) requirements and complete Air Force-provided EnMS training for personnel working on Robins AFB. The form also includes contact information for Energy Office, Government, WAWF, and Contracting PCOs. The back of the form provides detailed instructions for both government personnel in preparing the CDRL and contractors in estimating data item prices across four groups based on the data's necessity and additional work required.
    DD FORM 1423-1, FEB 2001, is a Contract Data Requirements List (CDRL) used for federal government RFPs, grants, and state/local RFPs. It details the requirements for data deliverables from contractors, such as a Contractor's Safety Plan for the "Tube and Cable Hexagon Romer Arm" system. The form specifies data item number A004, titled "Contractor's Safety Plan," under the authority DI-SAFT-82080/T NOT 1, as referenced in PWS Para 4.11.1. Key instructions include submitting a draft safety plan for review within 10 working days of contract award, with the government having 5 days to respond. If no response, the draft becomes final. The final plan is due 10 working days after government acceptance of the draft. The document also provides guidance for both government personnel and contractors on completing the form, including definitions for pricing groups related to data item development costs. Contact information for various government points of contact is also provided.
    The DD FORM 1423-1 is a Contract Data Requirements List for government contracts, detailing data item requirements. This specific instance, Exhibit A, pertains to an "ACCIDENT/INCIDENT REPORT" for a "Tube and Cable Hexagon Romer Arm" system. The contractor is required to notify the Robins AFB Safety Office telephonically within four hours of any mishaps or incidents involving DoD property damage or employee injuries resulting from contract operations. A follow-up electronic report must be submitted within three calendar days to specified government representatives, including the Procurement Contracting Officer and Safety Office. Comprehensive accident/incident information, such as contract details, date, time, location, narrative, cause, estimated cost, equipment, personnel, and corrective actions, must be provided, with any missing information supplied within 20 calendar days. The document also outlines instructions for both government personnel and contractors on completing the form, including definitions for pricing data items based on their necessity to the primary contracted effort.
    This document is a Standard Form 1449, "SOLICITATION/CONTRACT/ORDER FOR COMMERCIAL PRODUCTS AND COMMERCIAL SERVICES," designed for federal government procurements, particularly for Women-Owned Small Business (WOSB) set-asides. It outlines the essential details for solicitations, offers, and contract awards, including sections for requisition, contract, and order numbers, as well as solicitation information and due dates. The form specifies methods of solicitation (RFQ, IFB, RFP) and includes provisions for NAICS codes, size standards, and set-aside categories such as WOSB, EDWOSB, HUBZone, SDVOSB, and Small Business. It details delivery, discount terms, and references relevant FAR clauses (52.212-1, 52.212-3, 52.212-4, 52.212-5). The document also requires offeror and contracting officer signatures, providing a comprehensive framework for commercial product and service acquisitions within the federal contracting system.
    This document outlines the requirements for a contractor to provide, install, and commission two Hexagon Romer Absolute Arms with associated components and training for the Commodities Maintenance Group (CMXG) at Robins Air Force Base, Georgia. The contractor must deliver equipment within 30 days ARO, provide installation services, and connect the arms to existing CNC Tube Benders for part correction data. Key services include two-day onsite BendingStudio training, 12 months of technical support with preventive maintenance and recertification, and a two-year warranty on all hardware and software. The document also details extensive security requirements, including adherence to NISPOM, DBIDS ID card acquisition, OPSEC compliance, and immediate reporting of security incidents. Additionally, the contractor must comply with supply chain risk management procedures, environmental management systems (EMS) and energy management system (EnMS) awareness training, and a comprehensive safety program with mishap notification protocols. Cybersecurity requirements, including NIST 800-171 and FIPS 140-3, are also specified. Payment requests will be processed via PIEE WAWF, and Unique Item Identification (UID) is required for all delivered items.
    This government file details a Single Source Justification for a simplified acquisition, focusing on training and technical support for Hexagon Absolute Arm systems. The contractor is required to provide two-day BendingStudio STANDARD Training Onsite at Robins AFB, GA, for up to 8 students, covering software organization, component creation, inspection plans, measurements, troubleshooting, and data maintenance. Additionally, the contractor will provide 12 months of technical support, including preventive maintenance, recertification, repair labor, warranty parts, hardware/software support, and updates for Hexagon Absolute Arms (8735 and 8730). Previous contracts with Hexagon Manufacturing Intelligence, Inc. (FA8571-25-P-0053 and FA8571-24-P-0043) for similar equipment and training are noted. Equipment delivery is required 30 days ARO, FOB Destination, to Robins AFB, GA.
    Lifecycle
    Title
    Type
    Combined Synopsis/Solicitation
    Similar Opportunities
    VDATS Support Equipment Rhodes & Schwartz
    Buyer not available
    The Department of Defense, specifically the Department of the Air Force, is soliciting proposals for the procurement of VDATS support equipment, particularly kits for assembling VDATS stations, under a firm fixed price Requirements type contract. This acquisition is essential due to the proprietary nature of the equipment provided by the Original Equipment Manufacturer, Rhodes & Schwartz USA, Inc., and will span a five-year period with no guaranteed minimum or maximum quantities. Interested offerors must demonstrate their financial capability and include necessary documentation such as pricing, cage code, and taxpayer ID, with delivery to Robins AFB, Georgia. For further inquiries, potential bidders can contact Jonathon VanBrunt at jonathon.vanbrunt@us.af.mil or Valerie Evans at valerie.evans.1@us.af.mil.
    Remanufacture B-1 Horizontal Stabilizer Servo-Cylinder
    Buyer not available
    The Department of Defense, specifically the Department of the Air Force, is seeking contractors for a five-year firm-fixed-price requirements contract to remanufacture B-1 Horizontal Stabilizer Servo-Cylinders. This procurement involves restoring various models of servo-cylinders, which are critical components for aircraft flight control surfaces, to a like-new condition, requiring compliance with ISO 9001-2015 standards and a minimum Supplier Performance Risk System (SPRS) assessment score of 110. Proposals are due by January 15, 2026, at 1:00 PM, and payment will be contingent upon the availability of appropriated funds. Interested vendors should contact Dessie Breslin at dessie.breslin@us.af.mil or Amy Gil at amy.gil@us.af.mil for further details.
    F-100 Tube Assembly, Metal
    Buyer not available
    The Department of Defense, through the Defense Logistics Agency, is seeking proposals for the procurement of F-100 Tube Assembly, Metal, designated as a Critical Safety Item. The requirement includes a total of 12 units, with an estimated Request for Proposal (RFP) issue date of September 5, 2025, and a close date of October 6, 2025, for delivery by December 31, 2026. This assembly is crucial for aircraft engine operations, and the government intends to negotiate with a limited number of sources, primarily RTX Corporation, due to the specialized nature of the item. Interested parties should direct inquiries to Jeremy Bryant at jeremy.bryant@us.af.mil or call 405-855-7112, and all proposals submitted within 45 days will be considered.
    Common Armament Tester for Fighter (CAT-F)
    Buyer not available
    The Department of Defense, specifically the Department of the Air Force, is seeking proposals for the Common Armament Tester for Fighter (CAT-F) program, aimed at developing, manufacturing, and sustaining armament testers for F-16, F-15, and A-10 aircraft. This procurement involves creating a versatile armament tester capable of performing essential maintenance tasks, including Preload, Clean Wing, and Fault Isolation Requirements at both O-Level and I-Level Maintenance. The selected contractors will be responsible for delivering prototypes and subsequent production units, with a total maximum contract value estimated at $420,430,000.00, and the contract period includes a one-year basic term with four one-year options. Interested parties should direct inquiries to Oya Harrison at oya.harrison.1@us.af.mil or Alexis Davis at alexis.davis.13@us.af.mil, noting that the proposal due date is currently indefinite due to a protest, with updates to be provided in forthcoming amendments.
    Tube Assembly, Metal
    Buyer not available
    The Department of Defense, through the Defense Logistics Agency, is seeking proposals for the procurement of a metal tube assembly, identified by National Stock Number (NSN) 4710-01-333-3547NZ. This critical safety item requires compliance with specific qualification standards and aims for delivery of one unit by October 21, 2025, with the Request for Proposal (RFP) expected to be issued on January 22, 2025, and closing on February 12, 2025. The assembly is essential for military applications, and the approved source for this component is Raytheon Technologies Corp., which has a recent purchase history indicating a larger contract awarded to RTX Corporation. Interested vendors should contact David Todd Isaac at david.isaac.4@us.af.mil or call 405-855-3000 for further details.
    ACTUATOR, ELECTRO-MECHANICAL
    Buyer not available
    The Department of Defense, through the Defense Logistics Agency (DLA) Aviation at Oklahoma City, is soliciting proposals for the procurement of electro-mechanical actuators specifically designed for F-16 A/B canopies. This Request for Proposal (RFP), identified as SPRTA1-26-R-0033, seeks to acquire between 4 to 24 units of new manufactured material under firm-fixed-price terms, with a delivery deadline set for February 11, 2027. The procurement is critical for maintaining operational readiness of the F-16 aircraft, emphasizing compliance with federal acquisition regulations, including cybersecurity standards and restrictions on foreign purchases. Interested vendors must submit their proposals by December 8, 2025, at 3:00 PM, and can direct inquiries to James Maynard at james.maynard.6@us.af.mil or by phone at 730-321-2262.
    Repair of the Air Data Processor (ADP)
    Buyer not available
    The Department of Defense, specifically the Department of the Air Force, is soliciting proposals for the repair of the Air Data Processor (ADP) under solicitation FA8538-26-R-0005. This requirement involves a Firm Fixed Price contract for the repair of 50 units of the ADP, NSN: 6610-01-432-8459FX, which is critical for the operational performance of the F-15E aircraft. The contract will include additional services such as on-site support, engineering services, and configuration management, and is set to be awarded following a sole source negotiation with Honeywell, the only known source with the necessary technical data and capabilities. Interested parties must submit their proposals electronically by January 6, 2026, at 4:00 PM EST, and can contact Madison Norris at madison.norris@us.af.mil for further information.
    FA821225Q0341 PROGRAMMABLE CARTRIDGE
    Buyer not available
    The Department of Defense, specifically the Department of the Air Force, is soliciting proposals for a sole-source contract to procure 47 programmable cartridges (NSN: 7045016174668WF) under solicitation FA821225R0471. The cartridges are essential for Foreign Military Sales (FMS) and are required to be delivered by May 28, 2027, with the total contract value estimated at $819,637.70. This procurement is critical as the government does not own the technical data for these parts, which are proprietary to GE Aviation Systems LLC, the only responsible source identified for this requirement. Interested parties must submit their capability statements or proposals by the extended deadline of December 12, 2025, and can direct inquiries to Richard Maynard at richard.maynard.5@us.af.mil or Jo Blakley at jo.blakley@us.af.mil.
    Remanufacture of Electro-Mechanical Actuator
    Buyer not available
    The Department of Defense, specifically the Department of the Air Force, is seeking proposals for the remanufacture of Electro-Mechanical Actuators under a two-year Firm Fixed Price Indefinite Delivery Indefinite Quantity (IDIQ) contract. The primary objective is to restore the actuators, identified by NSN 1680-01-267-9557RK, to a like-new condition through a comprehensive process that includes disassembly, cleaning, inspection, maintenance, re-assembly, testing, and finishing, adhering to military standards and quality control measures. This procurement is critical for maintaining operational readiness and ensuring the reliability of aircraft systems. Interested vendors should note that the solicitation anticipates a sole-source award to Whippany Actuation Systems LLC, but other vendors may submit Source Approval Request (SAR) packages. For further inquiries, potential bidders can contact Nonika Allen at nonika.allen.1@us.af.mil or Morgan Mcgarity at morgan.mcgarity@us.af.mil.
    C-130J LONGERON ASSEMBLY, FUSELAGE
    Buyer not available
    The Department of Defense, through the Department of the Air Force, is soliciting quotes for the procurement of a Longerons Assembly, Fuselage, Part Number 342986-6L, with a quantity of one unit required. This procurement is critical due to its urgency related to flight and safety deficiencies, necessitating delivery to Hill Air Force Base, Utah, by January 30, 2026. The opportunity is set aside for small businesses under the NAICS code 336412, and interested vendors must submit their quotes by December 29, 2025, while also adhering to specific instructions for accessing technical drawings and compliance with military packaging standards. For further inquiries, potential bidders can contact Brad Wood at bradley.wood.11@us.af.mil or Arthur Gumushyan at arthur.gumushyan@us.af.mil.