Ideal Aerosmith Rate Table Calibration
ID: FA857126Q5300Type: Combined Synopsis/Solicitation
Overview

Buyer

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

NAICS

Testing Laboratories and Services (541380)

PSC

MAINT/REPAIR/REBUILD OF EQUIPMENT- ELECTRICAL AND ELECTRONIC EQUIPMENT COMPONENTS (J059)

Set Aside

No Set aside used (NONE)
Timeline
    Description

    The Department of Defense, specifically the Department of the Air Force, is soliciting quotes for the Ideal Aerosmith Rate Table Calibration services at Robins Air Force Base in Georgia. This procurement involves providing on-site calibration services for specific Ideal Aerosmith models, including all necessary tools, parts, materials, equipment, labor, and transportation, under a Firm Fixed Price (FFP) contract structure. The contract will span a 12-month base period with four one-year options, emphasizing compliance with various safety, security, and environmental regulations. Quotes are due by December 22, 2025, with an anticipated award date of January 9, 2025. Interested parties can contact Joshua Belzince at joshua.belzince@us.af.mil or Joshua Sharpe at joshua.sharpe.6@us.af.mil for further information.

    Point(s) of Contact
    Files
    Title
    Posted
    This document outlines comprehensive industrial safety and health requirements for contractors engaged in BAF# 80534 – Ideal Aerosmith Rate Table Calibration. It mandates compliance with federal, state, and local laws, including OSHA, and emphasizes the contractor's sole responsibility for the safety of their employees and subcontractors. Key requirements include developing a detailed Safety and Health Plan, familiarization with OSHA Voluntary Protection Programs (VPP), and strict adherence to Air Force occupational safety standards. The plan must address specific procedures for various tasks, mishap notification and impoundment procedures, and a robust safety and health program with a designated manager. The document also details specific safety protocols for areas such as pedestrian and vehicular traffic, foreign object damage (FOD) prevention, protective barriers, working surfaces, excavations, scaffolding, aerial lifts, fall protection, cranes, hazardous materials, personal protective equipment, confined spaces, welding, electrical safety, hazardous energy control, machinery guarding, hand tools, toxic substances, hazardous communications, demolition, heat stress, environmental controls, hearing conservation, medical/first aid, aircraft grounding, batteries, flammable liquids, system modifications, soldering, housekeeping, electrostatic discharge, cryogenics, work stands, severe weather, fire protection, explosive safety, airfield criteria, and airfield rescue/firefighting capabilities. Non-compliance can lead to work stoppages, delays, and fines solely borne by the contractor.
    The DD Form 1423-1, Contract Data Requirements List (CDRL), is a standardized Department of Defense form used to list data items a contractor must deliver under a contract. This specific form details the requirement for "Ideal Aerosmith Rate Table Calibration" and the submission of a "Calibration Certificate." Key requirements include providing a calibration sticker upon completion and submitting one hard copy and one electronic copy of all calibration certificates annually per calibrated equipment. The document also specifies various government points of contact, including primary and alternate government POCs, WAWF contacts, a contracting officer, and a buyer. Instructions for completing the form are provided for both government personnel and contractors, outlining how to categorize and price data items based on their necessity and the effort required for their production.
    The DD FORM 1423-1, FEB 2001, is a Contract Data Requirements List (CDRL) used by the Department of Defense to specify data deliverables from contractors. This particular form details the requirements for a Contractor's Safety Plan (data item A002) for the "Ideal Aerosmith Rate Table Calibration" system. It outlines the authority, contract reference, requiring office (WR-ALC/SE), and submission details. The contractor is required to submit a draft safety plan within 10 working days of contract award to 402mxw.se.wf@us.af.mil, with the government having 5 working days for review. If no changes are noted or no reply is received, the draft is considered final. Final copies are due 10 working days after government acceptance of the draft. The document also provides instructions for both government personnel and contractors on completing the form, including definitions for various price groups (Group I, II, III, IV) related to data item development costs. Key contacts for the government are listed for safety, WAWF, contracting, and buying roles.
    The DD Form 1423-1, Contract Data Requirements List, is a standardized government form used for specifying data deliverables in contracts. This document outlines the requirements for submitting an "Accident/Incident Report" related to the Ideal Aerosmith Rate Table Calibration. Contractors are mandated to report mishaps involving damage to DoD property or employee injuries within four hours of initial notification, followed by an electronic submission within three calendar days. The report must include crucial details such as contract information, date, time, location, a narrative of the incident, cause, estimated cost, equipment and personnel involved, and corrective actions. The form also details contact information for various government personnel, including the Robins AFB Safety Office, Government Representative, Procurement Contracting Officer, and Contract Surveillance Management Office. Additionally, the document provides instructions for both government personnel and contractors on how to complete the DD Form 1423, including definitions for different price groups related to data item development.
    DD Form 1423-1, a Contract Data Requirements List (CDRL), is a standardized form for federal government RFPs, federal grants, and state and local RFPs, used to specify data deliverables required from a contractor. This particular iteration details requirements for an "EMS Training/Status Report" related to Environmental Management Systems (EMS) Awareness Training for all contractor personnel working on Robins AFB. The form outlines the data item's title, authority, contract reference, and requiring office. Key details include the mandatory Air Force-provided initial EMS Awareness Training for all contractor and subcontractor personnel, with notification of completion required for the Robins AFB Contracting Officer. Failure to provide this documentation may result in contract termination. The document also provides contact information for government personnel involved in the contract, including primary and alternate government points of contact, WAWF contacts, the contracting officer, and the buyer. Instructions for both government personnel and contractors on completing the form, including definitions for various price groups for data items, are also provided.
    The DD Form 1423-1, Contract Data Requirements List (CDRL), is a standardized form used by the Department of Defense to specify data deliverables for contracts. This document outlines the instructions for both government personnel and contractors on how to complete the form, detailing sections for contract line item numbers, data item titles, authority, contract references, and submission requirements. It also includes critical information regarding energy management system (EnMS) training for contractors working on Robins AFB, emphasizing compliance with ISO 500001 certification guidelines. The form specifies pricing groups for data items, categorizing them by the effort required for their production and delivery. Key contact information for government and contracting officers is provided, underscoring the document's role in ensuring clear communication and compliance for federal contracts involving data deliverables.
    This Performance Work Statement outlines the requirement for Ideal Aerosmith Rate Table Calibration services for the 402d Electronics Maintenance Group (EMXG) at Robins Air Force Base, Georgia. The contractor will provide on-site field calibration, including all necessary tools, parts, materials, equipment, labor, and transportation. The contract includes a 12-month basic period and four one-year options for specific rate table models. The contractor must provide calibration stickers and both hard and electronic copies of calibration certificates. Over and above work will be negotiated and definitized via contract modifications. Key requirements include a designated Contractor Program Manager, adherence to specific work hours, and compliance with Robins AFB security, safety, environmental, and energy management regulations. Training for EMS and EnMS is mandatory for all personnel. The contractor must also comply with supply chain risk management, technology control, and cyber incident reporting standards.
    This document is a combined synopsis/solicitation (FA857126Q5300) from the Air Force Sustainment Center PZIMA at Robins AFB, GA, for the sole-source purchase of Ideal Aerosmith Rate Table Calibration services. The acquisition, under NAICS code 541380, is for Firm Fixed Priced (FFP) services from Ideal Aerosmith, Inc. Quotes are due by December 22, 2025, 10 AM EST, with an anticipated award date of January 9, 2025. The contract includes a base period from January 9, 2026, to January 8, 2027, and four one-year option periods, extending until January 8, 2031. Services involve scheduled calibration for specific Ideal Aerosmith models. The solicitation outlines proposal preparation instructions, including financial capability requirements, and lists numerous applicable FAR and DFARS clauses and provisions, emphasizing compliance with various federal regulations related to supply chain security, telecommunications equipment, and small business programs.
    Lifecycle
    Title
    Type
    Combined Synopsis/Solicitation
    Similar Opportunities
    Quickset Gimbal
    Dept Of Defense
    The Department of Defense, through the Department of the Air Force, is soliciting quotes for a Quickset Gimbal system, which is essential for providing motion stability and high-precision pointing control for various remote sensing instruments valued at over $9 million. The procurement aims to enhance educational activities in Optical Engineering and Applied Physics at the Air Force Institute of Technology by ensuring the gimbal meets specific technical requirements, including a minimum payload capacity of 1200 lbs, active stabilization for disturbances of 0.25Hz, and an IP67 environmental rating. Interested vendors must submit their quotes electronically by December 19, 2025, at 1:00 PM EST, and are encouraged to direct any inquiries to Bryson Pennie or Linh Jameson before the question deadline on December 16, 2025. This opportunity is set aside for small businesses under NAICS code 334516, with a performance period of 16 weeks post-award.
    Vehicle Scale Calibration Services
    Dept Of Defense
    The Department of Defense, specifically the Department of the Air Force, is seeking qualified vendors to provide Vehicle Scale Calibration Services at Beale Air Force Base, California. The procurement involves annual calibration, inspection, testing, and maintenance of six government-owned scales used for verifying vehicle and cargo weights, ensuring compliance with Department of Transportation and MIL-AIR weight limitations. This contract is crucial for maintaining operational efficiency and safety standards, with a total small business set-aside and a potential contract value not exceeding $5,000 per year for "Over and Above" repairs. Interested parties must submit their quotes by January 6, 2026, and are encouraged to attend a site visit on December 22, 2025, with prior access arrangements required by December 17, 2025. For further inquiries, contact Lamar Mullins at lamar.mullins@us.af.mil or Katherine Moe at katherine.moe@us.af.mil.
    Repair services applicable to the AN/APY-1/2 E-3 surveillance radar 5-Volt Power Supply.
    Dept Of Defense
    The Department of Defense, specifically the Department of the Air Force, is seeking a contractor to provide repair services for the AN/APY-1/2 E-3 surveillance radar 5-Volt Power Supply. This procurement involves a firm-fixed-price contract for the repair and testing of five power supplies, with a delivery requirement of 120 calendar days from the order date. The selected contractor will be responsible for ensuring compliance with quality assurance standards, including ISO 9001-2015, and must adhere to specific packaging and transportation requirements as outlined in the associated documentation. Interested parties should note that the solicitation is expected to be issued on November 5, 2025, with proposals due by December 5, 2025. For further inquiries, potential bidders can contact Nikita Hicks or Kizmet Hall via their provided email addresses.
    ALTIMETER,PRESSURIZ
    Dept Of Defense
    The Department of Defense, specifically the Department of the Navy through NAVSUP Weapon Systems Support Mechanical, is soliciting quotes for the procurement of pressurized altimeters. This contract involves the manufacture and quality assurance of these instruments, which are critical for measuring and controlling industrial process variables in defense applications. The procurement is part of an emergency acquisition initiative, with a closing date for quotes extended to January 12, 2026. Interested vendors should direct inquiries to Seana M. Steiner at 717-605-6561 or via email at SEANA.M.STEINER.CIV@US.NAVY.MIL, and must comply with specific quality and packaging standards outlined in the solicitation.
    Opportunity Details
    Dept Of Defense
    The Department of Defense, specifically the Department of the Air Force, is soliciting proposals for the repair of KC-135 and C-130 Vertical Indicators, with the solicitation number FA8117-26-R-0003. This procurement aims to secure commercial products and services related to the maintenance and repair of critical aircraft instruments, which are essential for the operational readiness of military aircraft. The proposal due date has been extended to January 14, 2026, at 3:00 PM Central Standard Time, and interested parties must acknowledge receipt of the amendment to ensure their offers are considered. For further inquiries, potential offerors can contact Nathan R. Sholund at nathan.sholund@us.af.mil or Gregory Howard at gregory.howard.9@us.af.mil.
    66--INDICATOR,RATE OF F
    Dept Of Defense
    The Department of Defense, through the Defense Logistics Agency (DLA Aviation), is seeking quotes for the procurement of two units of the Indicator, Rate of F, under solicitation number NSN 6680200041517. This procurement is critical for ensuring accurate measurement and monitoring in various defense applications, highlighting the importance of reliable instruments in military operations. Interested vendors are encouraged to submit their quotes electronically, as hard copies of the solicitation will not be available, and all submissions must be received within 171 days after the award date. For inquiries, potential bidders can contact the DLA via email at DibbsBSM@dla.mil.
    F-16 Test Set, Pneumatic
    Dept Of Defense
    The Department of Defense, through the Defense Logistics Agency (DLA) Aviation at Ogden, Utah, is soliciting quotations for the procurement of two Pneumatic Test Sets (NSN: 4920-99-575-1342) specifically designed for F-16 aircraft. This opportunity is open to qualified sources, including BAE Systems and Druck Limited, and requires compliance with various standards, including ISO 9001:2000, as well as adherence to specific packaging and marking requirements outlined in military standards. The procurement is critical for maintaining the operational readiness of F-16 aircraft, ensuring that the necessary equipment is available for maintenance and repair. Quotations are due by January 16, 2026, and interested parties should direct inquiries to April Blakeley at april.blakeley@us.af.mil for further information.
    M26-016 Invenio S and Hyperion II Bruker
    Dept Of Defense
    The Department of Defense, through the Air Force Sustainment Center at Tinker Air Force Base, is seeking quotations for the procurement of a Bruker Invenio Fourier Transform Infrared Spectrometer and a Bruker Hyperion II FT-IR Microscope. The requirements include a benchtop FT-IR system with specific features for quantitative gaseous analysis and a microscope designed for advanced materials characterization, both necessitating dedicated computer hardware, initial supplies, and on-site installation and training for Air Force chemists. These instruments are critical for analytical laboratory functions, enhancing the capabilities for materials analysis and characterization within the Air Force. Interested vendors must submit their quotations by December 19, 2025, at 2:00 PM CST, preferably via email to Michael Chappell Jr. at michael.chappell.7@us.af.mil, and must be registered in SAM.gov to be eligible for contract award.
    Common Armament Tester for Fighter (CAT-F)
    Dept Of Defense
    The Department of Defense, specifically the Department of the Air Force, is preparing to issue a Request for Proposal (RFP) for the Common Armament Tester for Fighters (CAT-F) project, aimed at designing, developing, manufacturing, and sustaining testing equipment for the F-16, F-15, and A-10 aircraft platforms. This procurement is critical for ensuring effective maintenance capabilities, as the CAT-F will be used to test Preload, Clean Wing, and Fault Isolation Requirements at both Organizational (O-Level) and Intermediate (I-Level) Maintenance levels. The acquisition will follow a Full and Open Competitive Acquisition process, with an anticipated RFP issue date in the third quarter of FY25 and a response deadline of 45 days thereafter. Interested parties can direct inquiries to Oya Harrison at oya.harrison.1@us.af.mil or Alexis Davis at alexis.davis.13@us.af.mil, with the project expected to include a mix of pricing arrangements and a delivery schedule for prototypes beginning 12 months after order placement.
    Repair of the Air Data Processor (ADP)
    Dept Of Defense
    The Department of Defense, specifically the Department of the Air Force, is soliciting a Firm Fixed Price contract for the repair of the Air Data Processor (ADP), NSN: 6610-01-432-8459FX, with a focus on providing all necessary parts and labor for testing and repair. This sole source requirement is directed towards Honeywell International, as they possess the unique technical data and capabilities required to ensure compatibility with the F-15E’s performance specifications. The contract, which is critical for maintaining operational readiness, will be executed under a Direct Sales Partnership Agreement and is set for a duration of one year, with proposals due by January 30, 2026. Interested parties can reach out to Madison Norris at madison.norris@us.af.mil for further details.