Configurable Positioning Data Acquisition Control System (CPDACS)
Type: Special Notice
Overview

Buyer

DEPT OF DEFENSEDEPT OF THE AIR FORCEFA9302 AFTC PZZEDWARDS AFB, CA, 93524-1185, USA

NAICS

Electronic and Precision Equipment Repair and Maintenance (811210)

PSC

SUPPORT- PROFESSIONAL: ENGINEERING/TECHNICAL (R425)
Timeline
    Description

    The Department of Defense, specifically the Air Force Test Center (AFTC) at Edwards Air Force Base in California, intends to award a sole-source contract to NSI-MI Technologies Inc. for the repair and maintenance of an Ametek system, as outlined in the attached Statement of Work.

    The work involves the acquisition and configuration of positioning data acquisition control systems, which are vital for the AFTC's operations. The chosen contractor will ensure the system is functional and compliant with the required specifications.

    This opportunity is open to all eligible contractors, who must provide a complete technical package demonstrating their ability to meet the AFTC's requirements. Interested parties should also indicate their size status relative to the NAICS Code 811210 and complete the necessary representations and certifications.

    The AFTC will consider all responses received within one day of the publication notice. However, it reserves the discretion to award the contract without competition. Contractors must submit their responses by 11:00 a.m. PST on July 30, 2024, to the Directorate of Contracting at Edwards AFB, with email being the preferred method.

    For any clarification or further information, interested contractors may contact Kimberly McGee or Denina Hudson at the provided email addresses.

    Point(s) of Contact
    Files
    No associated files provided.
    Lifecycle
    Title
    Type
    Similar Opportunities
    Compact and Outdoor Antenna and Radome Ranges
    Active
    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 calibration and preventive maintenance of compact indoor and outdoor antenna/radome test facility equipment at Robins Air Force Base in Georgia. The contractor will be responsible for providing all necessary parts, labor, equipment, materials, travel, and services to support the Electronic Maintenance Group (EMXG), covering multiple ranges including Ranges 1-5, 9, and ALM-266, with ALM-266 requiring preventative maintenance only. This procurement is a sole source requirement directed to NSI-MI Technologies, Inc., with plans for a Firm-Fixed Price (FFP) contract for one base year and four option years, anticipated to be awarded around September 23, 2024. Interested parties may express their interest and capability to respond, but no foreign companies will be permitted to participate; inquiries can be directed to Claudette Macneil at claude.macneil@us.af.mil or Michele Watts at michele.watts.1@us.af.mil.
    RFI for ESTS
    Active
    Dept Of Defense
    The Department of Defense, specifically the Department of the Air Force, is conducting a Request for Information (RFI) to identify potential contractors capable of providing depot-level test and repair services for electronic components associated with the F15 ESTS testers. The government seeks sources with the necessary repair data, expertise, and experience to handle specific National Stock Numbers (NSNs), including a signal generator, spectrum analyzer, and centrifugal fan, which are critical for the operation of the F15 ESTS. This RFI is part of market research and does not guarantee a contract award; however, interested parties, particularly small businesses, are encouraged to submit their capabilities documentation by September 18, 2024, to Blake McWilliams at blake.mcwilliams.1@us.af.mil or by phone at 478-221-4211.
    Notice of Intent to Sole Source Acutronic USA Inc
    Active
    Dept Of Defense
    The Department of Defense, specifically the Air Force Test Center at Holloman Air Force Base, intends to award a sole source contract to Acutronic USA Inc. for the evaluation of the Contraves Model 445 120-inch Air Bearing Centrifuge, which is critical for the operations of the 746th Test Squadron. The procurement involves a thorough inspection and assessment of the centrifuge following significant water intrusion, with the goal of documenting damage and operational parameters using specialized equipment. This evaluation is vital for maintaining the operational readiness of essential testing equipment used in military applications. Interested vendors may submit capability statements or proposals by September 25, 2024, with the anticipated award date set for September 30, 2024. For further inquiries, contact Nathan Jaye at nathan.jaye@us.af.mil or Brett Moore at brett.moore.6@us.af.mil.
    Bruker M4 Tornado Plus 26S Service Maintenance
    Active
    Dept Of Defense
    The Department of Defense, specifically the Air Force Life Cycle Management Center, intends to award a contract for service maintenance of the Bruker M4 Tornado Plus 26S Super Light Element Micro X-Ray Fluorescence (XRF) System. The procurement involves a firm-fixed-price purchase order for recurring maintenance services, including a base contract with two optional years, valued at approximately $85,155. This specialized system is critical for both commercial and government applications, and the justification for a sole source procurement is based on Bruker being the only authorized provider of necessary services and parts in the U.S. Interested firms must express their capabilities to the Contract Specialist, Cuong Chau, at cuong.chau.1@us.af.mil, or the Contracting Officer, Rebecca Natal, at rebecca.natal.1@us.af.mil, within five days of this notice, with the award expected by September 30, 2024.
    Safran Data System - Sources Sought/Synopsis/Sole Source Award Intent Notice
    Active
    Dept Of Defense
    The Department of Defense, specifically the 509 Contracting Squadron at Whiteman Air Force Base, is seeking to procure telemetry equipment from Safran Data Systems for the B-2 aircraft. This procurement includes rugged data storage and control modules essential for airborne data collection during critical evaluations, with specific part numbers and quantities outlined in the opportunity notice. The equipment is vital for enhancing data sharing capabilities and ensuring operational readiness, as it integrates avionics data with range control rooms for engineering analysis. Interested vendors who believe they can meet the requirements are encouraged to submit a capability statement to the designated contacts, Christine Parsons and David T. Bartilson, by the specified response deadline. The estimated contract value is between the Simplified Acquisition Threshold and $750,000, with a delivery timeline concluding by December 31, 2025.
    Repair of ATCALS Power Amplifiers
    Active
    Dept Of Defense
    The Department of Defense, specifically the Air Force Sustainment Center, is seeking qualified contractors for the repair of ATCALS Power Amplifiers associated with the AN/GRN-29 system. The procurement involves comprehensive repair services, including disassembly, cleaning, inspection, maintenance, upgrading, reassembly, testing, and finishing to ensure the amplifiers are returned to a serviceable condition. This initiative is crucial for maintaining operational readiness and reliability of aircraft systems, with a focus on engaging small, disadvantaged, and veteran-owned businesses to foster competition. Interested parties must respond to Cameron Maxwell at 424SCMSAFMCRFIRe@us.af.mil and complete a Source Approval Request (SAR) to be considered, noting that this is a Sources Sought notice and not a solicitation or proposal request, with no funding currently available.
    SYNOPSIS OF PROPOSED CONTRACT ACTION - Dynatest Heavy Weight Deflectometer Maintenance
    Active
    Dept Of Defense
    The Department of Defense, specifically the Air Force, intends to award a sole-source contract to Dynatest US Inc. for the annual service, maintenance, overhaul, and training of four Dynatest Heavy Weight Deflectometer (HWD) systems at Tyndall Air Force Base in Florida. This contract will cover comprehensive maintenance services, including inspections, software updates, calibrations, and a 12-month warranty on parts and workmanship, along with essential hands-on training for personnel operating these specialized systems used in pavement evaluation. The need for this contract arises from Dynatest being the sole provider of proprietary software and support for their equipment, ensuring operational readiness and data reliability for airfield assessments. Interested parties can contact Tucker Januchowski at tucker.januchowski@us.af.mil or Nicole Dean at nicole.dean.2@us.af.mil for further information.
    16--DC AFT PDA,DC, IN REPAIR/MODIFICATION OF
    Active
    Dept Of Defense
    The Department of Defense, specifically the Department of the Navy through NAVSUP Weapon Systems Support, is soliciting proposals for the repair and modification of the DC AFT PDA, DC, under a firm fixed-price contract. The procurement involves the overhaul, upgrade, and testing of aircraft parts, ensuring they meet operational standards and are returned to a Ready for Issue (RFI) condition. This opportunity is critical for maintaining the functionality and reliability of military aircraft components, which are essential for national defense operations. Interested contractors should contact Carmelena Oldroyd at 215-697-2606 or via email at CARMELENA.OLDROYD@NAVY.MIL for further details, with the expectation of a 90-day repair turnaround time after asset receipt.
    Atomx XYZ Purge and Trap Repair
    Active
    Dept Of Defense
    The Department of Defense, specifically the Department of the Air Force, is soliciting proposals for the repair and maintenance of the Teledyne Atomx XYZ Purge and Trap system at Robins Air Force Base in Georgia. The contractor will be responsible for providing all necessary travel, tools, and labor for a precertification evaluation, preventative maintenance, and emergency repairs for the Chemical Analysis Laboratory. This equipment is critical for laboratory operations, and the contract will be awarded on a sole source basis to Teledyne Instruments Inc., with a firm-fixed-price arrangement. Interested parties can reach out to Hayley Dowling at hayley.dowling@us.af.mil or Michele Watts at michele.watts.1@us.af.mil for further details, with the contract value being subject to the NAICS size standard of $34 million.
    ALR-56M Amplifier/Detector, Log Video Repair (5996-01-365-5065EW)
    Active
    Dept Of Defense
    The Department of Defense, specifically the Department of the Air Force, is conducting market research to identify potential sources capable of providing depot-level testing and repair for the ALR-56M Amplifier/Detector, Log Video (NSN: 5996-01-365-5065EW). The government seeks expertise and capabilities to meet stringent qualification requirements, as the original equipment manufacturer, AKON, Inc., is currently the only known source with the necessary technical data and experience to fulfill this requirement. This component is critical for the operational readiness of military aircraft, including the F-16 C/D and C-130J A/C, and is procured as needed to support depot repair operations. Interested parties, both small and large businesses, are encouraged to submit their qualifications by September 19, 2024, to Michael Wensjoe or Kylie Ordoyne via email, as participation in this survey does not guarantee future contract opportunities.