Wire Marking Machine MX Base w/4 OYs
ID: FA2823-24-Q-A050Type: Special Notice
Overview

Buyer

DEPT OF DEFENSEDEPT OF THE AIR FORCEFA2823 AFTC PZIOEGLIN AFB, FL, 32542-5418, USA

NAICS

All Other Miscellaneous General Purpose Machinery Manufacturing (333998)
Timeline
    Description

    The Department of Defense, specifically the Air Force Test Center Operational Contracting Division (AFTC/PZIOA), intends to award a sole-source contract to Laselec Inc. for the annual maintenance of two MRO-200B UV Laser Wire Marking Machines over a five-year period, which includes one base year and four option years. The contract requires annual preventative maintenance visits and curative actions as necessary, ensuring the operational readiness of critical wire marking equipment used in various airframe modifications. The anticipated award date for this Firm Fixed Price (FFP) Commercial Purchase Order is September 26, 2024, with responses to the notice due by September 23, 2024. Interested parties may direct inquiries to Naomi Letting at naomi.letting@us.af.mil or Jala McLaughlin at jala.mclaughlin@us.af.mil.

    Point(s) of Contact
    Files
    Title
    Posted
    The Air Force Test Center Operational Contracting Division (AFTC/PZIOA) at Eglin AFB, FL plans to award a sole-source contract to Laselec Inc. for the annual maintenance of two MRO-200B UV Laser Wire Marking Machines over a five-year period, covering one base year and four option years. Each contract line item (CLIN) pertains to annual preventive maintenance, which includes one maintenance visit and one corrective action if needed, with specific performance periods scheduled from January 2025 through December 2029. The acquisition is authorized under 41 USC 1901 and FAR 13.106-1(b)(1) with a NAICS code of 333998, and the anticipated award date is September 26, 2024. The announcement clarifies that this is not a request for proposals, and all responses to this notice must be submitted in writing by September 23, 2024. The notice aims to gauge whether competitive procurement may be warranted based on received responses. Inquires regarding the proposal should be directed to a specified email address. The proposed action emphasizes the government’s intent to efficiently maintain essential equipment through a sole-source procurement.
    The document outlines the Statement of Work for a service contract concerning MRO-200B UV laser wire marking machines at a Department of Defense installation. The contract specifies an annual preventative maintenance visit and an additional curative visit as necessary for two specified machines. Contractors are responsible for informing the client of any required part replacements and generating corresponding quotes. The client will obtain approval and funding for necessary repairs, excluding consumables. Additionally, a loaner parts program will be available to reduce equipment downtime during repairs. Training for operators will be conducted during the preventative visits, pending proper notification. Technical support will be accessible within 24 hours for troubleshooting issues. The contractor must adhere to specific accessibility protocols for service at Eglin AFB, and the contract’s performance timeframe is capped at 365 days post-award. Overall, the document establishes clear requirements for maintenance, accessibility, and communication between the contractor and client to ensure the effective functioning of critical wire marking equipment.
    This document outlines a proposal for single-source procurement of preventative maintenance and software support for MRO-200B wire marking machines used by the 896 TSS/RNMS due to operational requirements related to MOD installations on multiple airframe types. It highlights that the proprietary rights for the necessary machine source code are owned by Laselec, with no alternative vendors or authorized resellers available. Market research confirmed the lack of competition, as no authorized sellers were found for the required part, necessitating the single-source approach. To mitigate future reliance on single-source procurements, the Contracting Officer committed to ongoing industry monitoring and thorough research for potential alternatives. The determination emphasized compliance with FAR regulations, validating the need for this specific vendor under the current circumstances.
    Lifecycle
    Title
    Type
    Special Notice
    Similar Opportunities
    Laser Engraver
    Active
    Dept Of Defense
    The Department of Defense, specifically the Department of the Air Force, is conducting a Sources Sought announcement to identify potential sources for the procurement of a Fusion Pro 48 Co2 120w Epilog Laser engraver or an equivalent model. The required equipment is intended for the Keesler Arts & Crafts Center at Keesler Air Force Base in Mississippi and must meet specific characteristics, including a maximum work area of 48” x 36”, compatibility with various substrates, and features such as mobility, rotary engraving attachments, and high-resolution optics. This procurement aims to enhance the arts and crafts program by providing advanced engraving technology, supporting creative initiatives at the facility. Interested parties must submit their responses by 3:00 PM CST on September 24, 2024, to the designated contacts, SSgt Taylor Williams and Kimberley L. Alvarez, via the provided email addresses.
    PREVENTIVE AND EMERGENCY MAINTENANCE FOR PLATE MARKING LASER SYSTEM
    Active
    Treasury, Department Of The
    The Department of the Treasury, specifically the Bureau of Engraving and Printing (BEP), is seeking a contractor to provide preventive and emergency maintenance for Plate Marking Laser Systems. The contractor will be responsible for all personnel, equipment, supplies, and services necessary to ensure the operational reliability of this critical equipment used in the serial numbering of U.S. currency, in compliance with ISO 14001 requirements. This contract, categorized as non-personnel services, is vital for maintaining the functionality of essential machinery, with a base period from September 2024 to September 2025 and three potential option years. Interested vendors must express their capabilities via email to the primary contact, Lasonia Brown, at lasonia.brown@bep.gov, and must be registered in the System for Award Management (SAM) to be considered.
    Repair and Preventative Maintenance for DMG Mori CNC Machines
    Active
    Dept Of Defense
    The Department of Defense, specifically the Fleet Readiness Center of the Department of the Navy, is seeking to procure one year of repair and preventative maintenance services for DMG Mori Computer Numeric Control (CNC) machines. The services required include supplemental repair and parts for manufacturing equipment that supports various aircraft platforms, including the FA-18 and V-22, which are critical for the repair, overhaul, and manufacturing of aircraft parts. This procurement is a sole source contract intended for DMG Mori Federal Services, Inc., due to their proprietary access to essential software and data, with offers due by September 20, 2024, at 4:00 PM Eastern Time. Interested vendors must be registered in the System for Award Management (SAM) and can direct inquiries to Rachel Appleby or Amanda Taylor via their provided email addresses.
    FMS/USAF Precision Attack Production & Sustainment SNIPER, LANTIRN, IRST-Legion ID/IQ
    Active
    Dept Of Defense
    The U.S. Air Force plans to award a sole-source contract to Lockheed Martin for precision attack production and sustainment, including Sniper Advanced Targeting Pods, LANTIRN pods, and IRST Legion pods, predominantly supporting Foreign Military Sales. With an anticipated award date of 7 November 2025, the 7-year contract will include provisions for various CLINs. The RFP will be sent to the selected vendor around 30 August 2024. The Air Force Life Cycle Management Center requires these services to maintain aircraft targeting and navigation systems, essential for national defense. The contract, worth an estimated $1 billion, will be awarded through a competitive process, with responses due by 30 September 2024. For more information, interested parties can contact Shameka Schley or Ashley Davis via email.
    Notice of Intent to Sole Source Continuously Tunable Ultrashort Pulsed Laser
    Active
    Dept Of Defense
    The Department of Defense, specifically the U.S. Army Engineer Research and Development Center's Geospatial Research Laboratory (GRL), intends to procure a Continuously Tunable Ultrashort Pulsed Laser from Coherent, Inc. on a sole source basis for the ELS3D project. The laser must meet stringent specifications, including a tunability range of 600 nm to 2600 nm, pulse width of less than 1 picosecond, and the capability for future modular expansions to achieve wavelengths from 210 nm to 16 microns. This advanced laser system is critical for enhancing the GRL's experimental capabilities in photonics, ensuring high efficiency and performance. Interested vendors are invited to submit capability statements by September 20, 2024, to Anna Crawford at Anna.Crawford@usace.army.mil, as this notice is not a request for competitive proposals.
    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 has experienced significant water intrusion. The procurement aims to engage a certified technician to conduct a thorough inspection and assessment of the centrifuge's operational parameters and damage, ensuring its readiness for critical military testing applications. This specialized equipment, valued between $75 million and $100 million, is essential for inertial testing, and Acutronic is the only vendor with the necessary expertise to service it. Interested parties may submit capability statements 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.
    Annual Maintenance of Markforged Metal X Printer
    Active
    Dept Of Defense
    The Department of Defense, specifically the Pearl Harbor Naval Shipyard and Intermediate Maintenance Facility (PHNSY & IMF), is soliciting quotes for the annual maintenance, refurbishment, calibration, and certification of Markforged Metal X 3D Printer Systems. This procurement aims to ensure the operational readiness and reliability of critical equipment over a contract period consisting of one base year, four option years, and an additional six-month option, with services commencing on September 30, 2024. The selected contractor will be responsible for comprehensive service, including the replacement of worn parts and the provision of certification reports, while adhering to stringent safety, environmental, and operations security requirements outlined in associated documents. Interested vendors must submit their quotes by September 20, 2024, to both primary and secondary contacts, Luz Thibeau and Shanna Tamayori, via email, and ensure registration with the System for Award Management (SAM) prior to the award date.
    SYNOPSIS - SOLE SOURCE – Government Furnished Equipment (GFE) MAINTENANCE, REPAIR, AND UPGRADE OF THE SIMPLIFIED DRIVER (SDR) AND CONTINUOUS WAVE ILLUMINATOR (CWI) MICROWAVE TUBES (MWTs)
    Active
    Dept Of Defense
    The Department of Defense, through the Naval Surface Warfare Center (NSWC) Crane, is seeking to procure maintenance, repair, and upgrade services for Government Furnished Equipment (GFE), specifically the Simplified Driver (SDR) and Continuous Wave Illuminator (CWI) Microwave Tubes (MWTs). The procurement is planned as a non-commercial Cost-Plus-Fixed-Fee (CPFF) Level of Effort (LOE) job order contract under Basic Order Agreement (BOA) N0016424RWP16, with one base year and four option years, utilizing US Navy funds. This contract is critical for ensuring the operational readiness and performance of essential military equipment, with an estimated maximum value of $500,000. Interested parties may submit capability statements for consideration, but the contract is intended to be sole sourced to Communications & Power Industries LLC, with a closing date for submissions set for October 2, 2024, at 4:00 PM EST. For further inquiries, contact Kori Koss at kori.l.koss.civ@us.navy.mil or Seth Taylor at seth.t.taylor.civ@us.navy.mil.
    HH-60W Ux Validator II Test Set Repair
    Active
    Dept Of Defense
    The Department of Defense, specifically the Air Force Life Cycle Management Center, is seeking proposals for the repair and refurbishment of the Ux Validator II Test Set and associated equipment to support the HH-60W helicopter. The procurement aims to ensure the operational readiness and availability of critical test sets used for aircraft maintenance, which are essential for verifying the functionality of various aircraft systems and components. This long-term contract is structured as a ten-year agreement, including a base year and nine optional years, with an estimated quantity of 24 units per year and a required delivery timeframe of 12 months after receipt of funded orders. Proposals are due by 5:00 PM EDT on October 3, 2025, and interested parties should contact Dominique Doyle at Dominique.doyle@us.af.mil or Hillary Souther at Hillary.souther@us.af.mil for further information.
    Notice of Intent to Sole Source - CamWorks Software
    Active
    Dept Of Defense
    The Department of Defense, through the Air Force Test Center at Holloman AFB in New Mexico, intends to award a sole source purchase order to GoEngineer LLC for the procurement of CamWorks Software for the 846th Test Squadron. This software is critical for specific operational needs, and after thorough market research, GoEngineer LLC was identified as the only vendor capable of meeting the required specifications. The procurement falls under NAICS code 513210, with a small business size standard of $47 million, and the anticipated award date is September 27, 2024. Interested vendors may submit capability statements or proposals by September 20, 2024, to the contracting officer, Mr. Brett Moore, at brett.moore.6@us.af.mil.