F900 Antero Upgrade
ID: FA857125Q0063Type: Combined Synopsis/Solicitation
Overview

Buyer

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

NAICS

All Other Industrial Machinery Manufacturing (333248)

PSC

AIRCRAFT MAINTENANCE AND REPAIR SHOP SPECIALIZED EQUIPMENT (4920)
Timeline
  1. 1
    Posted Mar 27, 2025, 12:00 AM UTC
  2. 2
    Updated Apr 8, 2025, 12:00 AM UTC
  3. 3
    Due Apr 14, 2025, 8:00 PM UTC
Description

The Department of Defense, specifically the Department of the Air Force, is seeking proposals for the F900 Antero Upgrade project at Robins Air Force Base in Georgia. The contractor will be responsible for providing all necessary tools, materials, labor, transportation, and installation services for upgrading an existing F900 3D printer with Antero material, including on-site training and a 12-month warranty for parts and labor. This upgrade is crucial for enhancing the capabilities of the 402d Commodities Maintenance Group, ensuring compliance with federal safety and environmental standards. Interested contractors must submit their quotes by April 9, 2025, and can contact Carmen Davis or Phillip Richardson via email for further details.

Point(s) of Contact
Files
Title
Posted
Apr 8, 2025, 8:06 PM UTC
The document outlines a government purchase request for an upgrade of the existing F900 3D printer, specifically the Antero material upgrade, for the 402d Commodities Maintenance Group at Robins Air Force Base, Georgia. The contractor is responsible for providing tools, materials, labor, and training necessary for this upgrade, which includes the delivery of multiple specific types of materials and parts. Key elements include the delivery timeline of 30 days post-contract award, installation services, one day of on-site training, a 12-month warranty for parts and labor, and adherence to strict security protocols and safety measures. The government representatives overseeing the project have been specified, along with their contact details. The document also highlights operational guidelines, including work hours, safety requirements, communication security, and inspection rights for government representatives. Overall, this request emphasizes the need for compliance with safety standards, environmental considerations, and supply chain risk management, ensuring that the upgrade is executed efficiently and securely in alignment with federal regulations.
Apr 8, 2025, 8:06 PM UTC
The document outlines the Industrial Safety and Health Requirements for the F900 Antero Upgrade project, mandatory for contractors working with the U.S. Air Force. It emphasizes the contractor's responsibility to comply with specific safety protocols and regulations, including the Occupational Safety and Health Act (OSHA) and Air Force safety standards. The Safety and Health Plan must be tailored to the contractor's processes and procedures, thoroughly documenting various safety measures and contingency plans. Key areas of focus include environmental safety, mishap reporting procedures, inspections by Air Force officials, and safety training for employees. The contractor is also required to develop guidelines for handling hazardous materials, equipment maintenance, and implementing emergency response protocols. The plan must ensure a safe work environment, encompass necessary protective equipment, and promote preventive measures against hazards, with a significant emphasis on continuous improvement and compliance monitoring. Overall, the document serves as a comprehensive framework to uphold safety and health standards in federal contract work, highlighting the contractor's accountability for employee welfare and regulatory adherence.
Apr 8, 2025, 8:06 PM UTC
The DD Form 1423-1 outlines the requirements for submitting contract data in compliance with the Department of Defense regulations. This form is utilized to specify the Data Item Number, title, requirements for inspection, and submission timelines related to government contracts. A key element is ensuring that all personnel involved with contracts at Robins Air Force Base complete mandatory Environmental Management System (EMS) Awareness Training prior to commencing work. Failure to provide documentation of this training may lead to contract termination. The document also features sections for identifying pertinent contact personnel within the government and specifies the process for completing the form, including categories for different types of data items. It emphasizes the importance of accurate reporting, clarifying responsibilities for both government and contractor personnel regarding data submission and compliance. Overall, the DD Form 1423-1 serves as a critical tool for ensuring accountability and traceability in government contract execution while aligning with environmental management protocols.
Apr 8, 2025, 8:06 PM UTC
The document outlines the DD Form 1423-1, which is a Contract Data Requirements List (CDRL) used by the Department of Defense to specify data item requirements in government contracts. It includes sections for identifying contract specifics, data item titles, training requirements, and responsibilities. A critical component is the Environmental Management System (EMS) training mandated for all contractor personnel working at Robins Air Force Base, emphasizing the importance of compliance prior to project commencement. Failure to submit documentation of training can lead to contract termination. The form also includes government contact points for coordination and approval stages, detailing procedures for submitting data items and their compliance with established standards. Overall, this form promotes structured data management and ensures accountability in government contracts, particularly regarding environmental standards and contractor responsibilities.
Apr 8, 2025, 8:06 PM UTC
The DD Form 1423-1 serves as a Contract Data Requirements List, outlining necessary documentation for contractors engaged with the Department of Defense. It details how contractors must submit data items related to their projects, specifically a Contractor's Safety Plan for the F900 Antero upgrade. Key requirements include providing a draft safety plan within ten working days post-contract award for government review, with a five-day evaluation period. Final submissions must be made within ten working days after government acceptance of the draft. The document also instructs government personnel and contractors on completing various sections, covering contract line items, safety plan titles, submission timelines, and distribution requirements, among others. Ensuring compliance with these guidelines supports effective oversight and project execution, ultimately aiming to enhance safety and operational integrity in defense-related activities. This form reflects procedural standards necessary for managing federal contractual agreements effectively, aligning with government requirements in Request for Proposals (RFPs) and grants.
Apr 8, 2025, 8:06 PM UTC
The DD Form 1423-1 serves as a Contract Data Requirements List, detailing specific information and protocols required for contract-related data submissions within the Department of Defense (DoD). It comprises various sections including contract line item numbers, data item descriptions, contractor details, and the necessary points of contact for incident reporting. The form mandates that contractors report any accidents or incidents affecting DoD property or personnel promptly, specifying the necessary information to be communicated, including the accident's cause and estimated repair costs. The document outlines submission timelines and required copies, and provides guidance on categorizing data items for different purposes (e.g., Technical Data Package, Technical Manual). Additionally, it emphasizes the importance of adhering to Government standards for data items and offers instructions for completing the form. Overall, this document is vital for ensuring regulatory compliance and the proper flow of information between contractors and the Government in defense contracts.
Mar 27, 2025, 7:05 PM UTC
The F900 Antero Upgrade project at Warner Robins Air Logistics Complex involves the contractor providing all necessary tools, equipment, and labor to upgrade an existing F900 3D printer for the 402d Commodities Maintenance Group. Deliverables include various components such as Antero material, support materials, and installation items, with a total quantity encompassing multiple line items specified in the purchase description. Delivery is required within 30 days post-contract award, and no training or technical support services are included. Key administrative contacts for the project are provided, alongside essential security, operational, and health and safety requirements that the contractor must adhere to while working on-site. The contractor's personnel must complete specific mandatory training, including environmental and energy management training, before commencing work. Additionally, robust safety protocols, including the notification of incidents and mishaps, are mandated to ensure compliance with regulations and the safety of personnel and government property. This document serves as an official request for proposal (RFP), outlining the expectations and requirements for contractors seeking to fulfill the technical and operational needs of the U.S. Air Force related to the upgrade of critical 3D printing capabilities.
This document outlines a solicitation for a contract (FA857125Q0063) to provide a F900 Antero upgrade for an existing 3D printer, intended for the 402d Commodities Maintenance Group at Robins Air Force Base, Georgia. It is structured as a Request for Quote (RFQ), with submissions due by April 4, 2025. The contractor must deliver installation services along with the necessary materials, tools, and equipment, complying with a firm fixed price structure. The acquisition falls under NAICS code 333248, with a size standard allowing for up to 750 employees. Key details include the delivery timeline of 30 days post-award and a requirement for a standard 12-month warranty on parts and labor. Specific items to be provided include a material upgrade and related training reports, all requiring government inspection and acceptance upon delivery. The contract incorporates multiple FAR and DFARS clauses, emphasizing compliance with federal regulations and standards for procurement, contractor responsibilities, and safety protocols. This solicitation reflects the government’s commitment to utilizing small businesses, specifically women-owned small businesses, while ensuring compliance with quality and performance expectations.
The document outlines a solicitation for a women-owned small business (WOSB) contract involving the provision of upgrades and support for the F900 3D printer at Robins Air Force Base (AFB), Georgia. Issued under solicitation number FA857125Q00630001, it requests bids for the installation of Antero material upgrades, tools, labor, transportation, and training necessary for the project. The contract is framed as a Request for Quote (RFQ) and aims to enhance capabilities at the 402d Commodities Maintenance Group. The contractor is required to deliver all components within 30 days post-award, with a firm fixed price for services and materials. Additional documentation, including training and safety plans, will be submitted by the contractor as part of the contract's requirements. The solicitation emphasizes the importance of compliance with various federal regulations and clauses, ensuring the availability of environmentally sustainable products, and mandates the incorporation of a unique item identification system for traceability. This effort aligns with the government's aim to promote small businesses while fulfilling its technological needs in defense logistics.
This document is an amendment to a solicitation designated as RFQ No. FA8571-25-Q-0063-0001, requesting proposals for the upgrade of an existing F900 3D printer at Robins Air Force Base, Georgia. The amendment primarily updates the purchase description, adding a product code and stipulating that suppliers must provide on-site training during installation. Notable changes include the extension of the deadline for quote submissions from April 4 to April 9, 2025, along with a change in response due time from 4:00 PM to 12:00 PM EST. Contractors are required to provide all necessary tools, materials, labor, and installation for the upgrade, and the solicitation specifies that the purchase is a brand name requirement under NAICS 333248 with a size standard of 750 employees. The document emphasizes the importance of acknowledging the amendment in the proposals and outlines submission guidelines for quotes, including the necessity to include associated costs. Attachments to the solicitation have been updated to reflect these changes, directing interested parties to submit their quotes via email to designated contract specialists by the new deadline.
Apr 8, 2025, 8:06 PM UTC
Lifecycle
Title
Type
F900 Antero Upgrade
Currently viewing
Combined Synopsis/Solicitation
Similar Opportunities
F100-PW-220 Sprayring Manifold Assemblies
Buyer not available
The Department of Defense, specifically the Department of the Air Force, is soliciting proposals for the overhaul of F100-PW-220 Sprayring Manifold Assemblies, with the aim of establishing a reliable source for these critical components to enhance operational capabilities for the USAF and its international allies. This procurement will be structured as a firm-fixed-price contract with ten subsequent ordering periods, where price will be the sole evaluated factor for award, favoring the lowest total evaluated price while ensuring compliance with specified requirements. The solicitation due date has been extended to May 30, 2025, and interested contractors are encouraged to adhere to the outlined administrative processes, including invoicing and reporting via the Wide Area Workflow (WAWF). For further inquiries, potential bidders can contact Savannah Mincey at savannah.mincey@us.af.mil or William Heckenkemper at william.heckenkemper@us.af.mil.
Fiber Optic Cables
Buyer not available
The Department of Defense, specifically the Department of the Air Force, is seeking contractors to rebuild four fiber optic cables for the 580th Software Engineering Squadron (SWES) at Robins Air Force Base in Georgia. The contractor will be responsible for managing, manufacturing, and delivering these cables according to specified technical designs, as the existing cables have become compromised due to system updates. This procurement is crucial for maintaining effective communication systems within the military infrastructure. Interested vendors must register in the Joint Certification Program (JCP) to access bidset documents and submit their quotes by May 2, 2025, at 12:00 PM EST, with delivery expected within 60 days post-award. For further inquiries, vendors can contact Adam Hudson at adam.hudson.4@us.af.mil or Teresa Duval at teresa.duval@us.af.mil.
F-15 ENGINEERING TECHNICAL ANALYSIS (Robins AFB, GA)
Buyer not available
The Department of Defense, through the Department of the Air Force, is conducting market research to identify potential contractors for engineering advisory and assistance services related to the F-15 Engineering and Technical Analysis (ETA) effort at Robins Air Force Base in Georgia. The initiative focuses on three key task areas: supporting the AutoTAR system for F-15s globally, providing engineering support for avionics modifications, and documenting repairs for analysis and design purposes. This procurement is crucial for enhancing F-15 operations and fostering collaboration with qualified contractors, particularly emphasizing opportunities for small businesses and joint ventures within the defense sector. Interested parties must submit their capability documentation by May 9, 2025, and can contact Mr. Dwight Harman at dwight.harman@us.af.mil or Ms. Ebony L. Walker-Simpson at Ebony.walker-simpson@us.af.mil for further information.
Stratasys F370 3D Printer Maintenance
Buyer not available
The Department of Defense, through the Naval Surface Warfare Center (NSWC) Corona Division, is seeking proposals for maintenance services of the Stratasys F370 3D Printer. The procurement requires that the contractor be an original equipment manufacturer (OEM), authorized dealer, or distributor for the specified equipment, with a focus on providing comprehensive maintenance services over a Firm Fixed Price (FFP) contract. This initiative underscores the government's commitment to maintaining advanced technological equipment while ensuring compliance with federal regulations and safeguarding sensitive information. Interested parties must submit their quotes electronically by the specified deadline to Remy Oshiro at remy.s.oshiro.civ@us.navy.mil, with all submissions due no later than the response date indicated in the solicitation.
F100-PW-220 Sprayring Manifold Assemblies
Buyer not available
The Department of Defense, specifically the U.S. Air Force, is seeking proposals for the overhaul of F100-PW-220 Sprayring Manifold Assemblies, with a focus on competitive pricing as the primary evaluation factor. This procurement is crucial for maintaining the operational readiness of aircraft engines, as these assemblies are integral components of the engine fuel system. The response deadline for proposals has been extended to April 30, 2025, and interested parties should direct inquiries to William Heckenkemper or Savannah Mincey via their respective emails. Compliance with the Statement of Work and accurate pricing submissions are essential for consideration in this contract opportunity.
F100 220 Rear Turbine Case
Buyer not available
The Department of Defense, specifically the U.S. Air Force, is seeking proposals for the procurement of the F100 220 Rear Turbine Case, a critical component for aircraft engines. This sole source requirement is designated for Barnes Aerospace, Inc., and involves the acquisition of a nickel alloy part that is integral to the Low-pressure Turbine assembly, measuring 24 inches in length and width, 12 inches in height, and weighing 25 pounds. The solicitation, identified as RFP number FA8121-25-R-0021, is set to be issued on May 9, 2025, with a closing date of June 9, 2025, and emphasizes compliance with qualification requirements, as well as the necessity for First Article Testing for newly approved sources. Interested parties should note that funding is not currently available, which may affect the solicitation's status, and can reach out to Ryan Boudreau or William Heckenkemper via email for further inquiries.
W912HN25BA007 (W912HN25B4002) Renovate Bldg. 59D Robins AFB, GA
Buyer not available
The Department of Defense, through the U.S. Army Corps of Engineers Savannah District, is soliciting bids for the renovation of Building 59D at Robins Air Force Base, Georgia, under solicitation number W912HN25BA007. The project involves extensive repairs and upgrades to approximately 142,202 square feet of facility space, including the replacement of critical systems such as the fire control system, HVAC controls, and structural elements like the concrete dock floor and trench drain system. This renovation is vital for maintaining operational capabilities and ensuring safety standards at the base. Interested contractors must submit their proposals by May 7, 2025, and are encouraged to attend a site visit on April 24, 2025, with further details available through the provided contacts, Gregory Graham and Alicia Scott, at the U.S. Army Corps of Engineers.
Remanufacture of F100-220 6th-12th Stage Stators and 4th - 5th Stage Shrouds
Buyer not available
The Department of Defense, specifically the Department of the Air Force, is soliciting proposals for the remanufacture of F100-220 6th-12th Stage Stators and 4th-5th Stage Shrouds, critical components for aircraft engines. The procurement aims to restore these components to a like-new condition, adhering to strict quality control measures and compliance with ISO 9001 standards, while also addressing supply chain risk management and cybersecurity protocols. This initiative is vital for maintaining the operational readiness of military aircraft, ensuring that the Air Force can effectively support its missions. Interested contractors must submit their qualifications and proposals by the specified deadlines, and for inquiries, they can contact Jacob Stephens at jacob.stephens.5@us.af.mil or by phone at 405-739-5390.
F-5 Aftermarket Parts
Buyer not available
The Department of Defense, specifically the Department of the Air Force, is seeking contractors to procure aftermarket parts for the F-5 E/F aircraft, with a focus on supporting Foreign Military Sales (FMS) initiatives. The procurement involves unclassified spare parts, which must be sourced from existing stock, ensuring that no new parts are manufactured, and all items meet specified condition codes along with rigorous inspection and documentation requirements. This initiative is critical for maintaining the operational readiness and safety of defense operations, emphasizing compliance with military standards and environmental regulations. Interested parties should submit their proposals through the PIEE Solicitation Module by May 6, 2025, at 3:00 PM MDT, and can contact Danielle Stiff at danielle.stiff.1@us.af.mil or 1-801-777-8416 for further information.
F-100 Nozzle Augmenter Ex
Buyer not available
The Department of Defense, through the Defense Logistics Agency (DLA) Aviation at Oklahoma City, is soliciting proposals for the procurement of F-100 nozzle augmenters and related aircraft engine components under solicitation number SPRTA1-25-R-0393. This firm fixed-price contract requires compliance with stringent quality standards, including adherence to ISO 9001-2015 and government inspection protocols, as well as prerequisites for first article testing and Export Controlled certification for access to detailed engineering data. The procurement is critical for maintaining the operational readiness and safety of military aircraft, ensuring that high-quality components are consistently available. Interested parties must submit their offers by May 8, 2025, at 3:00 PM, and can contact Jeremy Bryant at jeremy.bryant@us.af.mil or by phone at 405-855-7112 for further information.