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
    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
    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.
    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.
    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.
    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.
    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.
    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.
    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.
    Lifecycle
    Title
    Type
    F900 Antero Upgrade
    Currently viewing
    Combined Synopsis/Solicitation
    Similar Opportunities
    Repair of the Air Data Processor (ADP)
    Dept Of Defense
    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 Firm Fixed Price contract requires the provision of all necessary parts and labor to test and repair the ADP, which is critical for the operational capabilities of F-15 aircraft. The contract is a sole source requirement directed to Honeywell International, as they possess the unique technical data and expertise necessary for this specialized repair, with a total quantity of 50 units to be addressed. Proposals are due by January 6, 2026, at 4:00 PM EST, and interested parties can contact Madison Norris at madison.norris@us.af.mil for further information.
    Professional Master's of Manufacturing Leadership Program, IAW PWS dated 07 August 2025.
    Dept Of Defense
    The Department of Defense, specifically the Department of the Air Force, is seeking contractors to provide a Professional Master's of Manufacturing Leadership Program in support of Robins Air Force Base in Georgia. The procurement encompasses all necessary personnel, equipment, supplies, and services required for training courses, certificate programs, and degree offerings, including graduation materials. This initiative is crucial for enhancing workforce development and management training within the Air Force, with a contract period spanning from January 1, 2026, to December 31, 2030. Interested parties should submit their quotes by December 19, 2025, and can contact Curtis Green at curtis.green.9@us.af.mil or 478-222-3733 for further information.
    F118 Front Frame Assembly
    Dept Of Defense
    The Department of Defense, specifically the Department of the Air Force, is seeking potential sources for the remanufacture of the F118 Front Frame Assembly, with a focus on restoring components to their original life expectancy. The procurement involves the remanufacture of various National Stock Numbers (NSNs) related to the F118 Front Frame, requiring contractors to provide labor, materials, and facilities for repair, testing, and logistics. This initiative is crucial for maintaining the operational readiness of Air Force aircraft, ensuring safety and performance standards are met. Interested parties must submit their business information and complete a Source Approval Request (SAR) package by December 24, 2025, and can contact Cynthia D Viney or Tara Parker for further details.
    F-15E Radar Modernization Program (RMP) Non-Radar Depot Activation – F-15E Liquid Coolant System - Pump (PN UA544602-4)
    Dept Of Defense
    The Department of Defense, specifically the Department of the Air Force, is seeking capabilities packages from qualified firms to support the depot activation and sustainment of the F-15E Liquid Coolant System Pump (part number UA544602-4). The procurement aims to identify sources capable of delivering technical orders, engineering support, necessary spare parts, and training for USAF technicians, ensuring compliance with cybersecurity regulations and effective management of Government-Furnished Property. This initiative is critical for maintaining the operational readiness of the F-15E aircraft, with responses due by 4 PM EST on January 16, 2026, to Valerie Neff at valerie.neff@us.af.mil. Interested firms must provide detailed documentation of their capabilities, including business information and relevant experience, as part of their submission.
    F-100 Augmentor Nozzle SE
    Dept Of Defense
    The Department of Defense, through the Defense Logistics Agency (DLA) Aviation at Oklahoma City, is soliciting proposals for the F-100 Augmentor Nozzle SE, specifically under solicitation number SPRTA1-26-R-0642. This procurement focuses on Aircraft Engine and Engine Parts Manufacturing, with strict qualification requirements including "Export Controlled" certification and adherence to ISO 9001-2015 standards, as well as First Article Testing protocols. The Augmentor Nozzle SE is critical for aircraft engine performance, and the contract emphasizes compliance with various legal and ethical standards, including the Buy American Act. Proposals are due by January 9, 2026, at 3:00 PM, and interested parties can contact Jeremy Bryant at jeremy.bryant@us.af.mil or by phone at 405-855-7112 for further information.
    Request for Proposal Amendment 3: F-15E Control Panel Assembly; NSN: 1290-01-395-2696FX
    Dept Of Defense
    The Department of Defense, through the Defense Logistics Agency, is soliciting proposals for the F-15E Control Panel Assembly, identified by NSN 1290-01-395-2696FX, with the procurement managed by DLA Aviation at Warner Robins, Georgia. This opportunity has been amended to extend the proposal submission deadline from November 4, 2025, to December 17, 2025, requiring all offers to acknowledge receipt of this amendment to avoid rejection. The F-15E Control Panel Assembly is critical for the operational capabilities of the F-15E aircraft, underscoring its importance in military aviation. Interested parties should direct inquiries to Vanessa Moes or Victor Henderson via their respective emails, and ensure compliance with the amendment requirements by the new deadline.
    F35 Seek Eagle ZTP
    Dept Of Defense
    The Department of Defense, specifically the Air Force, is seeking responses for the development of a government-owned, state-of-the-art F-35A/B/C wind tunnel model, along with compatible facilities at the Arnold Engineering Development Center (AEDC) in Arnold AFB, Tennessee. This initiative is being led by the Air Force SEEK EAGLE Office (AFSEO) located at Eglin Air Force Base in Florida, and aims to enhance the testing capabilities for the F-35 aircraft. Interested parties are required to document their responses on the attached QA Response excel sheet, and inquiries can be directed to Melissa Hoover at melissa.hoover.1@us.af.mil or by phone at 850-882-0273.
    F108 Stage 1 Fan Blade Repair 005-010 (please respond by 24 February 2025 at 4:00 PM CST)
    Dept Of Defense
    The Department of Defense, specifically the Department of the Air Force, is seeking qualified contractors for the finishing repairs of the F-108/CFM 56-2A/B Stage 1 Fan Blade, with a focus on parts associated with NSN 2840-01-196-6053PN. The procurement will be executed through a Firm-Fixed-Price Blanket Purchase Agreement, and interested parties are encouraged to demonstrate their capabilities, experience, and qualifications related to the repair process by submitting documentation by February 24, 2025. This opportunity is critical for maintaining the operational readiness of aerospace components, and potential contractors must comply with established technical and quality assurance standards as outlined in the associated Repair Data List and Repair Qualification Requirements. For further inquiries, interested businesses can contact Jaqueline Hughes at jaqueline.hughes@us.af.mil or Bridgette Miles at bridgette.miles@us.af.mil.
    F-15 Flameholder Repair Services, Air Force Enhancement Program (AFREP) for Seymour Johnson AFB
    Dept Of Defense
    The Department of Defense, through the 4th Contracting Squadron at Seymour Johnson Air Force Base, is soliciting quotes for F-15E flameholder repair services as part of the Air Force Enhancement Program (AFREP). This procurement involves a total small business set-aside for a firm fixed-price indefinite delivery indefinite quantity (IDIQ) contract, which includes a one-year base period and four one-year options, requiring the service provider to repair F-15E flameholder parts to serviceable condition in accordance with specified technical orders. The successful contractor must possess an approved Source of Approved Repair (SAR) letter and will perform all work at their facility, utilizing Government Furnished Property for parts transfer. Interested parties must be registered and active in the System for Award Management (SAM) and submit their quotes via the PIEE Solicitation Module by the specified deadline. For inquiries, contact Angela Gibson at angela.gibson.4@us.af.mil or Glinnis Thompson at glinnis.thompson@us.af.mil.
    F-15 Current Monitor and Antenna Repair Services, Air Force Enhancement Program (AFREP) for Seymour Johnson AFB
    Dept Of Defense
    The Department of Defense, through the 4th Contracting Squadron at Seymour Johnson Air Force Base, is soliciting quotes for the repair services of F-15E current monitor and antenna parts as part of the Air Force Enhancement Program (AFREP). The procurement involves a total small business set-aside for a firm fixed-price indefinite delivery indefinite quantity (IDIQ) contract, which includes a one-year base period and four one-year options, requiring the service provider to ensure all repairs meet specified technical orders and qualifications. This contract is critical for maintaining the operational readiness of F-15E aircraft, ensuring that essential components are restored to serviceable condition. Interested vendors must be registered and active in the System for Award Management (SAM) and submit their quotes via the PIEE Solicitation Module by referencing Solicitation Number FA480926Q0002. For inquiries, contact Angela Gibson at angela.gibson.4@us.af.mil or Glinnis Thompson at glinnis.thompson@us.af.mil.