This document outlines the requirements for the refurbishment of seven makeup air handlers (fans 6-12) in Building 20128 at Robins Air Force Base, Georgia. The contractor will provide all necessary resources, including qualified technicians, tools, parts, and training, to remove existing components and install new Fan Array Systems, hot water coils, and filter systems. The project emphasizes using new OEM-compatible parts, coordinating with government representatives, and adhering to strict specifications for performance and electrical requirements. The contractor is responsible for integrating new systems with existing Johnson Controls, ensuring proper alarming, trending, and scheduling capabilities. The scope includes structural repairs, extensive clean-up, functional testing, and a five-year warranty on parts with one year of maintenance. The document also details security requirements, environmental compliance, safety protocols, and administrative procedures for invoicing and reporting.
The document outlines the industrial safety and health requirements for BAF# 78287 – Air Handler Refurbishment – CBR-B20128, a project at Robins Air Force Base. It mandates that contractors develop a comprehensive Safety and Health Plan adhering to federal, state, local, OSHA, and Air Force standards. Key requirements include compliance with ESOH laws, familiarization with OSHA's Voluntary Protection Programs (VPP), and strict adherence to safety for all employees, including subcontractors. The plan must detail procedures for environmental, safety, and occupational health, mishap notification, impoundment, and various task-specific safety measures such as pedestrian crosswalks, motor vehicle operations, foreign object damage (FOD) prevention, protective barriers, walking-working surfaces, excavations, scaffolding, aerial lifts, fall protection, cranes, hazardous materials, personal protective equipment, respiratory and confined space programs, welding, electrical safety, lockout-tagout, machinery guarding, hazardous substances, hazardous communications, demolition, heat stress, environmental controls, hearing conservation, medical and first aid, aircraft grounding/bonding, batteries, flammable liquid handling, system modification, soldering, housekeeping, electrostatic discharge, cryogenics, work stands, severe weather, fire protection, explosive safety, airfield criteria, and rescue/firefighting capabilities. The plan must be submitted and accepted by the government prior to work commencement.
DD FORM 1423-1, FEB 2001, is a Contract Data Requirements List (CDRL) used for federal government RFPs, grants, and state/local RFPs. It details data items required from a contractor, such as the Work Management Plan for an Air Handler Refurbishment. The form specifies data item number, title, authority, contract reference, requiring office, and submission details. It mandates the Contractor to email a Work Management Plan within five business days of creating it, including a summary of work, repairs, problems, recommendations, and cost estimates. The document also provides contact information for primary and alternate government representatives, WAWF contacts, and the Assigned PCO. Instructions for both government personnel and contractors are included, defining price groups (Group I to IV) for data item development costs. This form ensures clear communication of data requirements between government entities and contractors, streamlining project execution and accountability.
The DD Form 1423-1 is a Contract Data Requirements List (CDRL) used for federal government contracts, specifically for an "Air Handler Refurb" project (Contract/PR No. 78287 CBR-B20128). This document outlines the requirements for the contractor to provide "Developmental Design Drawings/Models and Associated Lists." Key requirements include obtaining written approval for replacement parts via design/drawing within 14 days of contract award and ensuring all replacement parts are new, OEM compatible, and meet or exceed OEM specifications. The contractor must also notify the Government Representative(s) within one day of any lack of availability or delays for replacement parts and cannot substitute OEM parts without approval. The form details instructions for both government personnel and contractors on how to complete the DD Form 1423, including categories for data pricing (Groups I-IV). Various government representatives for coordination are listed, including primary and alternate representatives for the 402 MXSG/MXDEQ and MXSG/MXDEI, as well as WAWF (Wide Area Workflow) primary and alternate contacts, and the assigned Procuring Contracting Officer (PCO).
The DD FORM 1423-1, FEB 2001, titled 'CONTRACT DATA REQUIREMENTS LIST (1 Data Item)', is a standardized form used in government contracting to specify data deliverables from a contractor. This document details the requirements for a 'Production Acceptance Test Report' (Data Item A003) related to the 'CBR-B20128 Air Handler Refurbishment' (System/Item 78287). Key instructions include the contractor submitting a service report upon completion and acceptance of the refurbishment, either on-site or via email within three days. The form also outlines various government representatives for submission and Web-Based Acceptance and Payment (WAWF) processing, including Primary and Alternate Government Representatives, WAWF Primary and Alternate contacts, and an Assigned Procuring Contracting Officer (PCO). Additionally, the document provides comprehensive instructions for both government personnel and contractors on how to complete each item on the DD Form 1423, detailing categories, data item numbering, submission frequencies, distribution, and pricing groups (Group I to IV) for data items.
The DD Form 1423-1, Contract Data Requirements List (CDRL), is a standardized form used in government contracting to specify data deliverables from a contractor to the government. This document details a specific CDRL for a "Status Report" related to an "Air Handler Refurb" project, identified as contract line item 0002. It outlines the data item number A004, its authority (DI-MGMT-80368A/T), and the contract reference (PWS Para 4.1.1). Key information includes the requiring office (WR-ALC/402 MXSG), a one-time submission frequency, and various government points of contact for the contract, including a Program Manager, primary and alternate representatives, and WAWF contacts. The form also provides detailed instructions for both government personnel on how to complete the DD Form 1423 and for contractors on how to categorize and estimate prices for data items (Groups I-IV), clarifying which costs are attributable to data production.
DD FORM 1423-1, FEB 2001, outlines the Contract Data Requirements List (CDRL), a crucial document for federal government RFPs, grants, and state/local RFPs. It details the requirements for data item submissions, including a 'STATUS REPORT' for the 'Air Handler Refurb' project under contract 78287 CBR-B20128. Key instructions include mandatory Air Force-provided EMS Awareness Training for all contractor personnel and sub-contractors working on Robins AFB, with notification of completion required for tracking. Failure to comply may lead to contract termination. The form also specifies addressees for submissions, including primary and alternate government representatives for Environmental Management and WAWF. It provides detailed instructions for both government personnel on completing the form and contractors on categorizing data items into price groups (Group I-IV) based on their essentiality and effort required for submission. This ensures clear communication and compliance for data deliverables.
The DD Form 1423-1, Contract Data Requirements List (CDRL), is a standardized form used in government contracting to specify data deliverables from contractors. This document outlines requirements for a "STATUS REPORT" (Data Item A006) related to an "Air Handler Refurb" project (Contract/PR No. 78287 CBR-B20128). Key details include the authority (DI-MGMT-80368A/T) and the requiring office (WR-ALC/402 MXSG). A critical component of this particular CDRL is the mandate for all contractor personnel working on Robins AFB to complete Air Force provided initial Energy Management System (EnMS) Training, due to the base's ISO 500001 certification. The prime contractor is responsible for ensuring all subcontractors and employees comply with this training prior to starting work. The form also provides contact information for government representatives for primary, alternate, and WAWF (Wide Area Workflow) roles, along with instructions for both government personnel and contractors on how to complete and price data items, categorizing them into four price groups based on development effort.
DD Form 1423-1, "Contract Data Requirements List," is a standardized form for federal government contracts, outlining data deliverables. The document details requirements for an "Accident/Incident Report" (A008) related to an "Air Handler Refurb" project (Contract/PR No. 78287 CBR-B20128). Contractors must report mishaps or incidents involving DoD property damage or employee injuries within four hours telephonically, followed by an electronic submission within three calendar days to specified government representatives. The report must include contract details, date/time/location of the incident, a narrative, cause, estimated cost, impound authority, equipment/personnel involved, and corrective actions. The form also provides instructions for both government personnel and contractors on completing each item, including definitions for various price groups (Group I-IV) for data items, which determine how the cost of data deliverables is estimated. Key contacts for the project are also listed.
This government Request for Quote (RFQ) FA857126Q0012, issued by FA8571 on November 14, 2025, with an offer due date of October 22, 2025, is a combined synopsis/solicitation for commercial items. It seeks a contractor to remove and install seven air handlers (fan array systems, filter system, hot water coils) in Building 20128, FFP, and provide associated contract data requirements. The acquisition is unrestricted, with a NAICS code of 238220 and a size standard of $19,000,000.00. The total award amount is estimated at $19,000,000.00. The contract duration for delivery and performance is six months from the date of award. Payment will be made electronically through Wide Area WorkFlow (WAWF). The document incorporates numerous FAR and DFARS clauses, including those related to small business utilization, equal opportunity, environmental protection, and unique item identification. Attachments include a Purchase Description and various Contract Data Requirements Lists (CDRLs) for items like a Work Management Plan, Design Drawings, and Safety Plan.