USAFA Wire Electrical Discharge Machine (EDM)
ID: FA700024Q0107Type: Combined Synopsis/Solicitation
Overview

Buyer

DEPT OF DEFENSEDEPT OF THE AIR FORCEFA7000 10 CONS LGCUSAF ACADEMY, CO, 80840-2303, USA

NAICS

Machine Tool Manufacturing (333517)

PSC

ELECTRICAL AND ULTRASONIC EROSION MACHINES (3410)

Set Aside

Total Small Business Set-Aside (FAR 19.5) (SBA)
Timeline
    Description

    The Department of Defense, through the U.S. Air Force Academy (USAFA), is seeking quotes from small businesses for the procurement of a Wire Electrical Discharge Machine (EDM) to replace an existing unit in Fairchild Hall, Colorado. The selected vendor will be responsible for the removal and disposal of the current AgieCharmilles FI 240 CC EDM, as well as the installation of a new machine that meets specified technical requirements, including precision tolerances and compliance with federal regulations. This procurement is critical for maintaining operational capabilities in the Mechanical Engineering Lab at USAFA, ensuring adherence to the Buy American Act and supporting domestic manufacturing. Quotes are due by 4:00 p.m. MDT on September 16, 2024, and interested parties should contact Tammy Martin at tammy.martin.6@us.af.mil for further information.

    Point(s) of Contact
    Files
    Title
    Posted
    The file outlines the specifications for replacing a Wire Electrical Discharge Machine (EDM) in Fairchild Hall at the United States Air Force Academy (USAFA) in Colorado. The selected vendor must remove the existing Agie Charmilles FI 240 CC Wire EDM and install a new wire EDM with specific requirements. Key specifications include maintaining tolerances of +/- 0.0005 inches, specific axis travel dimensions, and ensuring the new machine fits within the freight elevator constraints. Additional requirements include wire size compatibility, included consumables, G-Code compatibility for programming, standard power specifications, and provisions for installation and training. The vendor is also responsible for shipping and removal logistics, and the new machine must comply with the Buy American Statute. This summary highlights the project’s aim to modernize equipment while ensuring compliance with federal regulations and specific operational needs at USAFA.
    The document details Amendment 1 for the replacement of a Wire Electrical Discharge Machine (EDM) at the U.S. Air Force Academy (USAFA) in Colorado. The vendor is responsible for the removal of the existing Agie Charmilles FI 240 CC Wire EDM and the installation of a new machine that meets specified requirements. Key specifications include tight tolerances, specific axis travel dimensions, compliance with freight elevator limitations, and the capability to use certain wire sizes. Additional needs include basic consumables, G-Code programming compatibility, standard power supply, installation support, initial training, and a one-year warranty. All services, including shipping, rigging, and disposal, must be provided by the vendor, and the new equipment must comply with the Buy American Statute. This RFP encapsulates a precise procurement requirement, emphasizing compliance with federal standards and regulations throughout the process.
    The document outlines special contract requirements for federal and state procurement, detailing essential clauses from the Federal Acquisition Regulation (FAR) and the Defense Federal Acquisition Regulation Supplement (DFARS), to be included in contracts related to commercial products and services. Key clauses focus on areas such as contractor ethics, whistleblower protections, environmental compliance, and unique item identification for government procurement. Explicit references include clauses that prohibit contracting with inverted domestic corporations, and requirements for small business involvement, particularly for veteran-owned and disadvantaged business concerns. Additionally, it addresses ombudsman assistance for resolving disputes and mandates for health and safety on government installations. The document serves as a regulatory framework guiding compliance for contractors bidding on government contracts and emphasizes the importance of ethical practices, environmental responsibilities, and supplier diversity.
    The document outlines the provisions of the "Buy American—Balance of Payments Program Certificate—Basic," which is part of federal procurement regulations. It defines key terms such as "domestic end product" and "foreign end product" as they relate to contracting and purchases by the government. The government's evaluation process for offers is highlighted, specifically that offers from qualifying countries will be considered without being bound by the Buy American stipulations. The provision requires offerors to certify the origin of their end products, detailing whether they qualify as domestic end products and if any contain critical components. Offerors must also identify products that are foreign or qualifying country end products, alongside their country of origin and the percentage of domestic content. This process ensures transparency and adherence to domestic sourcing policies. Overall, the purpose of the document is to guide contractors in complying with federal regulations regarding domestic product preferences, thus reinforcing the government’s commitment to supporting the U.S. economy through procurement policies.
    The document appears to reference a model designation, likely related to a specific product or technology, associated with AgieCharmilles. The mention of “FI 240 CC” and “F1240 CC” indicates technical specifications that may be relevant to federal or state RFPs or grants concerning manufacturing, machinery, or technology sectors. However, the document lacks detailed context and specific information on purpose or applications. It does not elaborate on projects, funding opportunities, or compliance requirements typical of RFPs and grants, suggesting a gap in necessary details for analysis. Thus, while it pertains to products or services from AgieCharmilles, further context is required to ascertain its relevance within government contracting or grant frameworks.
    The document outlines the requirements regarding annual representations and certifications for offerors participating in federal contracts, specifically referencing the Federal Acquisition Regulation (FAR) 52.212-3. Offerors must ensure that their information in the System for Award Management (SAM) is up-to-date and accurately reflects their qualifications relevant to the solicitation. It emphasizes that any alterations made in the representations and certifications are applicable solely to the current solicitation and do not update the SAM records. The text requires offerors to identify any specific paragraphs that have been modified for this submission, ensuring transparency and adherence to compliance standards in the procurement process. This provision is essential to ensure that all certifications related to business size standards and other relevant criteria are accurate at the time of the offer, supporting integrity and accountability in federal contracting.
    The document FA700024Q0107 outlines the route and access specifications for transporting materials from the first-floor loading dock to the second-floor Mechanical Engineering Lab located in Fairchild Hall. It details the approximate clearance width of double doors at the loading dock, the freight elevator's location inside the building, and the pathway leading to the lab itself. This information is critical for planning logistics and ensuring compliance with safety and operational standards related to the movement of equipment or supplies necessary for the lab activities. Overall, the document serves as a guideline for individuals or organizations preparing to deliver goods to the Mechanical Engineering Lab, emphasizing the importance of understanding physical access points within the building context.
    The U.S. Air Force Academy is requesting quotes through a combined synopsis/solicitation (FA700024Q0107) for the procurement of a new Wire Electrical Discharge Machine (EDM). This solicitation is set as a 100% small business set-aside, adhering to Federal Acquisition Regulations. The awarded contract will replace an existing EDM, requiring the vendor to remove the old machine and install a new one while adhering to specific size and capacity constraints dictated by facility limitations. The new EDM must meet detailed specifications, including precision tolerances, dimensions, and power standards, and must be accompanied by consumables, installation, training, and warranty. A site visit is scheduled for September 11, 2024, for interested vendors, with quotes due by September 16, 2024. All quotes must conform to the Buy American Act and incorporate required certifications as part of the submission process. The evaluation will focus on price, technical compliance, and past performance, with the government reserving the right to waive procedural formalities should it be in their best interest. The complexity of the procurement is underscored by the detailed instructions and requirements outlined throughout the solicitation, emphasizing the Air Force’s need for modern equipment and efficient acquisition processes.
    The U.S. Air Force Academy (USAFA) issued a solicitation (FA700024Q0107) seeking quotes from small businesses for a new Wire Electrical Discharge Machine (EDM) to replace an existing unit in Fairchild Hall, Colorado. This amendment outlines the comprehensive requirements for the procurement, including the machine's specifications such as precision tolerances, dimensions, power specifications, and warranty terms. Vendors are responsible for the removal of the old EDM, installation of the new one, and must comply with various federal, state, and environmental laws. A site visit is scheduled for September 11, 2024, to help interested vendors understand the project scope. All quotes must be submitted by September 16, 2024, and should adhere to strict formatting and submission guidelines. The acquisition is structured as a firm fixed price contract, with evaluations based on price, technical capabilities, and vendor past performance. The solicitation emphasizes the Buy American Act, preferring domestic products. The document serves as a critical component of the federal procurement process, facilitating small business participation in government contracts while ensuring compliance with applicable regulations.
    The document pertains to a Request for Proposal (RFP) regarding the acquisition of a Wire Electrical Discharge Machine (EDM) for the U.S. Air Force Academy (USAFA). The existing machine, AgieCharmilles FI 240 CC, has been nonoperational for approximately a year due to a faulty wire feed mechanism. It has operated for only 170 hours and is set for removal, contingent on certain preparations such as draining fluids and disconnecting power. The document includes a series of questions and answers that clarify logistical details such as the machine's shipment, its disassembly, and the requirements for the bidding process, specifically regarding the Contract Line Item Numbers (CLIN) and documentation standards. Bidders must ensure their quotes reflect all requested items accurately for an effective best value assessment. Additionally, financial adjustments may be required if funds become available later, potentially leading to multiple CLINs in invoicing. Compliance with the FAR and submission of necessary certifications are also emphasized for eligibility. This document underscores the careful planning and regulatory adherence required for government procurement processes.
    Lifecycle
    Title
    Type
    Combined Synopsis/Solicitation
    Similar Opportunities
    ITW GSE Ground Power Unit
    Active
    Dept Of Defense
    The Department of Defense, specifically the U.S. Air Force, is seeking quotes from qualified vendors for the procurement of ITW GSE Ground Power Units under solicitation number FA930224Q0101. The requirement includes a solid-state ground power unit capable of providing up to 600 Amps of 28VDC, along with a towable trailer and associated input cables, all of which must meet specific electrical and safety standards for use at Edwards Air Force Base. This procurement is crucial for ensuring operational efficiency and compliance with aircraft servicing requirements, emphasizing the need for a reliable and compact solution. Interested parties, particularly Women-Owned Small Businesses, must submit their quotes by September 20, 2024, at 11:00 AM PST, via email to Kimberly Murray at kimberly.murray.4@us.af.mil, with no late submissions accepted.
    Bead Breaker
    Active
    Dept Of Defense
    The Department of Defense, specifically the Department of the Air Force, is seeking quotes for the procurement of a 3MXS Bead Breaker, essential for the maintenance of aircraft wheel assemblies at Joint Base Elmendorf-Richardson (JBER) in Alaska. This equipment is critical for rapidly disassembling aircraft wheels and tire assemblies, specifically for C-17, E-3, and F-22 aircraft, and must meet specific technical requirements including a 60,000 lb capacity and compatibility with wheels up to 22 inches in size. Interested vendors are required to submit their quotes by September 20, 2024, and must ensure compliance with federal procurement guidelines, including maintaining current registrations in the System for Award Management (SAM). For further inquiries, vendors can contact William Gentry at william.gentry.8@us.af.mil or SSgt Jake P Montalbano at jake.montalbano@us.af.mil.
    3D Scanner
    Active
    Dept Of Defense
    The Department of Defense, specifically the Department of the Air Force, is seeking quotes for the procurement of high-precision 3D scanners for use at Edwards Air Force Base in California. The scanners are essential for 3D scanning aircraft and ground support equipment, facilitating 3D modeling, 3D printing, and reverse engineering processes, with a required accuracy of 0.001 inches or less. This acquisition is critical for enhancing operational efficiency and supporting the design of instrumentation components. Interested vendors must submit their offers by September 25, 2024, and direct any inquiries to Contract Specialists Josiah Broadway and Susana Dryer via email at josiah.broadway@us.af.mil and susana.dryer@us.af.mil, respectively.
    Wire Marking Machine MX Base w/4 OYs
    Active
    Dept Of Defense
    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.
    Monarch Lathe Parts
    Active
    Dept Of Defense
    The Department of Defense, specifically the Department of the Air Force, is seeking quotes for the procurement of Monarch lathe parts, which are critical for the operations of the Tool & Die PDM shop. This procurement is a brand name only requirement, limited to Monarch Lathes, LP and two authorized resellers, due to the proprietary nature of the parts and the necessity for compatibility with existing equipment. The acquisition supports military readiness by ensuring the availability of essential components for an outdated lathe model, originally manufactured in 1941. Proposals are due by September 19, 2024, with the contract expected to be awarded shortly thereafter, and interested vendors should contact Anthony Dollard at anthony.dollard@us.af.mil for further details.
    Wire and Cable BPA for Edwards AFB, CA
    Active
    Dept Of Defense
    The Department of Defense, specifically the Air Force Test Center at Edwards Air Force Base, California, is seeking qualified vendors to establish a Blanket Purchase Agreement (BPA) for the procurement of wire and cable products. The requirement includes various types of wire and cable, such as silver-coated copper hook-up wire and fiber optic cables, all of which must adhere to strict military specifications, including specific lengths, packaging, and color coding. This procurement is critical for supporting the operational needs of the 412th Maintenance Group and emphasizes the importance of quality and compliance with aerospace industry standards. Interested small businesses must submit their quotes by September 20, 2024, and can contact Terence Vickers at terence.vickers@us.af.mil or Wendell Brown at wendell.brown.2@us.af.mil for further information.
    361 TRS Custom F-108 Engine Stands
    Active
    Dept Of Defense
    The Department of Defense, through the Department of the Air Force, is soliciting quotes for the procurement of custom F-108 engine stands for the 361 TRS at Sheppard AFB, Texas. This opportunity is a total small business set-aside, requiring contractors to provide detailed specifications and engineering standards as outlined in the attached blueprints and pictures. The engine stands are critical for maintaining operational readiness and safety in military aviation, emphasizing the importance of compliance with federal standards and regulations. Interested vendors must submit their quotes via email by 4:00 PM CST on September 20, 2024, and direct any questions to 2Lt Brooke Hofman or Casey Adams before the deadline for inquiries on September 18, 2024.
    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.
    Det 9 - LVD Press Brake
    Active
    Dept Of Defense
    The Department of Defense, specifically the Air Force, is seeking proposals for the acquisition of an LVD Press Brake for Detachment 9 at Luke Air Force Base in Arizona. This procurement involves a firm-fixed-price Purchase Order for a brand-name LVD Strippit Press Brake, which is critical for supporting the LCTE mission and ensuring compatibility with existing equipment to minimize training costs and facilitate seamless data transfer. The estimated contract value is $240,446, and interested vendors must ensure their quotes remain valid through September 30, 2024. For further inquiries, potential bidders can contact 1st Lt Joseph Moore at joseph.moore.67@us.af.mil or Jacqueline Aranda at jacqueline.aranda.1@us.af.mil.
    36 EAMXS E-TOOLS
    Active
    Dept Of Defense
    The Department of the Air Force is seeking proposals from qualified small businesses for the procurement of 36 EAMXS E-Tools under Solicitation Number FA524024QM133. This opportunity involves the supply of ten cabinets and ten network switches compatible with GETAC systems, which are critical for enhancing operational capabilities at Andersen Air Force Base in Guam. The procurement is categorized under NAICS Code 334419, focusing on Other Electronic Component Manufacturing, and is designated as a 100% Small Business Set-Aside, emphasizing the government's commitment to supporting small enterprises. Interested parties must submit their proposals by September 20, 2024, at 10:00 A.M. Chamorro Standard Time, and can direct inquiries to A1C Keegan Tunnicliff or SSgt Vanessa Gray via the provided contact information.