Cambridge Model: 770-AW Axle Weigher Scale, procurement, install, calibration, and certification
ID: FA521524Q0013Type: Combined Synopsis/Solicitation
Overview

Buyer

DEPT OF DEFENSEDEPT OF THE AIR FORCEFA5215 766 ESS PKPJBPHH, HI, 96860-4928, USA

NAICS

Other Commercial Equipment Merchant Wholesalers (423440)

PSC

SCALES AND BALANCES (6670)

Set Aside

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

    The Department of Defense, specifically the Department of the Air Force, is soliciting quotes for the procurement, installation, calibration, and certification of a Cambridge Model 770-AW Axle Weigher Scale at Joint Base Pearl Harbor-Hickam in Hawaii. The requirement includes the addition of a third scale module that must match the existing two modules in both brand and model, with specific dimensions of 10’ x 5’ x 6” and a load capacity of 30,000 lbs. This procurement is crucial for ensuring accurate weight measurements for three-axle vehicles, thereby enhancing operational efficiency within military logistics. Interested vendors must submit their quotes via email by 12:00 PM HST on September 18, 2024, and are encouraged to direct any inquiries to the primary contact, Alex Kanai, at alex.kanai.1@us.af.mil or by phone at 808-471-4347.

    Files
    Title
    Posted
    The 766th Enterprise Sourcing Squadron is soliciting quotes for the procurement and installation of a Cambridge Model: 770-AW Axle Weigher Scale at Joint Base Pearl Harbor-Hickam, Hawaii, under RFQ# FA521524Q0013. This project is designated as a small business set-aside, aligned with NAICS code 423440. Vendors must submit their quotes via email by 12:00 PM HST on September 18, 2024. The RFQ includes two parts: a Price Quote and a Technical Quote, with respective requirements outlined in the document. The evaluation criteria prioritize technical acceptability, assessing the vendor's capability to fulfill the specified requirements, followed by a review of price fairness and reasonableness. Technical Quotes must not exceed 15 pages and outline the methodology for meeting or exceeding government specifications. Timely submission of questions is encouraged, with specific contacts provided. The RFQ emphasizes that this solicitation does not constitute a government commitment, and all proposal submissions will incur no cost to the government. Ultimately, the contract will be awarded to the vendor with the most advantageous quote for the government, considering both price and technical factors.
    The 766th Enterprise Sourcing Squadron (766 ESS) is requesting quotations for the delivery, installation, calibration, and certification of a Cambridge Model: 770-AW Axle Weigher Scale at Joint Base Pearl Harbor-Hickam, Hawaii, under RFQ#: FA521524Q0013. This solicitation is designated as a small business set-aside, with an associated NAICS code of 423440. Vendors must submit their quotes via email by noon HST on September 18, 2024. The submission should include two parts: a Price Quote detailing unit prices and a Technical Quote explaining the proposed methodology for fulfilling the requirements outlined in the supply specifications. The evaluation criteria will prioritize technical acceptability and price, with awards given to the lowest-priced, technically acceptable quotes. Additionally, any inquiries must be directed to the specified contracting officers by September 13, 2024. The document emphasizes the necessity for clarity and completeness in both pricing and technical descriptions to assure equitable evaluation.
    The memorandum from the 647th Logistics Readiness Squadron highlights the verification of a non-available asset, specifically the Cambridge Model 770-AW, per AFI 23-101 guidelines. The asset is deemed unprocurable due to a lack of data in the D043 and ILS-S supply systems. The memorandum specifies the dimensions of the item (10’ x 5’ x 6”), its capacity (30K), number of modules (1), and load cell specifications (four 20K shear beams). The document serves as a formal notice to identify procurement challenges, and recipients are encouraged to direct any inquiries toward the issuing office for further clarification. This communication is essential in ensuring streamlined logistics operations by addressing asset availability issues within the military supply chain.
    The document FA521524Q0013 outlines a series of solicitation clauses pertaining to federal contracts, specifically focusing on unique identification, compensation requirements, and electronic invoicing within the federal procurement framework. Key topics include provisions regarding compensation of former Department of Defense (DoD) officials, whistleblower rights, and regulations on sourcing telecommunications equipment, particularly regarding business operations with specific regimes and regions, such as the Maduro regime and the Xinjiang Uyghur Autonomous Region. The clauses emphasize the importance of unique item identification for items delivered to the DoD, stipulating responsibilities for contractors in reporting and marking items with unique identifiers. Additionally, it discusses electronic submission requirements for payment requests through the Wide Area Workflow (WAWF) system, mandating specific documentation and routing procedures. The document serves to ensure compliance and transparency in federal contracting processes while outlining the necessary qualifications and representations that offerors must fulfill. Overall, this solicitation document is essential for guiding contractors in adhering to the established rules and regulations required for securing government contracts while prioritizing security, accountability, and risk management within government procurement operations.
    The document outlines the Requests for Information (RFI) related to the Combined Synopsis/Solicitation (FA521524Q0013) for a new contract concerning the delivery, initial installation, and calibration of a scale system. The government clarifies that there are currently no ongoing services or previous contracts for these scales, although there was an earlier contract for two existing Cambridge scales requiring new integration. Vendors inquired about the nature of the contract and requested images of the existing scales' components. The government provided relevant pictures and schematics in response. The purpose of this RFI process is to gather vendor information for fulfilling the specific requirements related to the installation and certification of the scales while ensuring compatibility with existing systems. This procurement falls within the broader context of federal contracting practices, aimed at ensuring clarity and facilitating vendor engagement in government solicitations.
    Lifecycle
    Similar Opportunities
    30--WEIGHT,COUNTERBALAN
    Active
    Dept Of Defense
    The Department of Defense, through the Defense Logistics Agency (DLA Land and Maritime), is seeking quotes for the procurement of 1,121 units of counterbalance weights (NSN 3040015643126) under a Combined Synopsis/Solicitation notice. This procurement may lead to an Indefinite Delivery Contract (IDC) with a one-year term or until the total orders reach $250,000, with an estimated three orders per year and a guaranteed minimum quantity of 168 units. These items are critical for mechanical power transmission equipment and will be shipped to various DLA depots both within the continental United States and overseas. Interested vendors must submit their quotes electronically, and any inquiries should be directed to the buyer via email at DibbsBSM@dla.mil.
    Cannister Load Cells for Engine Tests
    Active
    Dept Of Defense
    The Department of Defense, specifically the U.S. Air Force Sustainment Center at Tinker Air Force Base in Oklahoma, is seeking quotations for Cannister Load Cells required for engine testing. This procurement is a Firm Fixed Price (FFP) contract aimed exclusively at small businesses under NAICS Code 334519, with a specific emphasis on acquiring Wika Sensor Technology Load Cells to ensure compatibility and avoid costly modifications. The selected equipment is critical for maintaining operational efficiency in defense capabilities, as it plays a vital role in measuring engine thrust during tests. Quotes must be submitted by September 23, 2024, by noon CDT, and all offerors must be registered in the System for Award Management (SAM) by the award date to be eligible. For further inquiries, interested parties may contact Relijah Sherman at relijah.sherman@us.af.mil or Marc J. Kreienbrink at marc.kreienbrink.1@us.af.mil.
    WRECKER, 35 TON INTEGRATED RECOVERY BOOM AND UNDERLIFT
    Active
    Dept Of Defense
    The Department of Defense, through the 11th Contracting Squadron of the Air Force, is seeking bids from qualified small businesses for the procurement of a 35 Ton Wrecker with an integrated recovery boom and underlift, under solicitation number FA706024Q0025. The wrecker must meet specific technical specifications, including a minimum engine performance of 500 hp and a gross vehicle weight rating of at least 60,000 lbs, and must be delivered to Joint Base Anacostia-Bolling, Washington, D.C., within 120 days of order receipt. This procurement is crucial for enhancing the operational capabilities of the military's vehicle recovery fleet. Interested vendors must submit their proposals electronically by September 18, 2024, and direct any inquiries to J. Brandon La'Pierre at jerome.lapierre.1@us.af.mil or Gregory Bishop at gregory.bishop.8@us.af.mil, noting that no award will be made until funds are available.
    VeEX TX340s-100GX Modules
    Active
    Dept Of Defense
    The Department of Defense, specifically the Department of the Air Force, is soliciting quotes for the procurement of two VeEX TX340s-100GX universal test kits to be delivered to Joint Base Pearl Harbor-Hickam, Hawaii. The primary objective of this acquisition is to enhance circuit testing and troubleshooting capabilities at the Technical Control Facility, emphasizing the need for modern testing functionalities and user-friendly interfaces. This procurement is set aside for small businesses under NAICS code 334515, with a submission deadline for quotes now extended to 08:00 AM HST on September 19, 2024. Interested vendors should direct their inquiries and proposals to TSgt James Meyers and TSgt Morgan Brown via the provided email addresses.
    PKAA Vehicle & Cargo X-Ray Insp System
    Active
    Dept Of Defense
    The Department of Defense, specifically the Department of the Air Force, is soliciting proposals for the procurement and installation of a Vehicle & Cargo X-Ray Inspection System at F.E. Warren Air Force Base in Wyoming. The project requires a high-capacity scanner capable of processing 120 trucks per hour, integrating advanced imaging technologies, and ensuring compliance with stringent performance metrics, including third-party certification for density and resolution. This initiative is crucial for enhancing security infrastructure and operational efficiency at military installations. Interested contractors must submit their written quotations by September 30, 2024, and direct any inquiries to SrA Kyra Niece at kyra.niece@us.af.mil or Arthur W. Makekau at arthur.makekau@us.af.mil.
    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.
    25--COUNTERWEIGHT,REMOV
    Active
    Dept Of Defense
    The Department of Defense, through the Defense Logistics Agency (DLA Land and Maritime), is seeking quotes for the procurement of 90 units of the Counterweight, Removable (NSN 2590014427346). This procurement is part of a total small business set-aside initiative and aims to support military armored vehicle and tank component manufacturing. The selected supplier will be responsible for delivering the specified quantity to DLA Distribution within 83 days after order placement. Interested vendors must submit their quotes electronically, and any inquiries should be directed to the buyer via email at DibbsBSM@dla.mil, as hard copies of the solicitation are not available.
    30--WEIGHT,COUNTERBALAN
    Active
    Dept Of Defense
    The Department of Defense, through the Defense Logistics Agency (DLA Land and Maritime), is seeking quotes for the procurement of 23 units of the NSN 3040008371884, specifically a counterbalance weight. This procurement may lead to an Indefinite Delivery Contract (IDC) with a term of one year or until the total orders reach $250,000, with an estimated four orders per year and a guaranteed minimum quantity of three. The items will be shipped to various DLA depots both within the continental United States and overseas, highlighting their importance in supporting military operations. Interested vendors should submit their quotes electronically, and for any inquiries, they can contact the DLA at DibbsBSM@dla.mil.
    Trailer, Height-Adjustable for Transport of Aircraft Jacks on Flight Line
    Active
    Dept Of Defense
    The Department of Defense, specifically the 115th Fighter Wing in Madison, Wisconsin, is seeking quotes for a height-adjustable trailer designed for the efficient loading and transportation of aircraft jacks on the flight line. The procurement aims to acquire the Wing Jack Trailer Model EPT2-220 or an equivalent, which is crucial for enhancing operational efficiency by allowing a single operator to safely transport multiple aircraft jacks while minimizing wear and tear. This trailer is intended solely for use on the flight line, emphasizing the importance of optimizing ground operations within military aviation. Interested vendors must submit their quotes by September 19, 2024, at 1:00 PM CDT, and should contact Scott Homner at scott.homner@us.af.mil for further inquiries. The solicitation is set aside for small businesses under NAICS code 336212, with a size standard of 1,000 employees.
    Purchase and Installation of Hoists
    Active
    Dept Of Defense
    The Department of Defense, specifically the Department of the Air Force, is seeking qualified contractors for the purchase and installation of two 5-ton electrical hoists at Joint Base San Antonio - Randolph. The project requires the contractor to inspect and certify the existing hoist rail system to ensure it can support the new hoists, with work to be conducted during normal business hours while the hangar remains occupied. This procurement is crucial for maintaining operational efficiency and safety in maintenance operations within the hangar. Interested vendors must submit their quotes electronically by September 23, 2024, and are required to register with the System for Award Management (SAM) to be eligible. For further inquiries, potential bidders can contact Kailah Kraus at kailah.kraus@us.af.mil or Ericka L. McGlone at ericka.mcglone@us.af.mil.