AGILENT 3070 TEST STATIONS ON-SITE SUPPORT
ID: FA857125Q0011Type: Combined Synopsis/Solicitation
Overview

Buyer

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

NAICS

Electronic and Precision Equipment Repair and Maintenance (811210)

PSC

MAINT/REPAIR/REBUILD OF EQUIPMENT- MAINTENANCE AND REPAIR SHOP EQUIPMENT (J049)
Timeline
    Description

    The Department of Defense, specifically the Department of the Air Force, is seeking a contractor to provide on-site support for eight Agilent 3070 Series I, II, and III Test Stations located at Robins Air Force Base in Georgia. The contractor will be responsible for delivering all necessary labor, tools, equipment, and materials to perform unscheduled repairs, calibration every 180 days, and technical support, ensuring the operational readiness of critical aerospace equipment. This support is vital for maintaining the serviceability of Line Replaceable Units (LRU) and Shop Replaceable Units (SRU), with a contract period of one year and four optional extensions. Interested parties should contact Hayley Dowling at hayley.dowling@us.af.mil or Phillip Richardson at phillip.richardson.2@us.af.mil for further details, as this opportunity is set aside for small businesses.

    Point(s) of Contact
    Files
    Title
    Posted
    The document outlines the Industrial Safety and Health Requirements for contractors working on the Agilent 3070 Series Automatic Test Stations at Robins Air Force Base. Key mandates include the submission of a detailed Safety and Health Plan, which must adhere to federal, state, and local laws, including OSHA standards. Contractors are responsible for employee safety, the safety of subcontractors, and ensuring compliance with Air Force regulations. The plan must address environmental, safety, and occupational health concerns, undergo regular inspections, and include prompt reporting of incidents or mishaps. It emphasizes that the contractor must provide a safe workspace free from recognized hazards, maintain a health program, and implement specific procedures for mishaps, inspections, and employee safety training. Elements like foreign object damage prevention, effective housekeeping, personal protective equipment, and proper handling of hazardous materials are crucial. Moreover, a robust system for mishap notification and documentation is required to ensure compliance. Overall, the document emphasizes adherence to strict safety standards and the protection of personnel and government property throughout contract activities.
    The DD Form 1423-1 is a Contract Data Requirements List (CDRL) that outlines essential data item requirements for contracting purposes within the Department of Defense. It serves to document details such as the contract line item number, system/item name, data item title, and submission frequency among other contractual specifications. The form includes a section where contractors indicate the category of data (e.g., Technical Data Package or Technical Manual) and provides information on submission timelines, distribution, and pricing groups designated for cost estimation related to data production. The primary government's point of contact is identified for submission deliveries, emphasizing the importance of adhering to specified timelines and formats for reports. This documentation is crucial in managing and overseeing contracts and data items, ensuring compliance with government standards for acquisition and appropriateness of deliverables. The document's structured format helps streamline the process for both contractors and government personnel, ensuring clarity in expectations and submissions for data items critical to contract fulfillment.
    The DD Form 1423-1 outlines the Contract Data Requirements List, essential for federal government contracts, specifically concerning the submission of data items by contractors. This form, approved under OMB No. 0704-0188, standardizes information submission, delineating item categories such as Technical Data Package (TDP) and Technical Manual (TM). Key entries include details like contract line items, requiring offices, and the submission timeline. A notable aspect is the requirement for calibration certificates to be submitted via email within three working days post-calibration, ensuring quality control. Specific government points of contact are provided for communication and oversight. Instructions for both government personnel and contractors for the form's completion are included, emphasizing accuracy in data entry and submission frequency. The document categorizes data items into four price groups, aiding in estimating costs directly attributed to data preparation. Overall, this form serves as a critical tool in maintaining compliance and ensuring that contractors meet the data requirements established in government contracts.
    The document is a DD Form 1423-1, which outlines the Contract Data Requirements List (CDRL) necessary for the Agilent 3070 Test Station Support contract. Its primary purpose is to specify the data submission requirements from the contractor to the government, including deliverables, timelines, and approval processes for the contractor's safety plan. The form includes details on the submission of a draft safety plan within 10 days of contract award, with a 5-day government review period. Final copies must be submitted 10 days after government acceptance of the draft. Required recipients and their contact details for submissions are provided. Additionally, instructions for completing the form detail the categorization of data types and their significance in the contract. The form serves as a formal mechanism for ensuring that contractors meet regulatory requirements in documenting their processes, thereby facilitating effective oversight and compliance with defense department standards.
    The document is a DD Form 1423-1, which outlines the Contract Data Requirements List (CDRL) for a specific federal contract regarding the Agilent 3070 Test Station Support. The form specifies the requirements for reporting accidents or incidents related to DoD property as part of contract operations. It details the notification procedure for contractors, including the timeline for both initial and follow-up notifications, specifics on information required for reporting incidents, and relevant contacts within the government. Key elements include the obligation to report mishaps within four hours, subsequent electronic notifications within three calendar days, and additional details to be provided within 20 days. The form includes sections for categorizing data, contract references, and establishes the contractor's responsibility for data submission frequency, content, and approval processes. An extensive set of instructions for filling out the form further clarifies the expectations for both government personnel and contractors. This document serves as a critical template within the context of federal grants and contracts, ensuring that safety incidents are reported in a timely and systematic manner to facilitate government oversight and compliance.
    The Performance Work Statement (PWS) outlines requirements for contractor support of eight Agilent 3070 Series I, II, and III Automatic Test Stations at Robins Air Force Base, GA. The contractor is responsible for labor, equipment, and materials to deliver on-site technical support, unscheduled repairs, and calibration every 180 days, ensuring operational readiness of aerospace equipment. Immediate response to service calls within 24 hours and on-site presence within three days for complex issues is mandated, with strict limits on equipment downtime—no more than five workdays per incident and maximum repair durations of 30 days. Additionally, all replacement parts must meet original specifications, and services are to be coordinated with designated government representatives. Security, environmental management, safety procedures, and compliance with various regulations are emphasized. The contract specifies a 12-month base performance period with four optional extensions, imposing rigorous training and reporting standards for the contractor to maintain oversight and accountability throughout the contract duration.
    The document outlines a solicitation (FA857125Q0011) issued to obtain non-personal services for on-site support of eight Agilent 3070 Series Test Stations at Robins AFB, GA. The RFQ is a small business set-aside, emphasizing procurement from Women-Owned Small Businesses. The contractor will provide repair, calibration, and technical support for the test stations, vital for maintaining aerospace equipment. The contract spans a basic period of one year, with four optional one-year extensions. Key deliverables include status reports, calibration certificates, safety plans, and incident reports, all at a firm-fixed price. The document includes administrative details such as inspection points, delivery terms, and payment instructions through the Wide Area Workflow system. Emphasis is placed on timely response to service requests, with a 24-hour turnaround for unscheduled support. The solicitation reflects the government's commitment to supporting small businesses while ensuring operational readiness of military technology. The inclusion of multiple FAR and DFARS clauses shows the regulatory framework guiding this contracting process.
    Lifecycle
    Title
    Type
    Combined Synopsis/Solicitation
    Similar Opportunities
    Laser Vector Preventative Maintenance and Calibration
    Active
    Dept Of Defense
    The Department of Defense, specifically the Department of the Air Force, is seeking a contractor to provide preventative maintenance and calibration services for Laser Vision Vector Measuring Machines and VB-series Tube Benders at Robins Air Force Base, Georgia. The contractor will be responsible for supplying all necessary materials, parts, labor, and travel to ensure the operational readiness of three Laser Vision Vector Measuring Machines and six VB-series Tube Benders, with a focus on safety and compliance with federal and Air Force regulations. This contract is critical for maintaining production capabilities, as the equipment is essential for certifying tubes in the shop, and the services are to be solicited on a sole-source basis from the original equipment manufacturer, NUMALLIANCE-NORTH AMERICA, INC. Interested parties can reach out to Hayley Dowling at hayley.dowling@us.af.mil or Claudette Macneil at claudette.macneil@us.af.mil for further inquiries, with the contract period estimated from November 25, 2024, to November 24, 2030.
    ECOLBE Brake Tester
    Active
    Dept Of Defense
    The Department of Defense, specifically the Department of the Air Force, is soliciting proposals for the procurement of one C-5 ECOLBE Brake Tester to be delivered to the 402d Aircraft Maintenance Group at Robins Air Force Base in Georgia. The contractor is required to provide all necessary tools, parts, materials, equipment, labor, and transportation for the assembly and delivery of the brake tester, adhering to specific design drawings and operational security regulations. This procurement is crucial for maintaining operational readiness within military operations, emphasizing the importance of compliance with environmental standards and supply chain risk management. Interested small businesses must register in the Joint Certification Program to obtain bid documents and submit their proposals, with the primary contact for inquiries being Tarmeka Battle at Tarmeka.Battle@us.af.mil.
    Laboratory Equipment Preventative and Emergency Repair Services
    Active
    Dept Of Defense
    The Department of Defense, specifically the U.S. Army Combat Capabilities Development Command (DEVCOM) Armaments Center, is seeking proposals for a maintenance contract focused on preventative and emergency repair services for various test and measurement equipment. This contract aims to support the operation of critical equipment across several laboratories, including the Environmental Test Laboratory and the Radiography Laboratory, ensuring the reliability and performance of testing devices essential for the Army's operational capabilities. Interested contractors are encouraged to participate in scheduled site visits at Picatinny Arsenal, NJ, to assess the facilities and conditions impacting contract performance, with specific deadlines for visit requests and written questions. For further inquiries, potential bidders can contact Donna Gill-Cadogan at donna.v.gill-cadogan.civ@army.mil or by phone at 520-669-7630.
    Essential Engineering, Research, and Development Capabilities at Robins AFB
    Active
    Dept Of Defense
    The Department of Defense, through the Department of the Air Force, is conducting a market survey to identify educational, nonprofit institutions, or federally funded research and development centers capable of providing essential engineering, research, and development services at Robins Air Force Base (RAFB) in Georgia. The procurement aims to augment and extend the organic engineering capabilities of the U.S. Air Force and its Foreign Military Sales partners, focusing on areas such as structural engineering, reliability-centered maintenance, software development, and cybersecurity. This initiative is critical for maintaining and improving weapon system availability and operational safety at RAFB, with contractors expected to manage all aspects of the contract, including quality control and safety compliance. Interested parties should contact Adney Keel at adney.keel@us.af.mil or Kristen Campbell at Kristen.campbell.2@us.af.mil for further information, noting that participation in this survey does not guarantee future contract awards.
    Avionics Intermediate Shop Systems Support
    Active
    Dept Of Defense
    The Department of Defense, through the Department of the Air Force, is soliciting proposals for the Avionics Intermediate Shop Systems Support contract, aimed at sustaining Automatic Test Equipment (ATE) components critical for the operational capability of avionics systems worldwide. The procurement focuses on engineering services necessary for maintaining ATE Full Mission Capability in support of the F-16 weapon system, which is vital for the health of avionics testing stations utilized by the U.S. Air Force and allied nations. The contract performance period is set to begin on January 1, 2025, with an option to extend through February 28, 2026, and interested contractors must submit their proposals by the deadline of November 8, 2024. For further inquiries, potential bidders can contact Heidi Hodgson at heidi.hodgson@us.af.mil or Christian Barwick at Christian.Barwick@us.af.mil.
    Repair of the A-10 RDTU/UDTU
    Active
    Dept Of Defense
    The Department of Defense, specifically the Department of the Air Force, is soliciting proposals for the repair of the A-10 Redesigned Data Transfer Unit (RDTU) and associated components. The procurement includes a range of requirements such as the development of production surge and counterfeit prevention plans, as well as various reporting obligations related to government property and inventory management. These items are critical for maintaining operational efficiency in military aviation, ensuring that aircraft avionics systems function reliably. Interested contractors must submit their proposals by October 16, 2024, and can direct inquiries to primary contact Darin Rector at daren.rector@us.af.mil or secondary contact Hunter Doney at hunter.doney@us.mil.
    Business Plan Material Control & Reduction Support
    Active
    Dept Of Defense
    The Department of Defense, specifically the Department of the Air Force, is seeking qualified contractors to provide Business Plan Material Control and Reduction Support services at Warner Robins Air Logistics Complex, Robins Air Force Base, Georgia. The procurement requires three full-time Business Systems Analysts (equivalent to GS-0301-12) to analyze material data, correct transaction errors, and implement cost management techniques, with each analyst expected to complete 1,872 hours of work over the contract period from February 8, 2025, to February 7, 2026. This initiative is part of the 8(a) Program aimed at fostering economic opportunities for underrepresented businesses while ensuring quality service delivery to the federal government. Interested parties should contact Paul Rogers at paul.rogers.24@us.af.mil or Jeffery Pruitt at jeffery.pruitt.1@us.af.mil for further details, and must adhere to the specified deadlines and compliance requirements outlined in the solicitation FA857125Q0003.
    AFRL/RQ ELECTRICAL EMERGENCY RESPONSE
    Active
    Dept Of Defense
    The Department of Defense, through the U.S. Air Force Research Laboratory (AFRL), is seeking contract support for emergency maintenance of high voltage electrical systems at Wright Patterson Air Force Base (WPAFB) in Ohio. The primary objective of this procurement is to ensure the reliability of over 2,000 pieces of electrical equipment that are critical for R&D operations, which include various aged systems and motors. This contract will involve providing on-site support for low to medium voltage emergencies, employing certified technicians for diagnostics and repairs, and engaging a licensed electrical engineer for system analysis and recommendations, all while adhering to stringent safety and operational security measures. The period of performance is set for 12 months, with an estimated budget of $250,000. Interested parties can contact Matthew Main at matthew.main.4@us.af.mil or by phone at 937-713-9865 for further details.
    F16_AN_APG68_RadarDualModeTransmitter_NSN5998014644241PN792R998G01
    Active
    Dept Of Defense
    Sources Sought DEPT OF DEFENSE DEPT OF THE AIR FORCE is seeking a qualified source for the repair and maintenance of an F-16 C/D APG-68 Dual Mode Transmitter RF Monitor. The offeror must have the necessary facilities, equipment, and personnel to repair, inspect, test, package, and store the item. They must also possess a complete data package and comply with Unique Identification (UID) requirements. The offeror will be required to submit a qualification test plan/procedure and a qualification article for evaluation. The estimated cost for testing and evaluation is $5700, and the qualification effort is expected to take 180 days. There is an opportunity for a waiver of the qualification requirements based on certain criteria.
    77367 - Fortify License Renewal
    Active
    Dept Of Defense
    The Department of Defense, specifically the Department of the Air Force, is seeking proposals for the renewal of software licenses for the Fortify Scan Machine and related content, under the solicitation titled "77367 - Fortify License Renewal." The procurement involves providing six units of the Fortify Scan Machine and six units of Fortify Content for Subscription, with an option for four additional years of the same quantities. This software is critical for ensuring high-performance computing capabilities within the military, emphasizing the importance of maintaining up-to-date security and compliance measures. Interested small businesses, particularly those owned by women or economically disadvantaged groups, are encouraged to reach out to Patrick Hulett at patrick.hulett@us.af.mil or Valerie Evans at valerie.evans.1@us.af.mil for further details, with the total contract value estimated at $47 million.