Ideal Aerosmith Rate Table Calibration
ID: FA857125Q0051Type: Combined Synopsis/Solicitation
Overview

Buyer

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

NAICS

Testing Laboratories and Services (541380)

PSC

MAINT/REPAIR/REBUILD OF EQUIPMENT- ELECTRICAL AND ELECTRONIC EQUIPMENT COMPONENTS (J059)
Timeline
    Description

    The Department of Defense, specifically the Department of the Air Force, is seeking qualified contractors for the Ideal Aerosmith Rate Table Calibration project at Robins Air Force Base in Georgia. The procurement involves providing Tear-Down and Evaluation (T&E) services to ensure the Ideal Aerosmith Rate Table Controller is fully operational following necessary repairs and calibrations, with a focus on compliance with safety and environmental standards. This contract is critical for maintaining the operational integrity of military equipment, ensuring adherence to rigorous quality and regulatory standards throughout the calibration process. Interested vendors must submit their proposals by March 11, 2023, and can direct inquiries to Carmen Davis at carmen.davis.2@us.af.mil or Joshua Sharpe at joshua.sharpe.6@us.af.mil.

    Point(s) of Contact
    Files
    Title
    Posted
    The DD Form 1423-1 outlines the requirements for submitting a Contractor Data Requirements List (CDRL) essential for federal contracts. It includes just one data item related to the contractor's safety plan for the Ideal Aerosmith Rate Table Calibration project. Key components of the form include details such as data item title, submission dates, distribution requirements, and approval signatures. Specific instructions are provided for government personnel and contractors to ensure compliance with documentation requirements regarding data submission and approval timelines. The contractor must submit a draft of the safety plan for government review within ten working days post-award, with the final version due ten days following acceptance. Additional remarks emphasize the importance of using the specified email for submissions and provide contact information for government representatives involved in the review process. The document serves as guidance for formalizing contractual data submissions, ensuring safety protocols, and validating compliance with regulatory standards in government contracting contexts. This structured approach aims to enhance accountability and clarity in contractor deliverables within the federal procurement framework.
    The document outlines the DD Form 1423-1, which is a Contract Data Requirements List (CDRL) used by the Department of Defense. Its primary purpose is to collect necessary data items specified in government contracts, to ensure compliance with data submission requirements. The form includes various sections for contract identification, item categorization (Technical Data Package, Technical Manual, etc.), submission frequency, and specific reporting protocols related to mishaps or incidents occurring during contract performance. Notable is the section detailing the response protocol for incidents, outlining immediate notification to the appropriate safety office and follow-up reporting requirements. Additionally, the document clarifies the responsibilities of both government personnel and contractors in preparing and submitting data, as well as categorizing costs associated with data items into four defined price groups based on the level of effort and necessity for compliance with government standards. Overall, the DD Form 1423-1 serves as a structured approach to managing contract data requirements and incident reporting, which is crucial for operational accountability and safety in government contracting. It lays foundational procedures necessary for effective administration of federal contracts and grants across various governmental levels.
    The DD Form 1423-1 is a Contract Data Requirements List (CDRL) utilized by the Department of Defense to specify the data items required from contractors as part of a contract. The form outlines details such as the contract line item number, data item title, authority, and submission schedule. In this specific case, Ideal Aerosmith is tasked with providing a Calibration Certificate, which must include a two-year warranty and be submitted within two workdays after calibration activities. The document identifies key government representatives involved in the process, including their contact information, alongside details about draft and final submissions. Instructions for completing the form are included, detailing requirements for item categorization, descriptions, and pricing groups based on the necessity and expected cost of data preparation. This structure is designed to facilitate compliance and streamline communication between the government and contractors, ensuring clarity in data requirements, inspection, acceptance, and distribution. The form plays a critical role in contract management within government RFPs and grants by laying down precise expectations for data deliverables essential to project success.
    The DD Form 1423-1, a Contract Data Requirements List, outlines critical information necessary for government contracts, specifically concerning data collection and submission requirements. The document specifies various sections to be filled in by the contracting parties, including contract line item numbers, data item titles, authorities, frequencies of submission, and contractor obligations regarding Environmental Management System (EMS) training for personnel working at Robins Air Force Base. The key requirement emphasizes that all contractors and sub-contractors must complete Air Force-provided EMS Awareness Training before commencing any work, with non-compliance potentially leading to contract termination. The document illustrates the importance of managing data and compliance with environmental standards in government contracts, providing a structured approach to ensure contractors meet necessary training and reporting obligations. This form serves as a vital tool in managing federal contracts, ensuring that essential data requirements are met to maintain regulatory standards and achieve the intended outcomes of government projects. The document is critical for fostering accountability and establishing protocols for data handling and reporting within the context of federal RFPs and grants.
    The DD Form 1423-1 outlines the requirements for a Contract Data Requirements List (CDRL) pertinent to a government contract. This form is essential for specifying the documentation, such as technical data and management reports, needed from contractors, specifically concerning the Ideal Aerosmith Rate Table calibration under the Energy Management System (EnMS) requirements. The document includes fields for contract line item numbers, data item titles, submission dates, and distribution details necessary for compliance with DoD standards. Key contacts listed include representatives from the contracting office and oversight authorities, which highlights the structured communication framework in government contracts. Additionally, the document details categories of data items, specifying whether they fall under technical data packages, technical manuals, or other categories. Compliance with ISO standards and the government's inspection requirements are also emphasized. The form aims to facilitate organized data submission while ensuring adherence to quality and regulatory standards critical in federal procurement processes.
    The Performance Work Statement (PWS) outlines the contractor's responsibilities for the Ideal Aerosmith Rate Table Calibration at Robins Air Force Base, Georgia. The contractor must provide tools, materials, labor, and equipment necessary for calibration and repair within 30 days of the contract award. Initial teardown and evaluation must occur within five business days post-award, with certified personnel performing repairs using up-to-date techniques. There are no government-furnished parts, and any additional work or parts needed must be submitted for government approval and negotiated separately. The contractor's on-site work hours are generally Monday to Friday from 8 am to 4 pm, with adjustments permissible by the government. Additionally, all personnel must follow strict security, safety, and environmental training protocols, including the completion of Environmental Management System (EMS) and Energy Management System (EnMS) training. The document emphasizes adherence to federal security regulations, mishap notification procedures, and the requirement for a Contractor Safety Plan. The primary objective is to ensure proper maintenance of technical equipment while complying with safety and operational standards during the execution of services. This PWS serves as a formal guideline for contractors engaged in government contracts related to equipment calibration and repair.
    The document outlines a solicitation for a contract regarding services for the Ideal Aerosmith Rate Table Calibration under the Women-Owned Small Business (WOSB) program. The primary requirement is for Tear-Down and Evaluation (T&E) services to ensure the Ideal Aerosmith Rate Table Controller is fully operational after necessary repairs and calibrations. The Request for Quote (RFQ) FA8571-25-Q-0051 solicits offers from qualified vendors, specifically Ideal Aerosmith, Inc., with a submission deadline of March 11, 2023. It includes detailed specifications for the proposed services, quantifying deliverables such as safety plans, incident reports, and calibration certificates, all priced under a firm fixed-price arrangement. The document emphasizes compliance with specific Federal Acquisition Regulation clauses, including those related to subcontracting, safety, and reporting requirements, indicating a structured and regulated bidding process. The contracting process adheres to Simplified Acquisition Procedures, aiming to streamline procurement while encouraging participation from small businesses, especially those owned by women and economically disadvantaged individuals. Additionally, it details administration, punishment for violations, and contact information for inquiries, indicating a transparent and accountable contracting environment.
    The document outlines the Industrial Safety and Health Requirements for contractors involved in the Ideal Aerosmith Rate Table Calibration contract, dated 18 February 2025. Its primary purpose is to ensure safety and health compliance during the execution of the contract. It emphasizes that contractors must submit a Safety and Health Plan detailing environmental, safety, and occupational health practices, in accordance with federal, state, and local laws, including OSHA standards. Key points include contractors' full responsibility for safety, required adherence to the Voluntary Protection Programs (VPP) of the Air Force, and procedures for mishap notifications, inspections, and OSHA compliance. The document mandates that contractors provide a safe work environment, protect employees from recognized hazards, and notify relevant authorities about any incidents. Furthermore, it details responsibilities regarding protective barriers, hazardous materials management, emergency response, and specific training requirements for various safety measures. Overall, the document serves as a comprehensive guideline to safeguard personnel and government property, ensuring contractors implement rigorous safety protocols and maintain compliance throughout the contract's duration.
    Lifecycle
    Title
    Type
    Combined Synopsis/Solicitation
    Similar Opportunities
    Laser Vector Preventative Maintenance and Calibration
    Buyer not available
    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.
    77512 - F-35 VDATS FLUKE CAL EQUIPMENT
    Buyer not available
    The Department of Defense, through the Department of the Air Force, is soliciting proposals for the acquisition of Fluke calibration equipment necessary for the F-35 VDATS program. This procurement specifically targets small businesses under NAICS code 334515 and includes the delivery of a Fluke Scope Calibrator and a Meter Calibrator within 24 weeks after receipt of order. The equipment is vital for the operations of the 402 Software Engineering Group at Robins Air Force Base, Georgia, enhancing their capabilities in maintaining and calibrating advanced defense technology. Interested vendors must submit their quotes by 12:00 PM on March 4, 2025, to the contracting officer, Patrick Hulett, at patrick.hulett@us.af.mil.
    Calibration Kits and Licenses for Textron Radar Simulators
    Buyer not available
    The Department of Defense, specifically the Department of the Air Force, is seeking to procure calibration kits and perpetual site licenses for radar simulators to enhance radar warning receiver calibration and recertification at Wright-Patterson Air Force Base. The procurement includes the Model 527 and Model 627 calibration kits, which must be delivered to Tinker Air Force Base in Oklahoma within 90 days of contract award, along with shipping and installation services. This initiative is crucial for maintaining and upgrading the Air Force's radar calibration capabilities, ensuring operational readiness and compliance with established standards. Interested vendors should contact Steven Reyes at steven.reyes.21@us.af.mil or Matthew Ploeg at matthew.ploeg.1@us.af.mil for further details regarding the solicitation process.
    Cleaning Laser Ablation Depaint System
    Buyer not available
    The Department of Defense, specifically the Department of the Air Force, is seeking contractors to provide a Cleaning Laser Ablation Depaint System (CL2000) for the Warner Robins Air Logistics Complex in Georgia. The procurement involves the delivery, installation, and training for two CL2000 systems, which are intended to replace existing media blasting processes that pose safety and environmental risks. This initiative is crucial for enhancing safety during aircraft maintenance operations and ensuring compliance with Occupational and Environmental Exposure Limits. Interested contractors should reach out to Natalie Roberson at natalie.roberson@us.af.mil or Claudette Macneil at claudette.macneil@us.af.mil for further details, with proposals due by March 14, 2025, following an amendment to the solicitation.
    HEXAGON ABSOLUTE ARM V3P, 8725, 7-AXIS
    Buyer not available
    The Department of Defense, specifically the Department of the Air Force, is seeking proposals for the procurement of a Hexagon Absolute Arm V3P, 8725, 7-Axis, intended for use at Robins Air Force Base in Georgia. The contract encompasses the provision of equipment, installation services, and comprehensive training for personnel, ensuring compliance with safety and operational protocols as well as environmental management standards. This advanced measuring instrument is crucial for enhancing operational capabilities within the 402d First Article Test Metrology Lab, supporting precision in industrial process measurements. Interested contractors should reach out to Hayley Dowling at hayley.dowling@us.af.mil or Phillip Richardson at phillip.richardson.2@us.af.mil for further details, with proposals due by the specified deadline outlined in the solicitation documents.
    CNC CMM Calibration and Repair Tools
    Buyer not available
    The Department of Defense, specifically the Department of the Air Force, is seeking to procure CNC/CMM calibration and repair tools through a combined synopsis/solicitation. The procurement includes a variety of specialized equipment compatible with the existing Renishaw operating system, such as the XM60 Multi Axis Calibrator Kit and various fixturing kits, totaling 32 specific items required for precision alignment and maintenance of CNC/CMM machinery. This initiative underscores the Air Force's commitment to enhancing operational efficiency and precision in its manufacturing processes, reflecting the critical nature of maintaining high standards in equipment calibration. Interested vendors should direct inquiries to Hugo Ruano Gutierrez at hugo.ruanogutierrez.1@us.af.mil or Hideo Mera at hideo.mera.2@us.af.mil, with offer submissions due by 1500 MT on March 4, 2025.
    Incremental Forming Design and Maintenance
    Buyer not available
    The Department of Defense, specifically the Department of the Air Force, is seeking a contractor for Incremental Forming Design and Maintenance services at Robins Air Force Base in Georgia. The procurement aims to secure maintenance, software updates, training, and calibration services for the Machina Labs Incremental Forming Robotic Cell, which is crucial for the operations of the 402d Commodities Maintenance Group. This contract, which will be awarded under simplified acquisition procedures, is set for one base year with two additional option years and is intended to ensure the optimal performance of advanced manufacturing technologies. Interested parties should contact Andrea Cervantes at andrea.cervantes.1@us.af.mil or De'Anna Thompson at deanna.thompson.3@us.af.mil for further details.
    REPAIR SERVICES JTE PROGRAM
    Buyer not available
    The Department of Defense, specifically the Department of the Air Force, is soliciting proposals for the Repair Services JTE Program, focusing on the teardown, testing, and evaluation of motor controllers. Contractors are required to meet stringent military standards for inspection, testing, and potential repair of the specified equipment, ensuring compliance with quality assurance protocols and timely deliverables. This procurement is critical for maintaining the operational efficiency and reliability of defense equipment, with a bid submission deadline set for March 12, 2025. Interested parties can contact John Prather at john.prather.3@us.af.mil or by phone at 801-586-3463 for further details.
    Repair of B-1B Rate of Flow Transmitter
    Buyer not available
    The Department of Defense, through the Department of the Air Force, is soliciting proposals for the repair of the B-1B Rate of Flow Transmitter under solicitation number FA8117-25-R-0005. The procurement aims to secure comprehensive repair services, including inspections and data reporting, to ensure the operational readiness of this critical aircraft component, with a focus on quality control and compliance with military standards. This opportunity is open to various business types, including small and veteran-owned entities, and requires submissions by March 10, 2025. Interested contractors can reach out to primary contact Relijah Sherman at relijah.sherman@us.af.mil or secondary contact David Herrig at david.herrig.1@us.af.mil for further information.
    C-5 Visor Door Actuator Overhaul
    Buyer not available
    The Department of Defense, specifically the Department of the Air Force, is soliciting proposals for the overhaul of the C-5 Visor Door Actuator under solicitation number FA8538-25-R-0003. This Request for Proposal (RFP) seeks qualified vendors to provide depot-level overhaul services for a critical component of the C-5 Galaxy cargo aircraft, with the contract structured as a Firm-Fixed Price (FFP), Indefinite Delivery Indefinite Quantity (IDIQ) type, anticipated to span five years with two ordering periods and three option years. The selected contractor will play a vital role in maintaining operational readiness for the C-5 aircraft, which is expected to remain in service until its retirement in 2040. Interested parties must submit their proposals by 5:00 PM EST on March 22, 2025, and can direct inquiries to Caiveon Thomas at caiveon.thomas@us.af.mil or Deborah Manly at deborah.manly@us.af.mil.