Test Stand HMI Replacement
ID: FA8125-25-Q-0030Type: Solicitation
Overview

Buyer

DEPT OF DEFENSEDEPT OF THE AIR FORCEFA8125 AFSC PZIMATINKER AFB, OK, 73145-3303, USA

NAICS

Electronic Computer Manufacturing (334111)

PSC

IT AND TELECOM - COMPUTE: SERVERS (HARDWARE AND PERPETUAL LICENSE SOFTWARE) (7B22)

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 proposals for the replacement of the Fuel Flow Transmitter Test Stand Human-Machine Interface (HMI) at Tinker Air Force Base, Oklahoma. The procurement involves providing two Siemens Touchscreen Displays, model 6AV2124-0QC13-0AX0, which must meet specific technical requirements, including a 15-inch widescreen TFT display, touch operation capabilities, and compatibility with Windows CE 6.0. This initiative underscores the Air Force's commitment to enhancing operational efficiency and reliability in equipment testing processes. Interested vendors, particularly those classified as small businesses under the SBA guidelines, should submit their quotes and any inquiries in writing to Jacqueline Henn at Jacqueline.Henn@us.af.mil, adhering to the submission deadlines outlined in the solicitation.

    Point(s) of Contact
    Files
    Title
    Posted
    The Oklahoma City Air Logistics Complex (OC-ALC) at Tinker Air Force Base is soliciting proposals for the replacement of the Fuel Flow Transmitter Test Stand Human-Machine Interface (HMI). The specific requirement includes the provision of two Siemens Touchscreen Displays, model 6AV2124-0QC13-0AX0. Essential characteristics for the new displays encompass a 15-inch widescreen TFT display, touch operation capabilities, a PROFINET interface, an MPI/PROFIBUS DP interface, and a configuration memory of 12 MB. The units must operate on Windows CE 6.0, which can be configured using WinCC Comfort V13 SP1 HSP. This request reflects the Air Force's commitment to upgrading its technology to enhance operational efficiency and reliability in equipment testing processes. The document outlines the detailed specifications required to ensure compatibility with existing systems, emphasizing the need for advanced technological solutions in military logistics and operations.
    This document is a solicitation for contracts specifically targeting Women-Owned Small Businesses (WOSB) for commercial products and services. It provides essential details for the procurement process, including requisition and contract numbers, award dates, solicitation information, and customer contact details. The file outlines necessary information for the offer submission, such as quantities, unit prices, and total award amounts. Additionally, it categorizes the acquisition as either unrestricted or set aside for specific business classifications like Economically Disadvantaged Women-Owned Small Business (EDWOSB) and Service-Disabled Veteran-Owned Small Business (SDVOSB). The solicitation incorporates relevant federal acquisition regulations (FAR) and underscores the contractor's obligations to deliver products and services as per the specified terms and conditions. The emphasis on supporting WOSBs reflects government initiatives to promote diversity and inclusion in federal contracting, aiming to bolster economic opportunities for women entrepreneurs and enhance their participation in the marketplace.
    Lifecycle
    Title
    Type
    Solicitation
    Similar Opportunities
    17--TOUCHSCREEN ASS,AIR
    Dept Of Defense
    The Department of Defense, specifically the Department of the Navy through NAVSUP Weapon Systems Support, is seeking proposals for the procurement of 20 units of a flight-critical touchscreen assembly, identified by NSN 7R-1720-LLZ98S465-EY. Due to the nature of the item, which is essential for aircraft launching equipment, the procurement requires Government source approval prior to contract award, as the technical data necessary for competitive solicitation is not available. Interested vendors must submit detailed information regarding their capability to produce the item, including any prior submissions for source approval, as offers lacking the required documentation will not be considered. For inquiries, Alexis K. Healy can be contacted at (215) 697-1143 or via email at ALEXIS.HEALY@NAVY.MIL, with a proposal submission deadline of 45 days from the notice publication date.
    66--DISPLAY,MULTIPLE AI, IN REPAIR/MODIFICATION OF
    Dept Of Defense
    The Department of Defense, specifically the Department of the Navy through NAVSUP Weapon Systems Support, is seeking proposals for the procurement of 20 units of a flight instrument display, identified by NSN 7R-6610-016507955-KB. This procurement requires engineering source approval due to the flight-critical nature of the item, necessitating that all proposals include detailed documentation demonstrating compliance with the source approval requirements. The contract is set aside exclusively for small business concerns, and interested parties must submit their proposals along with the necessary source approval information by the specified deadline, with the primary contact for inquiries being Danielle Diciacco at (215) 697-5970 or via email at danielle.diciacco.civ@us.navy.mil.
    66--DISPLAY,MULTIPLE AI, IN REPAIR/MODIFICATION OF
    Dept Of Defense
    The Department of Defense, specifically the Department of the Navy through NAVSUP Weapon Systems Support, is seeking proposals for the procurement of 11 units of a flight instrument display, identified by NSN 7R-6610-015762522-KB. This procurement requires engineering source approval due to the flight-critical nature of the item, necessitating that only approved sources may submit proposals, as the technical data necessary for full and open competition is not adequately available. Interested parties must provide detailed documentation regarding their qualifications and experience in producing similar items, as well as comply with the source approval process outlined by NAVSUP WSS. Proposals must be submitted within 45 days of the notice publication, and any inquiries should be directed to Danielle Diciacco at (215) 697-5970 or via email at DANIELLE.DICIACCO.CIV@US.NAVY.MIL.
    B-1 Multi Functional Display
    Dept Of Defense
    The Department of Defense, specifically the Air Force, is seeking sources for the B-1 Multi Functional Display, as outlined in a Sources Sought notice. This opportunity aims to identify potential contractors capable of providing repair and overhaul services for specific Multi Functional Display units, which are critical components for aircraft operations. The initiative underscores the importance of maintaining operational readiness and safety standards within the defense sector, as these displays are integral to aircraft functionality. Interested vendors must submit a Source Approval Request (SAR) package by December 11, 2024, to the designated email address, with further inquiries directed to SEND RESPONSES HERE at 422.SCMS.AFMC.RFI@us.af.mil.
    66--DISPLAY,MULTIPLE AI, IN REPAIR/MODIFICATION OF
    Dept Of Defense
    The Department of Defense, specifically the Department of the Navy through NAVSUP Weapon Systems Support, is seeking proposals for the procurement of 20 units of a flight instrument display, identified by NSN 7R-6610-014885951-KB. This procurement requires engineering source approval due to the flight-critical nature of the item, necessitating that only approved sources may submit proposals, as the technical data and manufacturing knowledge are not readily available to the Government. Interested parties must provide comprehensive documentation to demonstrate their capability and experience in producing similar items, as well as comply with the qualification requirements set forth by the Government engineering activity. Proposals must be submitted within 45 days of the notice, and inquiries can be directed to Danielle Diciacco at (215) 697-5970 or via email at danielle.diciacco.civ@us.navy.mil.
    70--DISPLAY UNIT
    Dept Of Defense
    The Department of Defense, specifically the Department of the Navy through NAVSUP Weapon Systems Support, is seeking qualified contractors to procure 15 units of a DISPLAY UNIT (NSN 7R-7025-016565034-QF) for the F18 E/F Fighter Aircraft. The procurement includes labor, material, and facilities necessary to fulfill the requirements, with the intention to negotiate exclusively with ELBITAMERICA INC under FAR 6.302-1 due to the lack of available data for repairs or manufacturing. This procurement is governed by the Buy American Act and is classified under NAICS code 334111, emphasizing the importance of sourcing commercial items. Interested parties must submit capability statements within 15 days of this notice and can contact Vlad Maksimchuk at vladimir.maksimchuk.civ@us.navy.mil for further details.
    58--DISPLAY UNIT,TELEVI
    Dept Of Defense
    The Department of Defense, through the Defense Logistics Agency (DLA Aviation), is seeking quotes for the procurement of 21 units of the DISPLAY UNIT, TELEVI, under solicitation number NSN 5821014812154. The procurement is set aside for small businesses, in accordance with FAR 19.5, and aims to deliver these units to DLA Distribution Warner Robins within 180 days after order. These display units are critical components used in various defense applications, emphasizing the importance of reliable electronic components in military operations. Interested vendors are encouraged to 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 will not be available.
    12--DISPLAY UNIT,MULTIF
    Dept Of Defense
    The Department of Defense, specifically the Department of the Navy through NAVSUP Weapon Systems Support, is soliciting proposals for the procurement of multifaceted display units under the title "12--DISPLAY UNIT,MULTIF." This procurement is aimed at acquiring Foreign Military Sales (FMS) spares, which are critical for supporting defense operations and ensuring the readiness of military equipment. The contract falls under the NAICS code 333914, focusing on measuring, dispensing, and other pumping equipment manufacturing, and is governed by various compliance and quality requirements, including the Buy American Act. Interested vendors can reach out to Danielle Diciacco at 215-697-5970 or via email at DANIELLE.DICIACCO.CIV@US.NAVY.MIL for further details regarding the solicitation process.
    F-16 Transmitter
    Dept Of Defense
    The Department of Defense, through the Defense Logistics Agency, is soliciting proposals for the procurement of F-16 transmitters, specifically requiring parts manufactured by qualified sources such as Honeywell and Lockheed Martin. This acquisition is critical for maintaining operational integrity in military aircraft, as the components are essential for measuring and controlling various process variables. Interested contractors must submit a qualification package to demonstrate their capability to meet stringent engineering and manufacturing standards, with a focus on compliance with military packaging and documentation requirements. For further details, potential bidders can contact Michelle Mihu at michelle.mihu@us.af.mil, and they should refer to the attached documents for specific guidelines and requirements related to the proposal submission process.
    NSN6685-01-523-0235_TemperatureTransmittter_F110_PN1960M40P09_FD2030-25-00931
    Dept Of Defense
    The Department of Defense, through the Defense Logistics Agency, is seeking potential suppliers for temperature transmitter components (NSN 6685-01-523-0235PR) required by the Air Force. This Sources Sought Synopsis aims to gather market research to identify capable manufacturers, particularly small businesses, that can manage the labor, materials, and logistics for the fabrication of these components. The procurement of these parts is crucial for maintaining operational readiness within the Air Force. Interested vendors are encouraged to register their participation and submit comprehensive business details, including company type and certifications, to the designated email addresses: 421SCMS.Requirements@us.af.mil and 421SCMS.Requirements.workflow@us.af.mil, as part of the qualification process for future procurement opportunities.