Mobile Automated Scanner Systems (MAUS) Repair and Calibration
ID: FA812524Q0087Type: Solicitation
Overview

Buyer

DEPT OF DEFENSEDEPT OF THE AIR FORCEFA8125 AFSC PZIMATINKER AFB, OK, 73145-3303, 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 soliciting proposals for the repair and calibration of Mobile Automated Scanner Systems (MAUS) under a Firm Fixed Price Indefinite Delivery Indefinite Quantity (IDIQ) contract. The selected contractor will be responsible for providing all necessary labor, materials, and equipment for repairs, which include a range of services from standard sensor replacements to major software upgrades, all while ensuring compliance with ISO 17025 calibration standards. This opportunity is crucial for maintaining the operational readiness of critical scanning technology used in government operations. Interested parties, particularly women-owned small businesses, must submit their quotes by the specified closing date and can direct inquiries to Madelyn Thompson at madelyn.thompson@us.af.mil or Jason Shirazi at Jason.Shirazi@us.af.mil.

    Point(s) of Contact
    Files
    Title
    Posted
    The Performance Work Statement (PWS) outlines the requirements for repair and calibration services for the Mobile Automated Scanner Systems (MAUS) at the Oklahoma City-Air Logistic Complex. The contractor is responsible for providing all necessary labor, materials, equipment, and inspection manuals for repairs at their facility. Services include equipment evaluation and tiered levels of repair, ranging from standard repairs like sensor replacements to major repairs such as software upgrades, ensuring compliance with specifications. The contractor must provide comprehensive repair reports and ensure the use of new parts unless authorized otherwise. Calibration services are to be certified in accordance with ISO 17025, including traceability requirements. The contractor is required to complete repairs within specified timeframes and is prohibited from removing equipment from the government premises without prior written consent. Quality assurance and compliance are vital, with performance assessments based on responsiveness to service requests, timely repair reports, and adherence to environmental safety standards. The contract allows the government to increase the number of systems serviced. Overall, the PWS emphasizes precision, accountability, and timely service delivery in maintaining critical scanning technology for government operations.
    The document outlines a solicitation for the procurement of services related to the Maintenance and Calibration of Mobile Automated Scanner Systems (MAUS) under an Indefinite Delivery Indefinite Quantity (IDIQ) contract. It specifies that the contract is intended for women-owned small businesses, following federal regulations to support this demographic in government contracting. Key points include the solicitation details like the request for quotes (RFQ), the quantities of various services required across three ordering periods (12, 24, and 36 months), and specific delivery addresses and contact information. The document also highlights essential clauses from the Federal Acquisition Regulation (FAR) that the contractor must adhere to, such as payment instructions and terms, packaging requirements for deliveries, and inspection criteria. Notably, it emphasizes the need for compliance with various labor laws to ensure equitable treatment of workers. The solicitation includes stipulations for pricing arrangements as firm fixed prices, with estimated quantities subject to change, illustrating a flexible but structured approach to federal procurement. Overall, the file serves as a comprehensive invitation for proposals, ensuring compliance while promoting opportunities for women-owned businesses in government contracts.
    Similar Opportunities
    Scale Calibration Services
    Active
    Dept Of Defense
    The Department of Defense, specifically the Department of the Air Force, is soliciting proposals for Scale Calibration Services at Dover Air Force Base, Delaware. The contract, valued at $34 million, requires the selected contractor to provide preventive and remedial maintenance for a total of 46 scales, ensuring compliance with calibration standards and safety regulations. This service is critical for maintaining the accuracy of weighing equipment essential to the operations of the 436th Aerial Port Squadron. Interested small businesses must submit their quotes by September 17, 2024, with questions due by September 6, 2024; inquiries can be directed to Sydney Hocker at sydney.hocker.1@us.af.mil or Justin Bordalo at justin.bordalo@us.af.mil.
    Calibrate and Repair Serial Number 1040C
    Active
    Dept Of Defense
    The U.S. Navy seeks quotes for repairing and calibrating specific serial number panel meter calibrators, issued through Solicitation N00421-24-Q-0371. These calibrators, manufactured by Arbiter Systems Inc., are vital for ensuring accurate measurements in electrical and electronic testing, and the Navy requires prompt quotations for a quick turnaround. The total contract value is approximately $10,000, with responses due by 1:00 pm EST on August 13, 2024, to the procurement group at Patuxent River.
    ReRepair of 8 N9913A/N9923A FieldFox RF Vector Network Analyzer
    Active
    Dept Of Defense
    The Department of Defense, specifically the Department of the Air Force, is seeking proposals for the repair of eight N9913A/N9923A FieldFox RF Vector Network Analyzers, which are critical for maintaining the ATCALS systems used by pilots for landing aircraft. This procurement will be a Sole Source Direct Award to Keysight Technologies Inc., and the contract will be structured as a Firm Fixed Price (FFP) agreement. The successful contractor will ensure the operational readiness of these analyzers, which play a vital role in aviation safety and efficiency. Proposals are due by September 20, 2024, at 3:00 PM CST, and interested parties should direct inquiries to Donald Wallar at donald.wallar@us.af.mil or call 405-739-7664.
    ATOS Q 12M SCANNER FOR THE WATERVLIET ARSENAL
    Active
    Dept Of Defense
    The Department of Defense, specifically the Department of the Army, is soliciting proposals for the procurement of an ATOS Q 12M scanner for the Watervliet Arsenal in New York. The contract encompasses the delivery, installation, and training for the scanner, which is essential for high-precision 3D scanning applications in manufacturing and engineering processes. This procurement emphasizes the integration of advanced technology while adhering to stringent environmental regulations, including compliance with hazardous waste management and pollution prevention laws. Interested small businesses must submit their proposals by October 7, 2024, and can direct inquiries to Amanda Robinson at amanda.p.robinson2.civ@army.mil or by phone at 518-266-4931.
    Compact and Outdoor Antenna and Radome Ranges
    Active
    Dept Of Defense
    The Department of Defense, specifically the Department of the Air Force, is preparing to issue a Request for Proposal (RFP) for the calibration and preventive maintenance of compact indoor and outdoor antenna/radome test facility equipment at Robins Air Force Base in Georgia. The contractor will be responsible for providing all necessary parts, labor, equipment, materials, travel, and services to support the Electronic Maintenance Group (EMXG), covering multiple ranges including Ranges 1-5, 9, and ALM-266, with ALM-266 requiring preventative maintenance only. This procurement is a sole source requirement directed to NSI-MI Technologies, Inc., with plans for a Firm-Fixed Price (FFP) contract for one base year and four option years, anticipated to be awarded around September 23, 2024. Interested parties may express their interest and capability to respond, but no foreign companies will be permitted to participate; inquiries can be directed to Claudette Macneil at claude.macneil@us.af.mil or Michele Watts at michele.watts.1@us.af.mil.
    HH-60W Ux Validator II Test Set Repair
    Active
    Dept Of Defense
    The Department of Defense, specifically the Air Force Life Cycle Management Center, is seeking proposals for the repair and refurbishment of the Ux Validator II Test Set and associated equipment to support the HH-60W helicopter. The procurement aims to ensure the operational readiness and availability of critical test sets used for aircraft maintenance, which are essential for verifying the functionality of various aircraft systems and components. This long-term contract is structured as a ten-year agreement, including a base year and nine optional years, with an estimated quantity of 24 units per year and a required delivery timeframe of 12 months after receipt of funded orders. Proposals are due by 5:00 PM EDT on October 3, 2025, and interested parties should contact Dominique Doyle at Dominique.doyle@us.af.mil or Hillary Souther at Hillary.souther@us.af.mil for further information.
    Calibration/Maintenance of TMET GC/MS Systems
    Active
    Dept Of Defense
    The Department of Defense, specifically the U.S. Army Contracting Command – Aberdeen Proving Ground, is seeking a contractor to provide a full coverage service agreement for the maintenance and calibration of two Gas Chromatograph/Mass Spectrometer (GC/MS) systems located at the DEVCOM Soldier Center in Natick, Massachusetts. The primary objective of this procurement is to ensure optimal performance and minimize downtime of the GC/MS systems, which are critical for accurate textile testing conducted by the Textile Materials Evaluation Branch. The contract will include annual preventative maintenance visits, software and hardware support from factory-trained engineers, and the provision of calibration certificates and service reports, with a performance period of one base year and three optional years. Interested contractors must submit proposals by 12:00 p.m. EST on September 23, 2024, and can direct inquiries to Chris Welsh at richard.c.welsh2.civ@army.mil or Timothy Konetzny at timothy.m.konetzny.civ@army.mil.
    MXS Tool Kits
    Active
    Dept Of Defense
    The Department of Defense, specifically the Department of the Air Force, is seeking proposals from qualified small businesses for the procurement of mobile toolboxes as part of a combined synopsis/solicitation. The objective is to equip four deployable ISU-70s with a total of eight toolboxes, each customized with foam cut-outs for specific hand tools and etched for identification in accordance with military standards. This initiative is crucial for enhancing operational readiness and efficiency in aircraft maintenance operations, ensuring that maintenance personnel have the necessary tools readily available in the field. Interested vendors must submit their proposals by September 20, 2024, and direct any inquiries to Matthias Wilson at matthias.wilson.1@us.af.mil or Joshua Connelly at joshua.connelly.1@us.af.mil, with all submissions required to comply with the regulations outlined in the solicitation document.
    Bruker M4 Tornado Plus 26S Service Maintenance
    Active
    Dept Of Defense
    The Department of Defense, specifically the Air Force Life Cycle Management Center, intends to award a contract for service maintenance of the Bruker M4 Tornado Plus 26S Super Light Element Micro X-Ray Fluorescence (XRF) System. The procurement involves a firm-fixed-price purchase order for recurring maintenance services, including a base contract with two optional years, valued at approximately $85,155. This specialized system is critical for both commercial and government applications, and the justification for a sole source procurement is based on Bruker being the only authorized provider of necessary services and parts in the U.S. Interested firms must express their capabilities to the Contract Specialist, Cuong Chau, at cuong.chau.1@us.af.mil, or the Contracting Officer, Rebecca Natal, at rebecca.natal.1@us.af.mil, within five days of this notice, with the award expected by September 30, 2024.
    Optical Comparator Systems
    Active
    Dept Of Defense
    The Department of Defense, through the Naval Surface Warfare Center, is seeking proposals from qualified small businesses for the procurement of Optical Comparator Systems, with a total of 27 units required under an indefinite-delivery, indefinite-quantity contract. The primary objective is to replace outdated calibration equipment essential for various test and measurement devices, ensuring operational readiness and compliance with military calibration protocols. The contract includes provisions for operator manuals, calibration certifications, and training services both within the continental U.S. and overseas, emphasizing the importance of effective system utilization. Proposals must be submitted by September 20, 2024, at 11:00 AM PDT, to Wendell Mendoza at wendell.l.mendoza.civ@us.navy.mil, with evaluations based on technical merit, past performance, and price.