Laser Vector Preventative Maintenance and Calibration
ID: FA857125Q0016Type: Combined Synopsis/Solicitation
Overview

Buyer

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

NAICS

All Other Professional, Scientific, and Technical Services (541990)

PSC

MAINT/REPAIR/REBUILD OF EQUIPMENT- INSTRUMENTS AND LABORATORY EQUIPMENT (J066)
Timeline
    Description

    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.

    Point(s) of Contact
    Files
    Title
    Posted
    The Performance Work Statement (PWS) outlines the requirements for preventative maintenance and calibration services for Laser Vision Vector Measuring Machines and VB-series Tube Benders at Robins Air Force Base, Georgia. The contractor must provide all necessary materials, labor, and certification for two scheduled maintenance visits per year for the lasers and one annual maintenance for the tube benders, along with detailed inspection and reporting on each piece of equipment. The contract spans 12 months with four optional extensions. The document emphasizes safety protocols, security requirements, and compliance with environmental standards, mandating contractor personnel to undergo training in Environmental Management and Energy Management Systems as well as adhere to strict safety protocols. The contractor must also submit a comprehensive safety plan for approval within 10 days post-award and notify the Government of any mishaps within specified timelines. Overall, the PWS serves to ensure that critical maintenance and safety standards are met to protect equipment and personnel at a key military facility, demonstrating a commitment to operational readiness and compliance with government regulations.
    The DD Form 1423-1 serves as the Contract Data Requirements List (CDRL) for a project involving the preventive maintenance and calibration of Laser Vision Vector Measuring Machines. It mandates the contractor to perform two onsite calibrations six months apart, with the first scheduled within a month following contract award. Upon completion, a certification detailing the maintenance and calibration must be submitted to the designated government personnel. The form delineates various items, including authority, required documentation, and points of contact, highlighting oversight by specific government representatives. Additionally, the form outlines instructions for completion, categorizing data items based on their importance to contract performance. The structure includes instructions for both government personnel and contractors on preparing and approving documents in compliance with government standards. Overall, the document's purpose is to standardize data delivery requirements for contracts, ensuring thorough documentation and accountability in government projects.
    The DD Form 1423-1 is utilized by the Department of Defense to outline contract data requirements for contractors. It provides a structured approach for documenting essential data items related to contracts, such as system title, contractor details, data item number, and submission requirements. Key elements include the contract line item, category of data, requiring office, training requirements for contractor personnel, and distribution of data items upon submission. Specific attention is given to the Environmental Management System (EMS) training, mandating that all personnel engaged at Robins AFB complete initial training, with consequences for failure to document compliance. Contact points for various responsibilities related to the contract are provided, ensuring clear communication channels. The form emphasizes the contractor’s obligation to report training completion and specifies the pricing structure for data items across different cost groups, aiding in government accountability and transparency in project management. Overall, this document is crucial in maintaining standards and compliance within government contracting processes.
    The document outlines the Contract Data Requirements List (CDRL) as per DD Form 1423-1 for a specific contract involving the Energy Management System (EnMS) at Robins Air Force Base (AFB). It details the requirements for contractors working within ISO 500001 certified areas, emphasizing the necessity for initial EnMS training for all personnel involved. The form captures essential contract data, including item numbers, titles, submission dates, and distribution information, ensuring compliance with government data specifications. Specific points of contact for the Energy Office and contracting officers are provided for oversight. The document serves as guidance for the documentation and submission processes required in federal contracts, ensuring contractors meet both performance requirements and administrative standards in delivering data items. Ultimately, it reinforces the government's commitment to energy management while delineating contractor responsibilities in maintaining compliance with established guidelines.
    The document is the DD Form 1423-1, a Contract Data Requirements List (CDRL) utilized by the Department of Defense for managing data acquisition during contract execution. It provides a structured format for contractors to outline essential data items associated with their contracts, including details such as data item numbers, titles, submission schedules, and distribution protocols. One specific requirement listed is the Contractor's Safety Plan, which must be submitted in draft format within 10 working days post-award for government review and approval. The contractor is responsible for including an Appendix C, annotating any non-applicable items regarding the work to be performed. Final versions of the safety plan must be provided within 10 working days of draft acceptance. Key points include procedural instructions for data submittal, government approval timelines, and contact information for primary government personnel. This document serves as a crucial tool for ensuring compliance with established data requirements in government contracts, reflecting the framework guiding collaboration between contractors and government entities. Overall, it facilitates transparency, accountability, and efficiency in project execution within federal contracting frameworks.
    The document is the DD Form 1423-1, known as the Contract Data Requirements List, used in government contracts to specify data items needed by the Department of Defense (DoD). It includes fields for the contract line item number, type of data (Technical Data Package, Technical Manual, or other), and various details related to data acquisition requirements. The form outlines procedures for mishap notification related to DoD property, including a specific timeline for reporting incidents and details needed in the reports. Instructions for completing the form include guidelines for categorizing data items, timelines for submissions, and contacts for government representatives. This form is particularly significant for ensuring accountability and compliance in contract performance, aiding in tracking and managing data requirements efficiently. The DD Form 1423-1 is a vital document in the context of federal grants and local/state RFPs, reflecting the structured approach the government takes toward data governance and safety in contract operations.
    The document outlines Industrial Safety and Health Requirements for contractors concerning the Laser Vector Preventative Maintenance and Calibration project. It emphasizes the contractor's responsibility to create a detailed Safety and Health Plan that complies with various federal, state, and Air Force regulations. Key areas of focus include Environmental, Safety, and Occupational Health (ESOH) compliance, Voluntary Protection Programs (VPP), mishap reporting notifications, and specific safety protocols related to hazardous materials, electrical safety, and protective equipment. Contractors are mandated to ensure safe working conditions, provide proper training, and maintain protective equipment, with periodic inspections by Air Force officials to guarantee compliance. A detailed mishap notification process for reporting incidents is outlined, along with strict impoundment procedures for damaged equipment. Additional requirements cover personal protective equipment, machinery guarding, and housekeeping practices to prevent hazards. Overall, the document serves as a regulatory framework aimed at maintaining high safety standards in contractor operations, reflecting government prioritization of safety in defense contracts and operations.
    The document outlines a government solicitation for Women-Owned Small Business (WOSB) contracts, specifically for preventative maintenance and calibration services for Laser Vision Vector Measuring Machines and VB-series Tube Benders at Robins Air Force Base, Georgia. The main requisition number is FA857125Q0016, with a solicitation date of October 2024. The request intends to procure firm-fixed-price services, indicating a clear standard for pricing and delivery. Key elements include a detailed schedule of supplies and services required, specifying quantities and unit prices for various items, alongside requisite certifications and reports. The agreement emphasizes its goal to solicit these services on a sole-source basis to NUMALLIANCE-NORTH AMERICA, INC., indicating a defined and exclusive vendor relationship. Additional details such as inspection and acceptance conditions, delivery schedules, and points of contact for further inquiries emphasize operational clarity and accountability for executing the contract. The document concludes with the registration requirements for the Wide Area Workflow (WAWF) system for electronic payment processing, underscoring the necessary administrative protocols. This solicitation represents a strategic initiative to enhance service efficiency in technical tasks at the military facility.
    The document outlines a single source justification request for a contract related to preventative maintenance and calibration services for Laser Vector Machines and VB-series Tube Benders at Robins AFB, GA, to be provided by Numalliance - North America, Inc. This contract is necessary to prevent work stoppages, as the machines are critical for certifying tubes in the shop and the technology is outdated, with the OEM being the only certified provider for these services. Market research identified no alternative vendors capable of performing the required services, as searches for small businesses yielded no results in the relevant categories. The estimated period for the contract spans from November 25, 2024, to November 24, 2030, with plans to regularly monitor the market for any potential competition in the future. The contracting officer has concluded that only a single source is reasonably available for this action under the established federal guidelines. This document emphasizes the importance of maintaining production capability and compliance with government quality standards by securing specialized services from the OEM.
    Lifecycle
    Title
    Type
    Combined Synopsis/Solicitation
    Similar Opportunities
    Optical Comparator Preventive Maintenance
    Dept Of Defense
    The Department of Defense, specifically the Department of the Army, is seeking contractors to provide preventive maintenance for optical comparators under a solicitation notice. The objective of this procurement is to ensure the proper functioning and longevity of these precision measurement tools, which are critical for various defense applications. The maintenance services will fall under the NAICS code 811210, focusing on electronic and precision equipment repair and maintenance, with a PSC code of J052 for measuring tools. Interested parties can reach out to Johnny Stewart at johnny.stewart2.civ@army.mil or call 571-588-0971 for further details regarding the solicitation process.
    CensiTrac Laser Instrument Marking Machine
    Dept Of Defense
    The Department of Defense, specifically the Department of the Air Force, is seeking to procure a CensiTrac Laser Instrument Marking Machine through a sole source justification. This specialized equipment is essential for marking instruments used in hospital settings, falling under the category of hospital furniture, equipment, utensils, and supplies. The procurement aims to enhance operational efficiency and ensure compliance with medical standards. Interested vendors can reach out to primary contact Adalie Greig at adalie.greig@us.af.mil or secondary contact Marcus Thomas at marcus.thomas.3@us.af.mil for further details regarding this opportunity.
    VDATS Support Equipment Rhodes & Schwartz
    Dept Of Defense
    The Department of Defense, specifically the Department of the Air Force, is soliciting proposals for the procurement of VDATS support equipment kits, including RF, AB-19, SASI, PM, SIG GEN, and VDATS XC Kits, under solicitation FA857926R00010001. This firm-fixed-price requirements contract is set for a five-year period, with an estimated quantity of five units per kit for each of the five ordering periods, and is specifically set aside for Women-Owned Small Businesses (WOSB) and Economically Disadvantaged Women-Owned Small Businesses (EDWOSB). The equipment is crucial for measuring and testing electrical signals, and all kits will be inspected and accepted at Robins AFB in Georgia. Interested offerors must provide a financial capability statement, substantiating documentation, and detailed pricing information, with proposals due by the specified deadline. For further inquiries, contact Jonathon VanBrunt at jonathon.vanbrunt@us.af.mil or Valerie Evans at valerie.evans.1@us.af.mil.
    Remanufacture of B-1B Electro-Mechanical Actuator.
    Dept Of Defense
    The Department of Defense, through the United States Air Force, is seeking contractors for the remanufacture of B-1B Electro-Mechanical Actuators, which are critical components for aircraft yaw trim functionality. The procurement involves a firm-fixed-price, 5-year requirements contract that includes a 3-year basic period and a 2-year option, with an estimated annual requirement of 12 units. This initiative is vital for maintaining the operational readiness and safety of the B-1B aircraft fleet. Interested parties should note that the solicitation is expected to be released around December 31, 2025, and must direct inquiries to Jessica Vinyard or M. Ryan Churchwell via the provided email addresses. Offerors are required to comply with qualification requirements and submit a DD Form 2345 for technical data access.
    Remanufacture B-1 Horizontal Stabilizer Servo-Cylinder
    Dept Of Defense
    The Department of Defense, specifically the Department of the Air Force, is seeking contractors for a five-year firm-fixed-price requirements contract to remanufacture B-1 Horizontal Stabilizer Servo-Cylinders. This procurement involves restoring various models of servo-cylinders, which are critical components for aircraft flight control surfaces, to a like-new condition, requiring compliance with ISO 9001-2015 standards and a minimum Supplier Performance Risk System (SPRS) assessment score of 110. Proposals are due by January 15, 2026, at 1:00 PM, and payment will be contingent upon the availability of appropriated funds. Interested vendors should contact Dessie Breslin at dessie.breslin@us.af.mil or Amy Gil at amy.gil@us.af.mil for further details.
    Large Laser Marking Machine - Sources Sought
    Dept Of Defense
    The Department of the Air Force is seeking sources for a large Laser Marking Machine to be delivered to Arnold Air Force Base in Tennessee. This procurement aims to identify both small and large businesses capable of meeting specific technical requirements, including the ability to mark various materials such as carbide, copper, plastics, steels, and rubber, with a minimum workpiece size of 8” H x 40” W x 25” D. The machine must include advanced features such as a 50W Ytterbium Pulsed Fiber Laser, Ethernet capabilities, and a rail docking system, while adhering to NFPA 70 standards and providing a 24-month warranty with on-site repair services. Interested vendors must submit their company information, SAM UEI number, budgetary estimates, and projected delivery timelines to Ms. Bailey Deason via email by 12:00 PM CT on December 22, 2025.
    Service Repair for Sciaky Spot Welder
    Dept Of Defense
    The Department of Defense, specifically the Department of the Air Force, is soliciting proposals for service repair of a Sciaky Spot Welder at Tinker Air Force Base, Oklahoma. The procurement aims to secure a contractor capable of troubleshooting, repairing, and calibrating the welder, ensuring it operates effectively, particularly addressing issues related to Tip Touch Force Control and Executable Contact Gauge Pressure Setpoint, as outlined in the Performance Work Statement. This contract is crucial for maintaining operational capabilities at the Air Logistics Complex and is set to have a total award amount of $12,500,000, with a performance period from December 12, 2025, to January 12, 2026. Interested vendors, particularly Women-Owned Small Businesses, must submit their quotes by November 28, 2025, and can direct inquiries to Jacqueline Henn at Jacqueline.Henn@us.af.mil.
    Vehicle Scale Calibration Services
    Dept Of Defense
    The Department of Defense, specifically the Department of the Air Force, is seeking qualified vendors to provide Vehicle Scale Calibration Services at Beale Air Force Base, California. The procurement involves annual calibration, inspection, testing, and maintenance of six government-owned scales used for verifying vehicle and cargo weights, ensuring compliance with Department of Transportation and MIL-AIR weight limitations. This contract is crucial for maintaining operational efficiency and safety standards, with a total small business set-aside and a potential contract value not exceeding $5,000 per year for "Over and Above" repairs. Interested parties must submit their quotes by January 6, 2026, and are encouraged to attend a site visit on December 22, 2025, with prior access arrangements required by December 17, 2025. For further inquiries, contact Lamar Mullins at lamar.mullins@us.af.mil or Katherine Moe at katherine.moe@us.af.mil.
    Repair of the Air Data Processor (ADP)
    Dept Of Defense
    The Department of Defense, specifically the Department of the Air Force, is soliciting a Firm Fixed Price contract for the repair of the Air Data Processor (ADP), NSN: 6610-01-432-8459FX, with a focus on providing all necessary parts and labor for testing and repair. This sole source requirement is directed towards Honeywell International, as they possess the unique technical data and capabilities required to ensure compatibility with the F-15E’s performance specifications. The contract, which is critical for maintaining operational readiness, will be executed under a Direct Sales Partnership Agreement and is set for a duration of one year, with proposals due by January 30, 2026. Interested parties can reach out to Madison Norris at madison.norris@us.af.mil for further details.
    SPERONI MAGIS 600 N6449826Q5019
    Dept Of Defense
    The Department of Defense, specifically the Naval Surface Warfare Center (NSWC) Philadelphia Division, is seeking contractors to provide two units of the SPERONI MAGIS 600 tooling measurement systems. These systems are essential for measuring cutting tools prior to use, ensuring that high-speed machines maintain the correct distance during machining processes. The procurement is structured as a one-year Firm-Fixed-Price (FFP) contract, with the successful contractor responsible for the shipment of all necessary parts. Interested parties can reach out to Shain Quigley at shain.t.quigley.civ@us.navy.mil or by phone at 445-227-2263 for further details.