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
    Ion Vapor Deposition Machine Maintenance
    Buyer not available
    The Department of Defense, specifically the Department of the Air Force, is seeking qualified contractors for the maintenance of two Ion Vapor Deposition (IVD) machines located at Robins Air Force Base in Georgia. The procurement requires comprehensive maintenance services, including semi-annual preventive maintenance, technical support, and training for personnel, ensuring the operational readiness of critical aerospace-related equipment. This opportunity is vital for maintaining the functionality and reliability of IVD machines, which play a significant role in aerospace manufacturing processes. Interested contractors must submit their qualifications by March 6, 2025, and can direct inquiries to Traci Chance at traci.chance@us.af.mil or Lesley Sparks at lesley.sparks@us.af.mil for further clarification.
    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.
    Cleaning Laser Ablation Depaint System
    Buyer not available
    The Department of Defense, specifically the Department of the Air Force, is seeking contractors for the procurement of a Cleaning Laser Ablation Depaint System, known as the CL2000, to be utilized at Robins Air Force Base in Georgia. The contract involves the supply, installation, and training for two laser systems, which will replace existing media blasting processes that pose safety and environmental risks. This procurement is critical for enhancing safety during aircraft maintenance operations and ensuring compliance with Occupational and Environmental Exposure Limits. Interested contractors should contact Natalie Roberson at natalie.roberson@us.af.mil or Claudette Macneil at claudette.macneil@us.af.mil for further details, as the contract includes specific requirements for safety training and environmental management compliance.
    Two (2)CNC Tube Benders , 22-20-1203
    Buyer not available
    The Department of Defense, through the Defense Logistics Agency (DLA Aviation), is seeking to procure two CNC tube benders under the presolicitation notice titled "Two (2) CNC Tube Benders, 22-20-1203." The procurement aims to fulfill specific manufacturing needs within the fabricated pipe and pipe fitting industry, as indicated by the NAICS code 332996, and is crucial for enhancing operational capabilities in military logistics. The place of performance for this contract will be in Jacksonville, Florida, and interested vendors can reach out to Cynthia Scott at Cynthia.Scott@dla.mil or by phone at 804-241-0084 for further details. The timeline for this opportunity and additional funding information will be provided in subsequent announcements.
    CMM Hexagon Repair
    Buyer not available
    The Department of Defense, specifically the Department of the Air Force, is seeking contractors to perform repairs on a Hexagon Global Advantage 9.12.8 Coordinate Measurement Machine (CMM) located at Tinker Air Force Base in Oklahoma. The primary objective of this procurement is to address a malfunction in the PH10-C controller, which turns off during scanning, requiring comprehensive repairs, including the replacement of defective components and the provision of on-the-job training for staff. This equipment is critical for ensuring precision in measurement and quality control within defense operations, highlighting the importance of maintaining operational integrity and safety standards. Interested contractors should reach out to Brian Eakers at brian.eakers@us.af.mil or Keith Russ at keith.russ@us.af.mil for further details, as adherence to safety protocols and timely communication is essential throughout the contract period.
    Tubing Repair Kit
    Buyer not available
    The Department of Defense, specifically the Department of the Air Force, is seeking offers for the procurement of Tubing Repair Kits under solicitation FA8517-25-Q-0011. This requirement involves a sole-source purchase from Designed Metal Connections Inc (DMC), as the kits contain proprietary data and are essential for repairing aircraft tubing lines in the field. The Tubing Repair Kit, identified by NSN 5180-01-143-3282, is a complete toolkit necessary for maintaining operational readiness of aircraft. Interested vendors must submit their proposals by February 24, 2025, at 5:30 PM, and can direct inquiries to Latonya Jackson at latonya.jackson.1@us.af.mil or Marwa Fuller at marwa.fuller@us.af.mil.
    Repair of the SEM/EDX JetSCAN Equipment
    Buyer not available
    The Department of Defense, specifically the Department of the Air Force, is soliciting proposals for the repair of Scanning Electron Microscopes (SEM/EDX), focusing on the inoperable JetSCAN equipment. The procurement aims to establish a firm fixed price contract that includes identifying, troubleshooting, and repairing the JetSCAN machines, along with providing a three-day user training course and monthly status reports for data trend analysis. These services are crucial for maintaining the operational readiness of high-value scientific equipment used by the U.S. Air Force. Proposals are due by January 16, 2025, and interested contractors can reach out to Jordan Rausch at jordan.rausch@us.af.mil or Lance Culver at jimmy.culver@us.af.mil for further information.
    Wheel Build-Up Stand and Wheel Assembly Stand (Brand name)
    Buyer not available
    The Department of the Air Force is seeking qualified small businesses to provide a Wheel Build-Up Stand and Wheel Assembly Stand, specifically the Bauer Model 8071 and Model 8731, to support the 60th Maintenance Squadron at Travis Air Force Base. The procurement aims to replace outdated and inoperative equipment essential for assembling aircraft wheels, including those for the C-17, C-5, and KC-46, which has currently reduced production capacity to 25% of normal operations. This equipment is critical for maintaining aircraft readiness and preventing supply chain delays in maintenance operations. Interested vendors must submit their quotes by November 19, 2024, at 12:00 PM PST, and can contact SrA Estrada Dighiera at amelia.estradadighiera@us.af.mil or Vitaliy Kim at vitaliy.kim@us.af.mil for further information.
    AN_MPN 14K GPA-134 Video Mapping Generator (VMG) System Modification
    Buyer not available
    The Department of Defense, specifically the Department of the Air Force, is soliciting proposals for the modification of the AN/MPN-14K GPA-134 Video Mapping Generator (VMG) System. The primary objective is to develop, test, and deliver seven units, including one First Article Test (FAT) unit and six production units, to enhance the operational capabilities of the Landing Control Central (LCC) that relies on this system for radar data presentation. This modification is crucial for modernizing outdated components and ensuring the effectiveness of air traffic control operations. Interested contractors should direct inquiries to P. Michelle Prather at phaedra.prather@us.af.mil or Kimberly Simms at kimberly.simms.1@us.af.mil, with the solicitation number FA810225RB003 issued on February 3, 2025, and a performance period of 12 months.
    Parts Washers Service
    Buyer not available
    The Department of Defense, specifically the Department of the Air Force, is seeking qualified contractors for a Parts Washers Service at the Warner Robins Air Logistics Complex and Robins Air Force Base in Georgia. The contract, which spans five years, involves servicing 45 parts washers—24 government-owned and 21 leased—while ensuring compliance with federal and state environmental regulations. This service is critical for maintaining operational efficiency and safety within the military installation, emphasizing the importance of environmental management and safety protocols. Interested contractors are encouraged to submit their capabilities documentation by March 21, 2025, to Kerri Fox at kerri.fox@us.af.mil or Teresa Duval at teresa.duval@us.af.mil, as the government seeks to assess market interest and contractor qualifications for this essential service.