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
    AGILENT 3070 TEST STATIONS ON-SITE SUPPORT
    Active
    Dept Of Defense
    The Department of Defense, specifically the Department of the Air Force, is seeking a contractor to provide on-site support for eight Agilent 3070 Series I, II, and III Test Stations located at Robins Air Force Base in Georgia. The contractor will be responsible for delivering all necessary labor, tools, equipment, and materials to perform unscheduled repairs, calibration every 180 days, and technical support, ensuring the operational readiness of critical aerospace equipment. This support is vital for maintaining the serviceability of Line Replaceable Units (LRU) and Shop Replaceable Units (SRU), with a contract period of one year and four optional extensions. Interested parties should contact Hayley Dowling at hayley.dowling@us.af.mil or Phillip Richardson at phillip.richardson.2@us.af.mil for further details, as this opportunity is set aside for small businesses.
    Coordinate Measuring Machines for Depot Level Maintenance on T408 Engine
    Active
    Dept Of Defense
    The Department of Defense, through the Naval Air Warfare Center Aircraft Division (NAWCAD), is seeking to acquire two Moving Bridge Coordinate Measuring Machines (CMM) to support the CH-53K Program. These machines are essential for measuring General Electric T408 Jet Engine Compressor Rotors and Stators as part of the Depot Level Maintenance on the T408 Engine, addressing the limitations of existing Naval machinery in performing the required Grind & Balance Effort. Interested vendors must be registered in the System for Award Management (SAM) and are encouraged to express their interest within fifteen days of this presolicitation notice. For further inquiries, potential offerors can contact Ms. Tammy Fossa at tamara.d.fossa.civ@us.navy.mil.
    Torque System - Travis AFB, CA
    Active
    Dept Of Defense
    The Department of Defense, through the 60th Contracting Squadron at Travis Air Force Base, is seeking qualified small business vendors to procure a replacement torque system and wheel build-up stand for aircraft wheel assembly. The requirement includes the acquisition of specific Bauer brand parts to restore operational capacity for assembling wheels of C-17, C-5, and KC-46 aircraft, as the current equipment is inoperative and has significantly reduced production capability to 25%. This procurement is critical to maintaining efficient aircraft maintenance operations and preventing supply chain delays. Interested vendors must submit their bids by October 31, 2024, and can direct inquiries to SrA Estrada Dighiera at amelia.estradadighiera@us.af.mil or 707-424-7664, or to Vitaliy Kim at vitaliy.kim.1@us.af.mil.
    Projection System Alignment
    Active
    Dept Of Defense
    The Department of Defense, specifically the Department of the Air Force, is seeking contractors for a potential requirement involving the alignment, warping, and blending of five Barco F80 projectors located in the Main Conference Room at Maxwell AFB, Alabama. The project aims to restore display integrity using Scalable technology, ensuring a seamless visual experience across a curved projection screen. This specialized service is critical for the operational effectiveness of the LeMay Center Wargaming, which relies on high-quality visual displays for its activities. Interested contractors must provide capability statements confirming Barco certification and access to necessary source codes, with questions accepted until October 22, 2024. For further inquiries, contact Tyrel Tinsley at tyrel.tinsley@us.af.mil or call 334-953-3869.
    Overhaul of B-1 Hydraulic Motors
    Active
    Dept Of Defense
    The Department of Defense, specifically the Department of the Air Force, is soliciting proposals for a contract focused on the overhaul of B-1 Hydraulic Motors, with a firm fixed-price requirements contract anticipated for one year starting December 2024. The contractor will be responsible for providing all necessary materials, labor, and expertise to restore government-furnished reparables to a like-new condition, ensuring compliance with stringent quality standards and technical specifications. This procurement is vital for maintaining the operational readiness of military aircraft, reflecting the Air Force's commitment to reliable maintenance and parts supply. Interested vendors must submit their proposals by November 13, 2024, and can direct inquiries to Dessie Breslin at dessie.breslin@us.af.mil or David O'Rourke at david.orourke@us.af.mil.
    ECOLBE Brake Tester
    Active
    Dept Of Defense
    The Department of Defense, specifically the Department of the Air Force, is soliciting proposals for the procurement of one C-5 ECOLBE Brake Tester to be delivered to the 402d Aircraft Maintenance Group at Robins Air Force Base in Georgia. The contractor is required to provide all necessary tools, parts, materials, equipment, labor, and transportation for the assembly and delivery of the brake tester, adhering to specific design drawings and operational security regulations. This procurement is crucial for maintaining operational readiness within military operations, emphasizing the importance of compliance with environmental standards and supply chain risk management. Interested small businesses must register in the Joint Certification Program to obtain bid documents and submit their proposals, with the primary contact for inquiries being Tarmeka Battle at Tarmeka.Battle@us.af.mil.
    Repair of B-52 Flow Control Sensor Venturi Valve
    Active
    Dept Of Defense
    The Department of Defense, specifically the Department of the Air Force, is soliciting proposals for the repair of B-52 Flow Control Sensor Venturi Valves under solicitation FA8118-25-R-0001. The procurement aims to ensure the operational readiness of military aircraft by maintaining essential components, with a firm-fixed-price contract expected to span five years from November 2024 to November 2029. Interested contractors must comply with various regulatory standards and provide a comprehensive supply chain risk management plan, emphasizing quality assurance and timely delivery. For further inquiries, potential bidders can contact Jessica Vinyard at jessica.vinyard.1@us.af.mil or Jacqueline West at jacqueline.west@us.af.mil, with a focus on encouraging participation from small businesses, including women-owned and veteran-owned enterprises.
    Viewpoint Annual Software Maintenance Agreement
    Active
    Dept Of Defense
    The Department of Defense, through the Medical Readiness Contracting Office – East (MRCO-E) at Womack Army Medical Center, is seeking qualified vendors to provide the GE Viewpoint Annual Software Maintenance Agreement. This procurement aims to ensure the continued functionality of the GE Precision Healthcare software, allowing WAMC staff to access support for software issues and errors through the Viewpoint help desk. The anticipated contract will span from December 1, 2024, to November 30, 2029, consisting of one base year and four optional years, with the solicitation number W91YTZ25QA001 to be posted on Sam.gov. Interested vendors must provide their Dunn and Bradstreet number, CAGE code, tax ID number, and published price list, and are encouraged to contact Cynthia A. Richardson-Rhone or Michael J. McCollum for further information before the Sources Sought closing date of October 28, 2024.
    Laser PFN Optical B, NSN: 1430013087006, P/N 2988771-1, for M-DP Avenger Weapon System
    Active
    Dept Of Defense
    The Defense Logistics Agency (DLA) is seeking a qualified contractor to supply eight units of the Laser PFN Optical B, NSN: 1430-01-308-7006, Part Number: 2988771-1, specifically for the M-DP Avenger Weapon System. This procurement is a sole-source contract awarded to Vertex Modernization and Sustainment LLC, emphasizing the need for compliance with stringent quality control and delivery standards, including a First Article Test to be conducted 360 days post-award. The items are critical components for the Avenger weapon system, ensuring operational readiness and effectiveness. Interested contractors must submit their quotes electronically and are required to be registered in the Systems for Award Management (SAM); inquiries should be directed to Delora Crutcher at delora.crutcher@dla.mil.
    Reticle Assembly, Optical Instrument, WIRING HARNESS, CAMERA SET
    Active
    Dept Of Defense
    The Department of Defense, through the Defense Logistics Agency (DLA) Land Warren, is seeking potential sources for a federal contract involving the supply of Reticle Assembly, Optical Instrument, Wiring Harness, and Camera Set for military vehicles, specifically the M109A7/M992A3 and Bradley A4. The procurement includes a basic quantity of 174 units for the Reticle Assembly and 254 units for the Wiring Harness, both with a 100% option, while the Camera Set requires 10 units with no option. These components are critical for the operational capabilities of the specified military vehicles, and suppliers must undergo qualification testing to gain source approval, which does not guarantee future business but allows participation in upcoming solicitations. Interested parties should direct inquiries to Muhammad Kah at Muhammad.kah@dla.mil or call 586-467-1203, with a response deadline set for November 4, 2024.