DuraScan 70 Micro Hardness Tester
ID: FA857125Q0039Type: Combined Synopsis/Solicitation
Overview

Buyer

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

NAICS

Other Measuring and Controlling Device Manufacturing (334519)

PSC

HAZARD-DETECTING INSTRUMENTS AND APPARATUS (6665)
Timeline
    Description

    The Department of Defense, specifically the Department of the Air Force, is seeking proposals from Women-Owned Small Businesses (WOSB) for the procurement of a DuraScan 70 G5 Micro Hardness Tester and associated services, under solicitation number FA857125Q0039. The contract requires the delivery of the hardness testing machine, along with necessary accessories, installation, training, and annual maintenance, all to be completed within specified timelines, including a 30-day delivery window and installation within a week thereafter. This equipment is critical for ensuring precise hardness testing capabilities at Robins Air Force Base in Georgia, supporting the operational readiness of the 402d 802 Maintenance Group. Interested vendors should contact Joshua Sharpe at joshua.sharpe.6@us.af.mil or call 478-222-5109 for further details, with proposals due by February 21, 2025.

    Point(s) of Contact
    Files
    Title
    Posted
    The document outlines a Request for Proposal (RFP) for the provision of a DuraScan 70 G5 Micro/low-load hardness testing machine for the 402d 802 Maintenance Group at Robins Air Force Base, Georgia. The contractor is responsible for supplying the machine along with necessary accessories, installation, training, and annual maintenance, which includes preventive maintenance and verification of various hardness testing ranges. Delivery must occur within 30 days, with installation scheduled within a week post-delivery. The contract includes a one-year warranty and offers options for four additional years. The document specifies requirements for personnel identification, safety protocols, security compliance aligned with government regulations, and essential training in Environmental Management Systems (EMS) and Energy Management System (EnMS). The contractor must adhere to rigorous cybersecurity measures and provide a safety plan in accordance with OSHA guidelines. The RFP emphasizes the need for contractors to report any mishaps promptly and is part of broader governmental efforts to enhance operational capabilities while ensuring compliance with environmental and security standards.
    The document outlines the Industrial Safety and Health Requirements for the DuraScan 70 Micro Hardness Tester contract, focusing on safety protocols that contractors must follow to ensure compliance with various occupational health and safety regulations. Key requirements include the creation of a comprehensive Safety and Health Plan, which must detail compliance with federal, state, and local laws, and includes education and training on safety procedures for employees, including subcontractors. Contractors are responsible for mishap reporting within specified timelines, maintaining a safe work environment, and protecting government personnel and property from hazards. Additionally, the plan mandates the establishment of inspection protocols and adherence to standards regarding equipment, environmental safety, and specific operational procedures. It also outlines critical elements such as proper handling of hazardous materials, personal protective equipment usage, fire protection compliance, and responsibilities regarding foreign object damage prevention. The document serves as a crucial guide for contractors involved in operations on a U.S. Air Force installation, ensuring that safety considerations are integrated into all levels of project execution and management.
    The DD Form 1423-1 serves as a Contract Data Requirements List (CDRL) for the Department of Defense, detailing essential data items related to a specific contract. The document outlines various elements such as contract line item numbers, contractor details, data item titles, and specific instructions for completion. It emphasizes the critical requirement for contractor personnel working on Robins AFB to undergo Environmental Management System (EMS) Awareness Training before contract activities commence. Notification of training completion must be communicated to the responsible contracting officer to maintain compliance. The form also designates primary contact points for government personnel and specifies price group categories to estimate costs associated with data item development. Overall, the CDRL is structured to facilitate clear communication of data requirements and ensure adherence to environmental protocols, thereby safeguarding contract execution and management processes in a government context.
    The DD Form 1423-1 is a standardized Contract Data Requirements List used by the Department of Defense to outline the data deliverables associated with a contract, specifically focusing on Energy Management System (EnMS) requirements for contractors on Robins Air Force Base (AFB). The document emphasizes that all contractors must comply with EnMS guidelines due to the installation's ISO 500001 certification and complete initial training as mandated by the Air Force prior to commencing work. Key points include mandatory details such as Contract Line Item Numbers, contractor information, and data item specifications, which must be completed as part of the contract process. The form also delineates various categories of data items, and pricing groups necessary for understanding the contractor's financial obligations. Furthermore, it lists primary and alternate government points of contact to facilitate communication. The document serves to ensure proper data management and compliance among contractors while enabling effective oversight by government officials.
    The DD Form 1423-1 is a Contract Data Requirements List (CDRL) utilized by the Department of Defense (DoD) for managing data requirements in contracts. It specifies the submission of a Contractor's Safety Plan related to the DuraScan 70 G5 Hardness Tester. The contractor must submit a draft safety plan within ten working days after contract award for the government’s review. If no comments are provided within five working days, the draft becomes final. Additionally, the contractor is required to submit final copies after the government accepts the draft. The document includes points of contact for both the contractor and the government, outlining the responsibilities and communication channels. It also details the pricing categories for the data items, ranging from essential for contract performance to those developed as part of normal procedures. This form is essential for ensuring compliance with the contract requirements and for maintaining safety standards during the performance of the contract work. Overall, it exemplifies the structured approach taken by the DoD in managing data and safety requirements to ensure contract compliance and safety in operations.
    The DD Form 1423-1 is a Contract Data Requirements List utilized by the Department of Defense to document and manage required data items associated with government contracts, particularly for technical data packages and manuals. It outlines essential information such as the contract line item number, data item title, required submission dates, and points of contact. A crucial aspect of the document is the stipulation that the contractor must report any mishaps or incidents related to DoD property within specified timeframes, providing detailed information regarding the incident, causes, estimated costs, and corrective actions. The form also includes instructions for both government personnel and contractors on filling it out correctly, emphasizing the required format and submission procedures. The document aims to ensure compliance, facilitate effective communication between contractors and government representatives, and minimize risks during contract execution.
    This document serves as a solicitation specifically for a Women-Owned Small Business (WOSB) to provide a DuraScan 70 G5 Micro Hardness Tester and related services, issued under the solicitation number FA857125Q0039. The request for quotation includes technical specifications, quantity requirements, pricing arrangements, and delivery terms centered on government RFPs. The product is categorized under the North American Industry Classification Standard (NAICS) code 334519, with an effective date for proposals set for February 21, 2025. Key details, such as the primary contracting officer, Joshua Sharpe, and specific delivery locations at Robins AFB, GA, are disclosed. The document outlines a sole-source requirement, indicating that ZwickRoell is the designated vendor. The overall process emphasizes compliance with federal acquisition regulations, including clauses related to electronic payment submissions, safeguarding sensitive information, and requirements for reporting any cyber incidents related to the contract. Proposals are expected to summarize costs per item while adhering to strict delivery schedules and inspection protocols, ensuring a streamlined acquisition process supportive of the government’s procurement goals. Ultimately, this solicitation underscores the federal intent to bolster participation from women-owned businesses in government contracts.
    Lifecycle
    Title
    Type
    Combined Synopsis/Solicitation
    Similar Opportunities
    Laser Engraving Machine
    Buyer not available
    The Department of Defense, specifically the Air Force Test Center, is seeking qualified vendors to provide a laser engraving machine under solicitation number FA9101-25-Q-B033. The procurement aims to replace an outdated unit for the 746th Test Squadron, requiring a modern metal marking laser etcher that meets specific operational capabilities and Air Force regulations, including a 30-watt fiber laser tube and an external exhaust system. This acquisition is critical for enhancing the Air Force's test and evaluation capabilities, particularly in GPS and INS testing. Interested small businesses must submit their quotes by March 17, 2025, including technical documentation and pricing, and can contact Brett Moore at brett.moore.6@us.af.mil for further information.
    Laser Vector Preventative Maintenance and Calibration
    Buyer not available
    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.
    EVi Scanner and SSB Probes
    Buyer not available
    The Department of Defense, specifically the Department of the Air Force, is seeking proposals from qualified small businesses for the procurement of SSB Series Bolt Hole Eddy Current (BHEC) Probes, ECS-5 Smart Scanners, and associated cable assemblies designed for the UniWest EVi system. The requirement includes a variety of specific probe sizes and quantities, with a total of 10 different probe types and additional scanning equipment needed for operational use. This procurement is critical for ensuring the functionality and reliability of equipment used in defense applications, with a firm fixed price contract anticipated to be awarded within an estimated performance period of 14-16 weeks. Interested vendors must register with the System for Award Management (SAM) and submit their proposals electronically via Beta.sam.gov, with inquiries directed to Contracting Specialist Sondra Callaway at Sondra.Callaway@us.af.mil.
    C-5 Visor Door Actuator Overhaul
    Buyer not available
    The Department of Defense, specifically the Department of the Air Force, is soliciting proposals for the overhaul of C-5 Visor Door Actuators under solicitation number FA8538-25-R-0003. This procurement aims to repair and maintain electronic and precision equipment, with a focus on ensuring the operational integrity and safety of critical aircraft components. The contract will span multiple ordering periods of one to five years, emphasizing compliance with rigorous quality assurance practices and documentation requirements. Interested vendors, including small, women-owned, and veteran-owned businesses, must submit their proposals by May 8, 2024, and can direct inquiries to Caiveon Thomas at caiveon.thomas@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.
    MFT 25-37 Forcetec Toolset
    Buyer not available
    The Department of Defense, through the 60th Contracting Squadron at Travis Air Force Base, is soliciting quotes for the acquisition of the ForceTec Toolset, which is essential for the maintenance of C-5, C-17, and KC-46 aircraft. The procurement aims to address the inadequacy of current operational tools, particularly for off-site maintenance, by providing specialized tooling necessary for the installation of ForceTec nut plates as outlined in various Technical Orders. This acquisition is critical for ensuring aircraft readiness and compliance with operational requirements, emphasizing the importance of tailored maintenance tools. Interested vendors must submit their quotations by March 21, 2025, at 12:00 PST, and should contact 2d Lt Eamon McHugh or Vitaliy Kim for further inquiries.
    F-16 Tester
    Buyer not available
    The Department of Defense, through the Defense Logistics Agency (DLA) Aviation at Ogden, UT, is soliciting offers for the procurement of 12 units of the F-16 Tester (NSN: 4920-01-527-2388). This solicitation aims to acquire a Pitot and Static Tester critical for the maintenance and repair of F-16 aircraft systems, emphasizing the need for timely delivery and compliance with stringent manufacturing qualification requirements. Interested vendors must demonstrate their capabilities, adhere to specific packaging and safety standards, and submit a comprehensive data package, with a qualification cost estimated at around $2,000 and a completion timeline of approximately 180 days. The due date for offers has been extended to March 21, 2025, and interested parties can contact Travis Bodily at travis.bodily@us.af.mil for further information.
    SPE4A825Q0036 - Manual-Conveyance Intelligent Fluorescent Penetrant System
    Buyer not available
    The Department of Defense, through the Defense Logistics Agency (DLA) Aviation, is preparing to issue a sole-source solicitation for a Manual-Conveyance Intelligent Fluorescent Penetrant Inspection System. This procurement aims to acquire one unit of the inspection system, with a contract completion timeline of 200 days after receipt of order (ARO), and includes a comprehensive technical data package detailing design, lubrication, supplies, and labor requirements. The system is crucial for ensuring the quality and safety of metal components, particularly in defense applications. Interested vendors should note that the solicitation is anticipated to be released on February 24, 2025, with a closing date of March 24, 2025. For further inquiries, Roberta Anderson can be contacted at roberta.anderson@dla.mil or by phone at 804-659-8013.
    Defense Automatic Test Equipment (IATE) Augmentation Equipment (DAAE), (DIG), and (REW) Repair
    Buyer not available
    The Department of Defense, specifically the Department of the Air Force, is soliciting proposals for a contract to provide onsite repair services for Defense Automatic Test Equipment (IATE) Augmentation Equipment (DAAE) at various Air Force bases. The contract aims to ensure the operational readiness of ten B-1B Radio Frequency (RF) DAAE units and seven B-1B Digital DAAE units, requiring contractors to perform testing, evaluation, and repair services to achieve Fully Mission Capable (FMC) status. This procurement is critical for maintaining the functionality of essential testing equipment used in the B-1B Bomber program, with the contract structured as a Firm-Fixed Price and Cost Reimbursement Indefinite Delivery Contract over a base period of 12 months, followed by four optional years. Interested contractors must submit their proposals electronically by April 10, 2025, and can direct inquiries to Andrea Livingston or Audra Brown via the provided email addresses.
    Automated Tool Kits
    Buyer not available
    The Department of Defense, specifically the Department of the Air Force, is seeking proposals from small businesses for the procurement of Automated Tool Kits, as outlined in the Request for Quote (RFQ) FA301625Q0071. The primary objective is to acquire automated tool cabinets designed for Vehicle Maintenance and Management Airmen, featuring specifications such as a compact design, keyless entry, and a touch screen interface to enhance operational efficiency and tool management. This initiative is crucial for ensuring the proper organization and accountability of maintenance equipment, thereby supporting military readiness. Interested vendors must submit their proposals by 10:00 AM CST on March 17, 2025, and can direct inquiries to Deshawn Smith at deshawn.smith.4@us.af.mil or Carlos Castillo at carlos.castillo.11@us.af.mil.