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
    Automatic Tap Testers
    Buyer not available
    The Department of Defense, specifically the Department of the Air Force, is soliciting bids for the procurement of two automatic tap testers under solicitation number FA812525Q0002. These handheld devices, which must weigh no more than 1.5 lbs and be battery-powered, are essential for detecting disbonding, damage, or delamination in honeycomb sandwiched materials with panel thicknesses up to 5 mm, and they must include features such as a digital XY plotter for defect mapping and a durable protective case. The contract is set aside for small businesses, with a firm-fixed price structure, requiring delivery to Tinker Air Force Base in Oklahoma by December 6, 2024. Interested vendors should direct inquiries to Linsey Laird or Jason Shirazi via email and ensure compliance with all specified regulations and submission requirements outlined in the solicitation documents.
    Quantity. One (1). Mitutoyo Roundness Tester RA-1600M Model 211-724A
    Buyer not available
    The Department of Defense, specifically the Army Contracting Command at Aberdeen Proving Ground, is soliciting quotes for one (1) Mitutoyo Roundness Tester RA-1600M Model 211-724A. The procurement aims to acquire a new roundness measurement machine, which is critical for ensuring precision in measuring specifications on copper crusher pressure gauges, among other applications. The selected contractor will be responsible for providing the machine along with necessary hardware, software, installation, calibration, and training services, with a delivery timeline of 60 days post-contract award. Interested vendors must submit their quotations to Lenard Wright via email by February 20, 2025, at 2:00 PM ET, and ensure compliance with all applicable regulations, including registration in the System for Award Management (SAM).
    Material Test System Calibration Services - Hill AFB, Utah
    Buyer not available
    The Department of Defense, through the Air Force Materiel Command at Hill Air Force Base, Utah, is seeking proposals for Material Test System Calibration Services for the 582nd Missile Maintenance Squadron. The contractor will be responsible for providing annual calibrations of the Material Test System (MTS) and High-Rate Propellant Test System (HRPTS) in accordance with government specifications, ensuring that all systems remain operational and meet original equipment manufacturer standards. This procurement is critical for maintaining the operational readiness and safety of aerospace and defense equipment, with the contract expected to span a base year plus four optional one-year extensions. Interested vendors must submit their proposals by February 27, 2025, and direct inquiries to Rachel Wright or Melissa Huston before the questions deadline on February 19, 2025.
    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.
    Portable Cabin Pressure Testers
    Buyer not available
    The Department of Defense, specifically the Colorado Air National Guard's 140th Wing, is seeking quotations for the procurement of two portable cabin pressure testers under the solicitation number W50S6V24Q0007. The contract is a firm-fixed-price agreement set aside for small businesses, requiring the selected contractor to provide identical testers from the same brand to ensure a cohesive maintenance service plan. These testers are critical for Agile Combat Employment environments, emphasizing the importance of operational readiness and safety in aviation contexts. Interested vendors must submit their quotes via email, adhering to federal procurement regulations, with a deadline for questions and submissions outlined in the RFQ. For further inquiries, potential bidders can contact the 140th Contracting Office at 720-847-9498 or via email at 140.WG.MSC@us.af.mil.
    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.
    Tool Etching System
    Buyer not available
    The Department of Defense, specifically the 60th Contracting Squadron at Travis Air Force Base, is seeking quotations for a Tool Etching System under solicitation number FA4427-25-Q-1027. The procurement aims to establish a Firm Fixed Price contract for a fiber laser marking station that meets specific technical requirements, enhancing the efficiency and reliability of tool marking processes for maintenance tasks related to C-5, C-17, and KC-46 aircraft. This initiative is crucial for improving accountability and compliance with Air Force quality assurance standards, transitioning from a manual etching process to a more consistent and effective system. Interested small businesses must submit their quotes by February 26, 2025, at 12:00 PST, and are required to register in the System for Award Management (SAM) while adhering to federal regulations. For further inquiries, potential offerors can contact SrA Joseph Restua-Perez at joseph.restuaperez@us.af.mil or Vitaliy Kim at vitaliy.kim.1@us.af.mil.
    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 essential for the maintenance and repair of F-16 aircraft systems, emphasizing the need for timely delivery and compliance with stringent manufacturing qualification requirements. Potential contractors must demonstrate their capabilities, adhere to specific packaging and labeling standards, and submit a comprehensive data package, including a Counterfeit Prevention Plan, to ensure compliance with Department of Defense regulations. Interested parties should contact Travis Bodily at travis.bodily@us.af.mil, with offers due by February 17, 2025, and estimated qualification costs around $2,000, with a completion timeframe of approximately 180 days.
    F-16 FIXTURE ASSEMBLY TEST
    Buyer not available
    The Defense Logistics Agency, under the Department of Defense, is soliciting proposals for the F-16 Fixture Assembly Test, specifically for the manufacturing of five units of NSN: 4920015375649WF. This procurement is aimed at acquiring precision turned products essential for the maintenance and repair of F-16 aircraft, highlighting the importance of quality assurance and compliance with military standards in the defense sector. Contractors are required to adhere to strict delivery schedules, packaging, and marking protocols, with proposals due by February 24, 2025, following an amendment to the original solicitation. Interested parties should contact Kody Quayle at kody.quayle@us.af.mil for further details and to ensure their proposals are considered.
    Brand Name Justification & Bluebeam Software Solicitation
    Buyer not available
    The Department of Defense, specifically the Department of the Air Force, is soliciting proposals for the procurement of Bluebeam Revu software licenses, with a focus on supporting Women-Owned Small Businesses (WOSB). The contract seeks a total of 30 software licenses, valued at $34 million, to enhance operational capabilities within the Air Force, emphasizing the importance of reliable business application software in government operations. Interested vendors must submit their proposals by March 4, 2025, and can direct inquiries to primary contact Vaishali Upadhyay at vaishali.upadhyay.1@us.af.mil or secondary contact Hunter Teems at hunter.teems.1@us.af.mil for further details.