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
    Fuel System Component Test Stand
    Dept Of Defense
    The Department of Defense, specifically the U.S. Air Force, is soliciting proposals from Women-Owned Small Businesses (WOSB) for the provision of a Fuel System Component Test Stand under solicitation FA812526Q0010. The procurement includes the design, installation, calibration, and training associated with the test stand, which is critical for aircraft engine maintenance and repair operations. The contract is structured as a Firm Fixed Price arrangement, with a performance period from January 16, 2026, to January 15, 2028, and proposals are due by December 19, 2025. Interested vendors must have a valid DD2345 and be registered in the JCP Portal to access controlled documents, and they can reach out to Sheridan Robison at sheridan.robison@us.af.mil for further inquiries.
    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.
    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.
    Advanced Multiplexed Eddy Current Array
    Dept Of Defense
    The Department of Defense, specifically the Department of the Air Force, is soliciting proposals from qualified small businesses for the procurement of one Advanced Multiplexed Eddy Current Array to be delivered to Tinker Air Force Base in Oklahoma. This specialized equipment must meet specific technical requirements, including a rugged design weighing less than 3.5 lbs, a frequency range of 10 Hz – 12.5 MHz, and a minimum 7-inch capacitive touch screen display with an IP65 rating, along with advanced software capabilities for C-scan recording and digital signal processing. The contract is set aside for small businesses, with proposals due by December 18, 2025, and delivery required by March 20, 2026; interested parties should direct inquiries to Madelyn Thompson at madelyn.thompson@us.af.mil or call 405-739-9120.
    KC-46 Pneumatic Starter
    Dept Of Defense
    The Department of Defense, specifically the Department of the Air Force, is soliciting proposals for the KC-46 Pneumatic Starter project, which involves updates to existing Air Turbine Starter (ATS) test stands at Hill Air Force Base in Utah. The procurement aims to engage an Original Equipment Manufacturer (OEM) to develop and integrate new software and hardware necessary for testing the KC-46 ATS, including the creation of test templates and installation of required hardware. This initiative is crucial for ensuring the operational readiness and compatibility of the KC-46 aircraft's pneumatic starter systems. Interested parties, particularly Women-Owned Small Businesses, should refer to solicitation FA822826Q0004 and contact Hayden Thurston at hayden.thurston@us.afmil or Costadena Bournakis at costadena.bournakis@us.af.mil for further details, with a performance period set from January 5, 2026, to January 5, 2027.
    T400 Technical Services
    Dept Of Defense
    The Department of Defense, specifically the Department of the Air Force, is seeking proposals from Women-Owned Small Business (WOSB) concerns for the T400 Technical Services contract, which focuses on providing technical engineering support related to the Engine Component Improvement Program. The primary objective is to establish a reliable means for the USAF to access technical assistance on T400-related inquiries, including part numbers and equivalency of consumables, with a base performance period of 10 months starting January 15, 2026, and an optional 12-month extension thereafter. This Firm Fixed Price contract, with a Defense Priorities Allocation System (DPAS) Priority Rating of DO-A1, emphasizes compliance with various federal regulations and requires electronic invoicing through Wide Area WorkFlow (WAWF). Interested parties should contact Rachel Bradd at rachel.bradd@us.af.mil or call 937-656-0000 for further details.
    Material Test System (SOLE SOURCE)
    Dept Of Defense
    The Department of Defense, specifically the Department of the Air Force, is issuing a Request for Quote (RFQ) FA822725Q4910 for calibration services of the Material Test System (MTS) and High Rate Propellant Test System (HRPTS) at Hill Air Force Base, Utah. This procurement is a Sole Source award to MTS Systems Corporation, which will provide essential calibration services for the 582nd Missile Maintenance Squadron, ensuring the systems operate within design specifications critical for the Air Force Nuclear Weapons Center's Aging and Surveillance Program. Proposals are due by December 15, 2025, at 3:00 p.m. MST, with questions accepted until December 10, 2025, at 3:00 p.m. MST; interested vendors should submit their quotes via email to Contract Specialist Rachel Wright and Contract Officer Melissa Huston.
    Zeiss XTR Probe Head
    Dept Of Defense
    The Department of Defense, specifically the Department of the Air Force, is seeking proposals for the procurement of a Zeiss XTR Probe Head and associated components for the Oklahoma City Air Logistics Complex at Tinker Air Force Base. The requirements include one Zeiss Vast XTR Gold Probe Head, ten Zeiss Vast XTR Adapter Plates, and five Zeiss Vast XTR Probe Change Sockets, along with comprehensive technical documentation and a one-year warranty for all items. These components are critical for the operation of the Zeiss Contura Coordinate Measuring Machine, which is essential for precision measurement and testing in various defense applications. Interested vendors, particularly small businesses, should contact Brian Eakers at brian.eakers@us.af.mil or Kyle Newcomb at Kyle.newcomb@us.af.mil for further details, as this opportunity is set aside for total small business participation.
    Common Armament Tester for Fighter (CAT-F)
    Dept Of Defense
    The Department of Defense, specifically the Department of the Air Force, is seeking proposals for the Common Armament Tester for Fighter (CAT-F) program, aimed at developing, manufacturing, and sustaining armament testers for F-16, F-15, and A-10 aircraft. This procurement involves creating a versatile armament tester capable of performing essential maintenance tasks, including Preload, Clean Wing, and Fault Isolation Requirements at both O-Level and I-Level Maintenance. The selected contractors will be responsible for delivering prototypes and subsequent production units, with a total maximum contract value estimated at $420,430,000.00, and the contract period includes a one-year basic term with four one-year options. Interested parties should direct inquiries to Oya Harrison at oya.harrison.1@us.af.mil or Alexis Davis at alexis.davis.13@us.af.mil, noting that the proposal due date is currently indefinite due to a protest, with updates to be provided in forthcoming amendments.
    Common Armament Tester for Fighter (CAT-F)
    Dept Of Defense
    The Department of Defense, specifically the Department of the Air Force, is preparing to issue a Request for Proposal (RFP) for the Common Armament Tester for Fighters (CAT-F) project, aimed at designing, developing, manufacturing, and sustaining testing equipment for the F-16, F-15, and A-10 aircraft platforms. This procurement is critical for ensuring effective maintenance capabilities, as the CAT-F will be used to test Preload, Clean Wing, and Fault Isolation Requirements at both Organizational (O-Level) and Intermediate (I-Level) Maintenance levels. The acquisition will follow a Full and Open Competitive Acquisition process, with an anticipated RFP issue date in the third quarter of FY25 and a response deadline of 45 days thereafter. Interested parties can direct inquiries to Oya Harrison at oya.harrison.1@us.af.mil or Alexis Davis at alexis.davis.13@us.af.mil, with the project expected to include a mix of pricing arrangements and a delivery schedule for prototypes beginning 12 months after order placement.