This Performance Work Statement (PWS) outlines the requirements for Preventive Maintenance (PM) and Remedial Maintenance (RM) services for X-ray Producing Systems. The contractor must perform two annual PMs per system according to OEM specifications, including inspections, cleaning, testing, and adjustments. RM involves repairing equipment breakdowns to restore functionality, requiring approval from the Contracting Officer (CO) after a detailed work request. The contractor must use new parts, provide comprehensive service reports, and adhere to strict environmental, health, and safety regulations, including hazardous material handling and waste disposal. Personnel must be specially qualified with at least five years of experience. The PWS also covers government-furnished property and services, security clearances, emergency procedures, and contractor manpower reporting, ensuring comprehensive compliance and operational readiness.
This document is an inventory of X-Ray equipment for the 76th AMXG, 76th CMXG, and 76th PMXG, detailing various tube heads, controls, and associated equipment. The inventory includes YXLON, Gulmay, EVO, GE, LORAD, Microfocus, and Comet brands, specifying model and part numbers. The listed equipment requires either 'On Site RM/PM Twice Annually' or 'On Site RM Only' services, with some items indicating an interlock system and categorization under 'Technical Services Group.' The document serves as a comprehensive record of X-Ray assets, outlining their location (On Site or Mobile) and current availability status.
The solicitation FA813226Q0011 from Tinker AFB, OK, seeks proposals for preventive and remedial maintenance services for X-ray producing systems. The contract covers a base year (February 1, 2026 – January 31, 2027) and four one-year options, extending through January 31, 2031. Services include all labor, tools, equipment, and parts for maintenance on systems used by the 76th Aircraft Maintenance Group (AMXG), 76th Commodities Maintenance Group (CMXG), and 76th Propulsion Maintenance Group (PMXG) at the Oklahoma City Air Logistics Complex. Offerors must provide fully burdened labor rates for remedial maintenance, with estimated hours varying by group. All services and parts must conform to manufacturer specifications and the Performance Work Statement. Invoicing will be done through the Wide Area Workflow e-Business Suite.
This government file, Wage Determination No. 2015-5315 Revision No. 28, issued by the U.S. Department of Labor, outlines the minimum wage rates and fringe benefits for service contract employees in specific Oklahoma counties. It details rates for administrative, automotive, food service, health, information technology, and other occupations. The document also includes provisions for Executive Orders 13706 and 13658, concerning paid sick leave and minimum wage adjustments for federal contractors. Additionally, it specifies requirements for health and welfare benefits, vacation, holidays, and hazardous pay differentials. Procedures for conforming unlisted employee classifications and wage rates are also provided, emphasizing the importance of matching job duties rather than titles to established classifications.
The Air Force Sustainment Center's Maintenance Contracting Branch at Tinker Air Force Base, Oklahoma, is soliciting quotes for a Firm Fixed Price (FFP) purchase order for X-Ray Producing System Preventive and Remedial Maintenance. This 100% Small Business Set-aside (NAICS Code: 811210) has a performance period from February 1, 2026, to January 31, 2031, with optional extensions. Award will be based on the lowest Total Evaluated Price (TEP) and a Pass/Fail assessment of offeror capability and experience. Quotes are due by January 15, 2026, at noon CST. The TEP includes all PM and RM line items, plus a government-calculated six-month extension. Offerors must provide detailed pricing, company information, and a capability and experience document, including at least two customer references from the last five years. Payment terms are Net 30, via Wide Area Workflow (WAWF). The solicitation incorporates various FAR, DFARS, and DAFFARS clauses, and offers must conform to all requirements to be considered eligible for award. Incomplete or non-conforming quotes may be rejected.