X-RAY PRODUCING SYSTEM PREVENTIVE AND REMEDIAL MAINTENANCE
ID: FA813226Q0011Type: Combined Synopsis/Solicitation
Overview

Buyer

DEPT OF DEFENSEDEPT OF THE AIR FORCEFA8132 AFSC PZIMCTINKER AFB, OK, 73145-3303, USA

NAICS

Electronic and Precision Equipment Repair and Maintenance (811210)

PSC

MAINT/REPAIR/REBUILD OF EQUIPMENT- MAINTENANCE AND REPAIR SHOP EQUIPMENT (J049)

Set Aside

Total Small Business Set-Aside (FAR 19.5) (SBA)
Timeline
    Description

    The Department of Defense, specifically the Department of the Air Force, is soliciting quotes for a Firm Fixed Price contract for preventive and remedial maintenance services for X-Ray Producing Systems at Tinker Air Force Base, Oklahoma. The contract, which is a total small business set-aside, requires the contractor to perform two annual preventive maintenance inspections per system and remedial maintenance as needed, ensuring compliance with OEM specifications and safety regulations. This maintenance is critical for the operational readiness of equipment used by the 76th Aircraft Maintenance Group, 76th Commodities Maintenance Group, and 76th Propulsion Maintenance Group. Quotes are due by January 15, 2026, at noon CST, and interested parties should contact Jennifer Azbill at jennifer.azbill@us.af.mil or Annita Wooten at annita.wooten@us.af.mil for further details.

    Point(s) of Contact
    Files
    Title
    Posted
    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.
    Lifecycle
    Title
    Type
    Combined Synopsis/Solicitation
    Similar Opportunities
    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.
    Repair of B-1B Torque Motor
    Dept Of Defense
    The Department of Defense, through the Department of the Air Force, is soliciting proposals for the repair of B-1B Torque Motors, specifically National Stock Numbers 6105-01-232-8318 and 6105-01-232-8319. The procurement aims to secure comprehensive repair services, including provisions for "No Fault Found" items and additional work requirements, with a total estimated contract value of $4,149,750.00 over a base year and three option years. This contract is critical for maintaining the operational readiness of the B-1B aircraft, ensuring that essential components are serviced to meet military standards. Interested contractors must submit their proposals by January 30, 2026, and can direct inquiries to Amy Schmitz at amy.schmitz.1@us.af.mil or David Herrig at david.herrig.1@us.af.mil.
    Sources Sought for Fire Extinguisher Inspection, Maintenance, and Testing Services at Vance Air Force Base, OK
    Dept Of Defense
    The Department of Defense, through the 71st Contracting Flight at Vance Air Force Base, is conducting a Sources Sought notice to identify qualified businesses for fire extinguisher inspection, maintenance, repair, testing, and certification services. The anticipated procurement aims to establish a Blanket Purchase Agreement (BPA) for these non-personal services, which must comply with National Fire Protection Association (NFPA), Occupational Safety and Health Administration (OSHA), and Department of Defense (DoD) standards. This opportunity is particularly important for ensuring the safety and compliance of fire suppression systems at the installation. Interested parties are invited to submit capabilities statements by 4:00 PM CST on January 10, 2026, to Riyadh Saud at riyadh.saud@us.af.mil, with the subject line “Sources Sought Response: Fire Extinguisher Services at Vance AFB.” The government will not reimburse any costs incurred in response to this notice.
    Zeks Air Dryer or Equivalent
    Dept Of Defense
    The Department of Defense, through the Department of the Air Force, is soliciting quotes for the procurement of one Zeks High Pressure Air Dryer (part number 11SS750BA400) or an equivalent unit for Tinker Air Force Base in Oklahoma. The dryer must meet specific operational requirements, including a capacity of 485 SCFM at 750 PSIG, compatibility with 3 phase 460 VAC input voltage, and precise dimensions, along with additional components such as two high-pressure electric timer auto drains. This equipment is crucial for maintaining essential air drying capabilities at the facility, ensuring operational efficiency. Interested vendors, particularly Women-Owned Small Businesses, should submit their quotes by January 13, 2026, with delivery expected between February 1, 2026, and August 31, 2026. For further inquiries, contact Sondra Groth at Sondra.Groth@us.af.mil or Sheridan Robison at sheridan.robison@us.af.mil.
    Centrifuge and Packing Press repair and maintenance service
    Dept Of Defense
    The Department of Defense, specifically the Air Force Life Cycle Management Center, is seeking proposals for a follow-on sole source contract for the repair and maintenance of Centrifuge and Packing Press equipment critical to the T-38C ejection seat system. The contract will cover onsite repair services for these systems at six Air Education and Training Command stations across the United States, ensuring operational readiness and safety for aircrew training. This procurement is vital for maintaining the functionality of essential egress training equipment, with a contract structure comprising a one-year base period and four one-year options, executed as a Firm-Fixed Price and Cost Reimbursement-No Fee Indefinite Delivery Contract. Interested parties must submit their proposals by January 31, 2026, and direct inquiries to Mrs. Alexis Davis or Ms. Shemica Miller via their provided email addresses.
    LAK/RND Fire Suppression Maintenance & UV Systems Maintenance Services
    Dept Of Defense
    The Department of Defense, specifically the Department of the Air Force, is soliciting proposals for Fire Suppression Maintenance and UV Systems Maintenance Services at Joint Base San Antonio (JBSA) Lackland and Randolph, Texas. This contract, valued at approximately $12.5 million, encompasses a range of non-personal services including semi-annual maintenance, hydro-static testing, parts replacement, and emergency services, with a performance period from March 2026 to September 2030. The procurement is a total small business set-aside, and the award will be determined using the Lowest Price Technically Acceptable (LPTA) evaluation method. Interested parties must submit their proposals by January 12, 2026, and are encouraged to attend a site visit on January 6, 2026, with prior registration required. For further inquiries, contact Teresa Calavera Sullivan at teresa.calavera@us.af.mil or Emily A. Rodriguez at emily.rodriguez.8@us.af.mil.
    Repair of the B-2 Data Entry Panel, NSN: 5895-01-527-7727FW
    Dept Of Defense
    The Department of Defense, through the Department of the Air Force, is soliciting proposals for a firm-fixed-price indefinite-delivery requirements contract for the repair of the B-2 Data Entry Panel, NSN: 5895-01-527-7727FW. The contract encompasses various repair scenarios, including minor and major repairs, as well as no-fault-found situations, with estimated quantities specified for both the basic and option years. This equipment is critical for monitoring and controlling avionics systems in the B-2 aircraft, underscoring its importance to national defense operations. Interested contractors must submit their proposals by February 6, 2026, and can direct inquiries to Morgan Wallar Larsen at morgan.wallarlarsen@us.af.mil or Lance Culver at jimmy.culver@us.af.mil.
    Multiple Award Construction (MAC) Basic Ordering Agreement (BOA) 2026 Annual Synopsis
    Dept Of Defense
    The Department of Defense, specifically the Department of the Air Force, is seeking qualified contractors for the Multiple Award Construction Basic Ordering Agreement (BOA) program at Tinker Air Force Base (TAFB) in Oklahoma. This procurement aims to provide a wide range of construction, repair, and maintenance services, including Design-Build and Construction Only projects, with a focus on projects valued at less than or equal to $25 million set aside for small businesses. The BOA will be valid for up to five years, and contractors must submit proposals by January 15, 2026, to be eligible for upcoming Order Proposal Requests (OPRs). Interested parties should contact Hailie Reyes at hailie.reyes@us.af.mil or Sara Hinds at sara.hinds.2@us.af.mil for further information and to register for the Pre-BOA teleconference scheduled for January 6, 2026.
    F-15 Current Monitor and Antenna Repair Services, Air Force Enhancement Program (AFREP) for Seymour Johnson AFB
    Dept Of Defense
    The Department of Defense, through the 4th Contracting Squadron at Seymour Johnson Air Force Base, is soliciting quotes for F-15E current monitor and antenna repair services as part of the Air Force Enhancement Program (AFREP). This procurement involves a total small business set-aside for a firm fixed-price indefinite delivery indefinite quantity (IDIQ) contract, which includes a one-year base period and four one-year options, requiring the service provider to repair F-15E components to serviceable condition in accordance with specified technical orders. The selected contractor must possess an approved Source of Approved Repair (SAR) letter and will perform all services at their location, utilizing Government Furnished Property for parts transfer. Interested parties should contact Angela Gibson at angela.gibson.4@us.af.mil or Glinnis Thompson at glinnis.thompson@us.af.mil for inquiries, and must ensure registration in the System for Award Management (SAM) to be eligible for award. All solicitation documents and updates will be available on SAM.gov.
    F-15E Radar Modernization Program (RMP) Non-Radar Depot Activation - F-15E/EX Primary Pressure Regulator and Shutoff Valve (PPRSV) PN 3215986-1-1
    Dept Of Defense
    The Department of Defense, specifically the Department of the Air Force, is seeking information from potential sources to support the depot activation and sustainment capability for the F-15E/EX Primary Pressure Regulator and Shutoff Valve (PPRSV), part number 3215986-1-1. This opportunity involves delivering technical orders, necessary spares, engineering support, and training for USAF technicians, ensuring depot readiness and compliance with cybersecurity regulations. The selected contractor will play a crucial role in maintaining and overhauling vital aircraft components, with the contract anticipated to commence in Fiscal Year 2027. Interested parties must submit their capability statements electronically by 4 PM EST on January 30, 2026, to Valerie Neff at valerie.neff@us.af.mil.