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
    PANalytical ZETIUM WDXRF Spectrometer PM
    Dept Of Defense
    The Department of Defense, specifically the Air Force Sustainment Center at Tinker Air Force Base, is seeking a contractor for the preventive maintenance of the PANalytical ZETIUM WDXRF Spectrometer. This procurement involves a Sole Source, Firm-Fixed-Price contract that includes one base year and two option years, with the contractor responsible for conducting two preventive maintenance sessions annually, providing 48-hour on-site response, unlimited emergency calls, and technical support. The spectrometer is crucial for ensuring operational capability and longevity through comprehensive maintenance, adhering to strict safety and regulatory standards. Interested vendors must submit their capability statements and proposals by January 23, 2026, at 3:00 PM CST, and should contact Shanita Manuel or Anthony Dollard via email for further details.
    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. The contract, valued at approximately $12.5 million, encompasses a range of services including semi-annual maintenance, hydro-static testing, parts replacement, and quarterly inspections of UV systems, with a performance period extending from March 2026 to September 2030. This procurement is critical for ensuring the operational readiness and safety of fire suppression systems across multiple installations. Interested small businesses must submit their proposals by January 14, 2026, at 10:00 AM CST, and are encouraged to attend a site visit on January 6, 2026, with prior confirmation required by December 29, 2025. For further inquiries, contact Teresa Calavera Sullivan at teresa.calavera@us.af.mil or Emily A. Rodriguez at emily.rodriguez.8@us.af.mil.
    NEW MANUFACTURE F100 MODULE KIT, SERVO VA
    Dept Of Defense
    The Department of Defense, specifically the United States Air Force Sustainment Center at Tinker Air Force Base, is planning to procure 60 units of the F100-PW-220 Core Engine Module Kit, Servo VA, under a firm fixed-price contract. This procurement is a strategic one-time buy, with delivery expected by December 31, 2026, and is open to all qualified offerors who must be pre-approved in accordance with FAR 52.209-1 prior to the solicitation closing date of February 25, 2026. The contract is contingent on future appropriations, and new sources will be required to undergo First Article Testing. Interested parties can reach out to Jessica Adkins or Andrea Greene for further information, and all solicitations will be available electronically via www.sam.gov.
    Sheet Metal for Sheppard AFB
    Dept Of Defense
    The Department of Defense, through the Department of the Air Force, is seeking quotes for the procurement of sheet metal items for Sheppard Air Force Base (AFB) in Texas. This opportunity is a total small business set-aside, and the selected contractor will be awarded a Firm Fixed Price (FFP) contract to fulfill the requirements outlined in the Request for Quotation (RFQ) FA302026Q0003. The goods are essential for maintenance and repair operations involving metalworking machinery, highlighting their importance in supporting the operational capabilities of the Air Force. Interested vendors must submit their quotes via email by 12:00 PM CST on January 16, 2026, and direct any questions to the primary contact, Kevin Bowers, at kevin.bowers.3@us.af.mil or the secondary contact, Ibrahim Sahabi, at ibrahim.sahabi.1@us.af.mil, by January 13, 2026.
    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.