Sync Resolver Calibration
ID: FA857124Q0134Type: Combined Synopsis/Solicitation
Overview

Buyer

DEPT OF DEFENSEDEPT OF THE AIR FORCEFA8571 MAINT CONTRACTING AFSC PZIMROBINS AFB, GA, 31098-1672, USA

NAICS

Testing Laboratories and Services (541380)

PSC

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

    The Department of Defense, specifically the Department of the Air Force, is seeking contractors to provide calibration and repair services for four Sync Resolvers for the 566th Electronics Maintenance Group (EMXG) at Robins Air Force Base, Georgia. The contractor will be responsible for supplying all necessary materials, tools, labor, and shipping to ensure the calibration conforms to standard practices, with a 90-day warranty for any repairs performed. This procurement is critical for maintaining the operational readiness of defense equipment, ensuring that the Sync Resolvers function accurately and reliably. Interested parties should contact Natalie Roberson at natalie.roberson@us.af.mil or Michele Watts at michele.watts.1@us.af.mil for further details, with proposals expected to adhere to federal wage determinations and environmental procurement policies.

    Point(s) of Contact
    Files
    Title
    Posted
    The government document outlines the management of government-furnished property, specifically focusing on serialized and non-serialized items. It includes a Serialized Items List for items managed by serial numbers or Unique Item Identifiers (UIID), detailing item descriptions, quantities, unit acquisition costs, and whether items can be used as-is. An example item listed is the Sync Resolver Circuit Card, noted with specific identifiers and a cost of $2530 each. The document also provides a template for a Non-Serialized Items List for items that are not serially tracked, requiring similar information fields, including acquisition costs and quantity. Both sections stress the necessity of accurately recording and managing property to maintain accountability and ensure proper usage in alignment with government standards. Overall, the document serves as a guideline for tracking and managing government property efficiently as part of federal RFPs and grants, ensuring compliance and accountability in asset management.
    The DD Form 1423-1 is a Contract Data Requirements List designed to outline the data submission requirements for a specific contract, particularly regarding data items like calibration certificates for Sync Resolvers. It specifies the details needed to complete the form, including contract information, data item description, technical office responsibilities, and the frequency of submissions. The document emphasizes the need for both hard and electronic copies of the data item, as well as compliance with government standards regarding data acceptance and distribution. Key points include responsibilities for government personnel and contractors in preparing, approving, and submitting required data items. The form also categorizes data items based on their importance and relationship to contract performance, guiding contractors on pricing groups based on their level of effort needed to meet government requirements. The structure of the document is systematic, ensuring clarity in guidelines and expectations for data management in government contracts. Ultimately, the form aims to facilitate effective communication and compliance between the contractor and the government, supporting transparency and efficiency in contractual obligations.
    The Performance Work Statement (PWS) outlines requirements for calibrating and repairing four Sync Resolvers for the 566th Electronics Maintenance Group (EMXG) at Robins Air Force Base, Georgia. The contractor is responsible for providing all necessary materials, tools, labor, and freight necessary for the service. Calibration must conform to standard practices, with a 90-day warranty for repairs. The government will send two units immediately after contract award, with an additional two units in the following six months, expecting a return within three weeks post-receipt. In cases where additional work is required beyond the original contract, the contractor must submit a proposal for negotiation. Key contacts within the government are identified, and specific shipping and inspection procedures are outlined. The contractor must also comply with the Agency Affirmative Procurement Program, ensuring the use of environmentally friendly products as designated by the EPA and USDA standards. Finally, the contractor is expected to manage invoicing through the designated electronic platform. This document represents a formal federal request for proposals, emphasizing accuracy, timely communication, and adherence to environmental procurement policies.
    The document details a solicitation and contract for calibration services related to Sync Resolvers as part of a request for quotation (RFQ) issued by the Air Force. It outlines specific requirements, including the calibration of four respective units, which are to be delivered to North Atlantic Industries, Inc. for repair and calibration. The contractor must provide all necessary tools, labor, and components, returning the calibrated equipment to Robins Air Force Base, GA, within three weeks of receiving the units. The document indicates firm fixed prices for the services and specifies inspection, acceptance location, and delivery schedules. Additionally, it includes references to various federal acquisition regulations regarding contractor responsibilities, payment procedures, and special contract requirements. Emphasizing compliance, it mentions clauses relevant to small businesses, including those owned by women, economically disadvantaged groups, and service-disabled veterans. This solicitation reflects a commitment to both securing high-quality maintenance for defense equipment and fostering equitable contracting practices for diverse business entities.
    The "Register of Wage Determinations Under the Service Contract Act," issued by the U.S. Department of Labor, outlines minimum wage and fringe benefit requirements for service contractors under specific federal Executive Orders. It states that contracts initiated after January 30, 2022, require workers to be compensated at least $17.20 per hour, while those awarded between January 1, 2015, and January 29, 2022, require a minimum of $12.90 per hour. The document lists various occupations in Georgia, detailing their respective wage rates and required fringe benefits. Employers must adhere to outlined employee benefits, including health and welfare, vacation, and holiday pay, ensuring compliance with additional guidance regarding paid sick leave and uniform allowances. This comprehensive wage determination forms part of the regulatory framework aimed at protecting the rights of workers and ensuring fair compensation across federal contracts and unions. The directive includes guidelines for conformance requests, ensuring all employees receive appropriate compensation based on their work classifications. Overall, it serves as an essential resource for contractors engaging in federal work while promoting equitable labor standards.
    Lifecycle
    Title
    Type
    Sync Resolver Calibration
    Currently viewing
    Combined Synopsis/Solicitation
    Similar Opportunities
    Compact and Outdoor Antenna and Radome Ranges
    Active
    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 calibration and preventive maintenance of compact indoor and outdoor antenna/radome test facility equipment at Robins Air Force Base in Georgia. The contractor will be responsible for providing all necessary parts, labor, equipment, materials, travel, and services to support the Electronic Maintenance Group (EMXG), covering multiple ranges including Ranges 1-5, 9, and ALM-266, with ALM-266 requiring preventative maintenance only. This procurement is a sole source requirement directed to NSI-MI Technologies, Inc., with plans for a Firm-Fixed Price (FFP) contract for one base year and four option years, anticipated to be awarded around September 23, 2024. Interested parties may express their interest and capability to respond, but no foreign companies will be permitted to participate; inquiries can be directed to Claudette Macneil at claude.macneil@us.af.mil or Michele Watts at michele.watts.1@us.af.mil.
    ALR-56M Amplifier/Detector, Log Video Repair (5996-01-365-5065EW)
    Active
    Dept Of Defense
    The Department of Defense, specifically the Department of the Air Force, is conducting market research to identify potential sources capable of providing depot-level testing and repair for the ALR-56M Amplifier/Detector, Log Video (NSN: 5996-01-365-5065EW). The government seeks expertise and capabilities to meet stringent qualification requirements, as the original equipment manufacturer, AKON, Inc., is currently the only known source with the necessary technical data and experience to fulfill this requirement. This component is critical for the operational readiness of military aircraft, including the F-16 C/D and C-130J A/C, and is procured as needed to support depot repair operations. Interested parties, both small and large businesses, are encouraged to submit their qualifications by September 19, 2024, to Michael Wensjoe or Kylie Ordoyne via email, as participation in this survey does not guarantee future contract opportunities.
    C-130 AN/APN 241 SYSTEM
    Active
    Dept Of Defense
    The Department of Defense, specifically the Department of the Air Force, is seeking information from potential sources capable of repairing the C-130 AN/APN 241 system, which includes various radar and navigation components. The initiative aims to identify contractors who can demonstrate their repair capabilities, particularly in handling obsolete parts and addressing operational deficiencies, as current repair services are exclusively provided by Northrup Grumman Systems Corporation. This procurement is crucial for maintaining the operational capability of the C-130 aircraft, and interested parties, especially small businesses, are encouraged to submit documentation supporting their capabilities by the response deadline of September 26, 2024. For further inquiries, interested contractors can contact Stacylee Johnson at stacylee.johnson.1@us.af.mil or Clyde Kincaide at clyde.kincaide@us.af.mil.
    APY-1/2 (Radar on E-3 AWACS)
    Active
    Dept Of Defense
    The Department of Defense, specifically the U.S. Air Force, is soliciting proposals for the repair of the AN/APY-1/2 Waveguide Switch avionics component, critical for the E-3 Airborne Warning and Control System. The contractor will be responsible for depot repair services, ensuring compliance with quality standards and managing Product Quality Deficiency Reports (PQDR) while maintaining strict turnaround times of 10 days for Mission Incapable (MICAP) and 8 days for Surge repairs. This procurement is vital for sustaining the operational availability and reliability of essential defense systems. Interested vendors should contact Michael D. Turk at michael.turk.6@us.af.mil or 478-320-0766 for further details, with proposals due in accordance with the outlined timelines in the Request for Quotation (RFQ) FA8539-24-Q-0004.
    Repair of 7RE 6610 012643953 AZ
    Active
    Dept Of Defense
    The Department of Defense, specifically the Department of the Navy through NAVSUP Weapon Systems Support, is seeking a contractor for the repair of two units of the altimeter encoder, part number 101450-41883, under the contract titled "Repair of 7RE 6610 012643953 AZ." The procurement requires the contractor to restore the equipment to a Ready for Issue (RFI) condition, adhering to military specifications and standards for packaging, labeling, and shipping, while also managing items classified as Beyond Economical Repair (BER) or Beyond Repair (BPR). This repair service is critical for maintaining the operational integrity of military flight instruments, ensuring they meet stringent performance and safety standards. Interested parties should contact Brian T. Kent at (215) 697-0000 or via email at BRIAN.T.KENT.CIV@US.NAVY.MIL for further details regarding the solicitation and compliance requirements.
    Atomx XYZ Purge and Trap Repair
    Active
    Dept Of Defense
    The Department of Defense, specifically the Department of the Air Force, is soliciting proposals for the repair and maintenance of the Teledyne Atomx XYZ Purge and Trap system at Robins Air Force Base in Georgia. The contractor will be responsible for providing all necessary travel, tools, and labor for a precertification evaluation, preventative maintenance, and emergency repairs for the Chemical Analysis Laboratory. This equipment is critical for laboratory operations, and the contract will be awarded on a sole source basis to Teledyne Instruments Inc., with a firm-fixed-price arrangement. Interested parties can reach out to Hayley Dowling at hayley.dowling@us.af.mil or Michele Watts at michele.watts.1@us.af.mil for further details, with the contract value being subject to the NAICS size standard of $34 million.
    Calibration of Multiple Attenuator Sets
    Active
    Dept Of Defense
    The Department of Defense, specifically the U.S. Army Contracting Command at Redstone Arsenal, is seeking accredited calibration and repair services for fifteen specialized test unit items, including various attenuator sets and resistors. This procurement action is a follow-on requirement based on previous calibration conducted by APSL, which identified the necessity for specific brand calibration due to unique mission requirements and increased costs from NIST. The contract may include both cost reimbursable and fixed-price elements, with the equipment being shipped overseas for servicing, emphasizing the importance of brand-specific calibration for the Army's operational needs. Interested vendors can contact Taylor Siskoff at taylor.c.siskoff.civ@army.mil or Portia Sampson at portia.r.sampson.civ@army.mil for further details.
    ROBOTIC SYSTEMS SERVICES
    Active
    Dept Of Defense
    The Department of Defense, specifically the Department of the Air Force, is seeking proposals for Robotic Systems Services to support the maintenance and repair of government-owned robotic systems at Robins Air Force Base in Georgia. The contractor will be responsible for providing technical expertise, training, engineering support, parts, and materials to ensure the effective functioning of up to 70 robotic systems, with the goal of minimizing downtime and enhancing operational efficiency. This procurement is a Total Small Business Set-Aside, with an estimated contract value of approximately $12.5 million, and proposals are due by September 23, 2024. Interested parties can contact Michele Watts at michele.watts.1@us.af.mil or Claudette Macneil at claudette.macneil@us.af.mil for further information.
    ReRepair of 8 N9913A/N9923A FieldFox RF Vector Network Analyzer
    Active
    Dept Of Defense
    The Department of Defense, specifically the Department of the Air Force, is seeking proposals for the repair of eight N9913A/N9923A FieldFox RF Vector Network Analyzers, which are critical for maintaining the ATCALS systems used by pilots for landing aircraft. This procurement will be a Sole Source Direct Award to Keysight Technologies Inc., and the contract will be structured as a Firm Fixed Price (FFP) agreement. The successful contractor will ensure the operational readiness of these analyzers, which play a vital role in aviation safety and efficiency. Proposals are due by September 20, 2024, at 3:00 PM CST, and interested parties should direct inquiries to Donald Wallar at donald.wallar@us.af.mil or call 405-739-7664.
    SYNCHRONIZER,ELECTR
    Active
    Dept Of Defense
    The Department of Defense, specifically the Department of the Navy through NAVSUP Weapon Systems Support Mechanical, is soliciting offers for the repair of the SYNCHRONIZER, ELECTR. The procurement aims to increase the quantity of repairs from one to five units, with a required Repair Turnaround Time (RTAT) of 69 days, and emphasizes the need for Government Source Inspection (GSI) of the repaired items. This equipment is critical for maintaining operational readiness within naval operations, and the contract will be awarded bilaterally, requiring written acceptance from the contractor. Interested parties must submit their quotes, including pricing and RTAT, by September 23, 2024, and can direct inquiries to Adrienne L. Rubinic at 717-605-1394 or via email at ADRIENNE.L.RUBINIC.CIV@US.NAVY.MIL.