The Performance-based Work Statement (PWS) Addendum outlines the requirements for repair, maintenance, and calibration support of Benchtop Reconfigurable Automatic Test (BRAT) Systems' High Voltage Assembly Interface Test Adapters (HVA ITAs). The Contractor is responsible for providing necessary personnel, tools, and parts to manage equipment and system failures, perform upkeep, and conduct software updates related to the HVA ITAs. They will repair up to 20 subassemblies annually, conduct functional verifications, and ensure that repaired items return to full operational status within specific timelines.
The Contractor must provide on-site engineering support, responding to issues within five working days, and is tasked with maintaining spare parts and developing a robust inventory. Regular reports summarizing activities, including repairs and status updates on spare parts and technical support, are mandated. Documentation of Government-furnished property and adherence to quality control measures is critical, with performance metrics established for turnaround times and asset quality. This contract exemplifies structured maintenance approaches aimed at ensuring operational efficiency and compliance with military requirements.
The document pertains to a Request for Information (RFI) issued by the government to conduct market research for potential sources capable of providing repair and calibration support for the Benchtop Reconfigurable Automatic Tester (BRAT) used at Robins AFB, GA. The government seeks contractors with expertise in troubleshooting, calibration, and maintenance of the BRAT, including analyzing failures and returning the system to service. The original equipment manufacturer is Advanced Testing Technologies Inc. (ATTI), which retains proprietary rights to the data and technical specifications.
Contractors invited to respond must submit documentation showcasing their capabilities and past experience, though participation does not guarantee contract awards, nor will the government reimburse expenses incurred during the RFI process. The anticipated volume is for 50 modules annually over a 12-month period, with interest in both large and small businesses. The RFI includes a Contractor Capability Survey to gather relevant information from interested parties, emphasizing the necessity for detailed responses regarding quality assurance and repair processes, given the absence of technical drawings and specifications. Responses must be submitted electronically by April 10, 2025, in a specified format to the designated contact.