Gerber Edge FX / Envision 375 – Refurbish/Service
ID: FA441724Q0325Type: Combined Synopsis/Solicitation
Overview

Buyer

DEPT OF DEFENSEDEPT OF THE AIR FORCEFA4417 1 SOCONSHURLBURT FIELD, FL, 32544-5810, USA

NAICS

Electronic and Precision Equipment Repair and Maintenance (811210)

PSC

IT and Telecom - End User: Help Desk;Tier 1-2,Workspace,Print,Output,Productivity Tools (HW/Perp SW) (7E20)

Set Aside

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

    The Department of Defense, specifically the U.S. Air Force, is seeking qualified small businesses to refurbish and service two Gerber printing systems: the Edge FX and Envision 375, located at Hurlburt Field, Florida. The contractor will be responsible for providing all necessary tools, parts, and labor to restore the printers to operational status, with work to be completed within 60 calendar days from the date of award. This initiative is crucial for maintaining essential printing technology used in various operations, ensuring compliance with federal regulations. Proposals are due by September 2, 2024, and interested vendors must hold active registration in the System for Award Management (SAM). For further inquiries, contact Benton Medcalf at benton.medcalf@us.af.mil or Mathieu Osorio at mathieu.osorio@us.af.mil.

    Point(s) of Contact
    Files
    Title
    Posted
    This document outlines the contractual framework and requirements for government procurements involving the Department of Defense (DoD), including essential clauses for electronic submission of payment requests via the Wide Area WorkFlow (WAWF) system and various Federal Acquisition Regulation (FAR) clauses. Key clauses mandated include the electronic submission of payment requests (DFARS 252.232-7003) and WAWF payment instructions (DFARS 252.232-7006) which detail definitions, access, training, and document submission methods. The document stipulates procedures for small business contracting preferences, mandates related to employee rights, anti-trafficking laws, and cybersecurity protocols. It emphasizes compliance with the given FAR and DFARS clauses to ensure fair practices and regulatory adherence during contract execution. The solicitation specifies submission guidelines for proposals, evaluation factors, and the role of an ombudsman to address contractor concerns. Overall, it represents a comprehensive guide for contractors in understanding their obligations and the procedural requirements for bidding on government contracts, particularly in the context of federal grants and requests for proposals (RFPs).
    The Statement of Work outlines the requirements for refurbishing and servicing the Gerber Edge FX and Envision 375 printers for the U.S. Air Force at Hurlburt Field. The contractor is responsible for all management, tools, equipment, supplies, and labor necessary to perform the required tasks. Work must be completed within 60 calendar days from the date of award. Specific tasks include the removal and replacement of various components for both printers, such as gas springs, motors, power supplies, and control assemblies. Following repairs, the contractor must perform a startup and operation verification in accordance with manufacturer guidelines. The document emphasizes the importance of safeguarding government property and specifies re-performance criteria for non-conformities at no extra cost. Contracting officers will adhere to federal regulations for inspection and acceptance of the services rendered. This initiative aims to ensure that the equipment is restored to operational status, aligning with the standards set by the Air Force.
    The document is a Wage Determination register under the Service Contract Act by the U.S. Department of Labor, detailing the minimum wage and fringe benefits required for service contracts in Okaloosa County, Florida. Wage Determination No. 2015-4531, Revision No. 27 lists hourly wage rates for various occupations effective in 2024, necessitating compliance with Executive Orders 14026 ($17.20 minimum wage) and 13658 ($12.90 minimum wage) depending on contract dates. It specifies benefits, including health and welfare, vacation, and holiday entitlements, alongside regulations for paid sick leave under Executive Order 13706. The document categorizes occupations and respective wage rates with a focus on service contract compliance, highlighting the ongoing commitment to fair compensation and worker protections in federal contracting. Contractors must adhere to these stipulations to ensure proper remuneration for their employees, while relevant considerations for conformed classifications are also outlined.
    The document outlines a Request for Quotation (RFQ) from the U.S. government pertaining to the refurbishment and servicing of two Gerber printing systems: the Edge FX and Envision 375. The RFQ is issued by the 1 SOCONS/PKA at Hurlburt Field, FL, and aims to solicit bids from qualified small businesses, with proposals due by September 2, 2024. Interested vendors must provide a quote for both line items, including delivery to Hurlburt Field, and must hold active registration in the System for Award Management (SAM). Key requirements include submission of written offers, adherence to delivery schedules, and inclusion of technical data and work plans. The award will be made based on the lowest price technically acceptable criteria. The solicitation indicates that the government reserves the right to cancel the RFQ at any time without reimbursement liability. Several attachments related to provisions, clauses, and wage determinations accompany the RFQ. This initiative reflects the government's ongoing commitment to maintain and refurbish essential printing technology used in various operations, ensuring compliance with the Federal Acquisition Regulations (FAR).
    Lifecycle
    Title
    Type
    Combined Synopsis/Solicitation
    Similar Opportunities
    Printer and Toner
    Dept Of Defense
    The Department of Defense, specifically the Naval Air Warfare Center Aircraft Division (NAWCAD), is seeking small businesses to provide printer and toner supplies through Blanket Purchase Agreements (BPAs). This procurement aims to streamline the acquisition of office supplies essential for supporting various naval operations, including Aircraft Launch and Recovery Equipment and Common Support Equipment. Interested vendors must submit their capabilities statements, including their Cage Code and Unique Entity Identifier (UEID), by March 11, 2026, to be considered for the BPA program, which has a master dollar limit of $4,999,999 over five years. For further inquiries, vendors can contact Karin Quagliato at karin.a.quagliato.civ@us.navy.mil or by phone at 240-587-2339.
    34--ENGRAVING SYSTEM
    Dept Of Defense
    The Department of Defense, through the Defense Logistics Agency (DLA Troop Support), is seeking quotes for the procurement of two engraving systems, identified by NSN 3417015526525. The requirement includes delivery to DLA Distribution San Diego within 156 days after order, with the approved source being 1GCR7 VLS3.60DT50. These engraving systems are critical for metalworking applications, ensuring precision and efficiency in military operations. Interested vendors must submit their quotes electronically, as hard copies of the solicitation will not be available, and inquiries can be directed to the buyer via email at DibbsBSM@dla.mil.
    Purchase of 4 MFPs (Multi-Functional Printers) for Korea
    Dept Of Defense
    The Department of Defense, through the Defense Logistics Agency (DLA), is seeking quotations for the procurement of four Multi-Functional Printers (MFPs) to be delivered to South Korea. The printers must meet specific technical requirements, including TAA compliance, high-resolution printing and scanning capabilities, robust security features, and a three-year warranty with 24/7 support. These MFPs are essential for supporting various operational needs within military facilities, ensuring efficient document handling and security compliance. Interested contractors must submit their proposals via email to Lauren Valentine by December 15, 2025, at 10:00 AM Eastern, with all submissions evaluated based on the Lowest Price Technically Acceptable (LPTA) criteria.
    FY26 Drone Course Equipment
    Dept Of Defense
    The Department of Defense, specifically the Department of the Air Force, is seeking proposals for the procurement of equipment related to the FY26 Drone Course. This opportunity is a combined synopsis/solicitation for commercial products or services, with a focus on ensuring that all proposals meet specific technical requirements, including the submission of a completed Excel spreadsheet as outlined in the solicitation. The equipment is essential for enhancing training capabilities in drone operations, which are increasingly vital for modern military operations. Interested vendors must submit their proposals through the Procurement Integrated Environment (PIEE) by December 17, 2025, at 10:00 AM CST, and should direct any inquiries to Benton Medcalf at benton.medcalf@us.af.mil.
    VME,CONVERTER BD
    Dept Of Defense
    The Department of Defense, specifically the Department of the Navy through NAVSUP Weapon Systems Support Mechanicsburg, is soliciting quotes for the repair of the VME, Converter BD, a component critical to military operations. The procurement requires a firm-fixed price for the repair services, with a Repair Turnaround Time (RTAT) of 180 days after receipt of the asset, ensuring timely restoration of functionality. This opportunity is set aside for small businesses, emphasizing the importance of maintaining operational readiness through efficient repair processes. Interested contractors must submit their quotes, including detailed pricing and capacity information, to Derek J. Ford at derek.j.ford5.civ@us.navy.mil by the specified deadline to be considered for this contract.
    16--ANTENNA EFA, IN REPAIR/MODIFICATION OF (AMENDED)
    Dept Of Defense
    The Department of Defense, through the NAVSUP Weapon Systems Support, is soliciting proposals for the repair and modification of the Antenna EFA, as outlined in solicitation N00383-25-R-D049. The procurement requires contractors to provide comprehensive repair services, including testing and inspection, with a desired turnaround time of 200 days and a throughput of one unit per month. This opportunity is critical for maintaining operational readiness of military aircraft, ensuring that essential components are restored to a serviceable condition. Interested contractors must submit their proposals by the extended deadline of October 10, 2025, and can direct inquiries to Christian M. Markle at 771-229-0508 or via email at CHRISTIAN.M.MARKLE.CIV@US.NAVY.MIL. The estimated value for repairs determined to be Beyond Economical Repair (BER) is set at $625,287.08.
    Blueprint Print Software
    Dept Of Defense
    The Department of Defense, specifically the U.S. Army Mission and Installation Contracting Command at Fort Eustis, is seeking sole source professional maintenance services for the proprietary Blueprint print software from PHAROS. This software is critical for all printer functions and is currently malfunctioning, leading to significant work stoppages and security compliance risks. The maintenance services are essential to restore full functionality, administrative reporting, and ensure cyber compliance, with the work to be completed over three consecutive days before the end of the calendar year. Interested parties can contact Stephanie M. Doutt at stephanie.m.doutt.civ@army.mil or William M. Jaeger at william.m.jaeger.civ@army.mil for further details.
    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 issuing a solicitation for the repair of the B-2 Data Entry Panel, NSN: 5895-01-527-7727FW, under a firm-fixed price indefinite-delivery requirements contract. The procurement involves comprehensive repair services, including minor and major repairs, as well as handling units deemed Beyond Economically Repairable (BER) and Beyond Physical Repair (BPR). This equipment is critical for monitoring and controlling avionics systems in the B-2 aircraft, ensuring operational readiness and safety. Interested contractors must submit their proposals by January 8, 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 PCB Fab and Assembly BPAs 2026-2030
    Dept Of Defense
    The Department of Defense, through the Defense Microelectronics Activity (DMEA), is soliciting proposals for multiple Blanket Purchase Agreements (BPAs) for Printed Circuit Board (PCB) Fabrication and Assembly services, covering the period from 2026 to 2030. The primary objectives include the rapid production of developmental PCBAs for design validation and the manufacturing of high-quality PCBAs for operational use in DOD programs, particularly for the GrimWing and DireWing units. This opportunity is a total small business set-aside under NAICS code 334418, with a maximum BPA ceiling of $1,500,000. Proposals are due by December 15, 2025, at 12:00 PM Pacific time, and must be submitted to Ryan Tung at ryan.c.tung.civ@mail.mil, with evaluations based on technical capability, past performance, and pricing.
    Common Data Entry Electronic Unit (CDEEU)
    Dept Of Defense
    The Department of Defense, specifically the Department of the Air Force, is soliciting proposals for the repair of Common Data Entry Electronic Units (CDEEU) and associated components, primarily for F-16 aircraft, under solicitation FA8251-26-R-0002. The contractor will be responsible for testing and repairing various National Stock Number (NSN) items to a serviceable “A” condition, adhering to OEM specifications and ISO 9001-2015 quality standards, with deliveries expected to commence 30 to 60 days after receipt of assets. This procurement is critical for maintaining the operational readiness of F-16 avionics, ensuring that essential components are restored to functionality. Interested contractors should contact Piper Martin at piper.martin@us.af.mil or Jesse Baird at jesse.baird@us.af.mil for further details, and are encouraged to review the solicitation documents for specific requirements and deadlines.