Spectroil Onsite Repair
ID: FA857124Q0133Type: Combined Synopsis/Solicitation
Overview

Buyer

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

NAICS

Electronic and Precision Equipment Repair and Maintenance (811210)

PSC

MAINT/REPAIR/REBUILD OF EQUIPMENT- INSTRUMENTS AND LABORATORY EQUIPMENT (J066)
Timeline
    Description

    The Department of Defense, specifically the Department of the Air Force, is seeking a contractor to provide onsite repair services for the Spectroil M spectrometer at Robins Air Force Base in Georgia. The contractor will be responsible for all labor, travel, tools, and replacement parts necessary to restore the spectrometer to operational status, adhering to strict safety and health regulations as outlined in the Performance Work Statement (PWS) and associated safety documentation. This procurement is critical for maintaining the operational readiness of the Air Force's Chemical Analysis Laboratory, ensuring compliance with federal acquisition regulations while promoting engagement with Women-Owned Small Businesses (WOSBs). Interested parties must submit their quotes by October 8, 2024, with the performance period scheduled from October 28 to December 2, 2024. For further inquiries, contact Carmen Davis at carmen.davis.2@us.af.mil or De'Anna Thompson at deanna.thompson.3@us.af.mil.

    Point(s) of Contact
    Files
    Title
    Posted
    The document outlines the Industrial Safety and Health Requirements for the Spectroil Onsite Repair contractor, with a focus on the development of a comprehensive Safety and Health Plan. It mandates compliance with environmental, safety, and occupational health laws, particularly those established by OSHA, and emphasizes the contractor's responsibility for the safety of all personnel, including subcontractors. Details include the requirement for periodic inspections by Air Force safety officials and the need for contractors to promptly report any mishaps. Key topics include the necessity of a Contractor Safety and Health Manager, adherence to the Voluntary Protection Programs (VPP), and established procedures for mishap notifications and impoundment. The document reinforces strict regulatory standards concerning personal protective equipment, hazardous energy control, electrical safety, and general housekeeping. Procedures must also ensure that materials are stored and handled safely, further contextualizing the contractor's obligations during operations. Overall, this aligns with regulatory compliance objectives inherent in federal RFPs, emphasizing the importance of workplace safety and health in government contracts while safeguarding government assets and personnel.
    The document is a DD FORM 1423-1, which outlines the Contract Data Requirements List (CDRL) used within the Department of Defense for federal contracts. It details the structured approach for contractors to submit data items related to contract performance. Key components include the purpose of the data item, its frequency, distribution requirements, and oversight by government representatives. The form specifies what information is required from contractors regarding the submission of data, including the title, estimating prices for different categories of data, and responsibilities for inspection and approval. The document is essential for ensuring the effectiveness and compliance of data submissions necessary for the contract's scope, particularly for the contractor involved in the "Spectroil Onsite Repair" project. The form requires the contractor to electronically send status reports upon completion of repairs and identifies primary and alternate government points of contact, emphasizing communication and reporting responsibilities throughout the contract lifecycle.
    The DD Form 1423-1 serves as a Contract Data Requirements List for the Department of Defense, requesting a Contractor's Safety Plan for the SPECTROIL ONSITE REPAIR contract. The key requirement is for the contractor to submit a draft of their safety plan within ten working days after contract award for government review. The government has five working days to review and suggest changes; if none are made, the draft will be accepted as final. Final copies are due ten working days after the draft's acceptance. The form outlines various items for completion including contract line numbers, contractor details, data item descriptions, submission deadlines, and distribution requirements. The instructions clarify how to complete the form, specifying categories, technical office responsibilities, acceptance conditions, submission details, and pricing groups associated with data items. This structured documentation is essential for ensuring contract compliance and safety regulations, emphasizing the federal government's formal and meticulous approach in managing contracts and ensuring contractor accountability in safety.
    The document is a DD Form 1423-1, which outlines the Contract Data Requirements List (CDRL) specifically for a mishap and incident reporting data item under a government contract. It emphasizes the contractor's obligation to report any incidents related to Department of Defense (DoD) property or employee injuries within specified timeframes. The contractor must inform the Robins AFB Safety Office and follow up electronically with detailed information about the incident, including costs and corrective actions within set deadlines. The form includes instructions for completion, detailing various items such as contract identifiers, titles, requiring offices, and submission schedules. The purpose of this form is to standardize the collection of incident-related data to ensure compliance with safety regulations and facilitate proper oversight by designated government officials. It outlines the necessary protocols for incident communication and documentation, reflecting the government’s focus on safety and accountability in contract execution. The document serves as a key procedural guide aimed at maintaining data integrity and regulatory compliance in federal projects.
    The Performance Work Statement (PWS) outlines the requirements for the repair of the Spectroil M spectrometer at Robins Air Force Base, GA. The contractor is responsible for all labor, travel, tools, and replacement parts necessary for the repair. Initial evaluation and teardown services by certified personnel must be scheduled within five business days of contract award and are expected to last no more than three days. Following the teardown, the contractor will submit a work request for any necessary replacement parts. Upon completion of repairs, the contractor must provide a status report to designated government representatives. Key points also include the requirement for a contractor program manager, work performed on-site during specified hours, and adherence to government security policies. Additional considerations include environmental and safety training requirements for all personnel, mishap notification procedures, and compliance with procurement regulations. No government-furnished property is provided, and the entire contract performance period is estimated to not exceed five weeks. This procurement supports the Air Force's ongoing operational readiness and maintenance protocols for critical analytical equipment.
    The document outlines a solicitation for commercial services related to the repair of the Spectroil M Spectrometer at Robins Air Force Base (AFB), Georgia, as part of a Women-Owned Small Business (WOSB) initiative. The contractor is required to provide labor, travel, tools, and replacement parts according to a specified Performance Work Statement (PWS). The solicitation follows a combined synopsis/solicitation format under Simplified Acquisition Procedures as Request for Quote (RFQ) FA8571-24-Q-0133. Responses should be submitted via email by October 8, 2024. Key deliverables include a teardown evaluation, safety plan, accident report, and a status report, all with firm fixed pricing. The performance period is from October 28 to December 2, 2024, with obligations for FOB destination delivery. Additionally, specific contract administration and compliance clauses are included, emphasizing the requirements for electronic submission of payment requests, small business regulations, and health and safety standards during contract execution. This initiative underscores the government's efforts to engage WOSBs while ensuring compliance with federal acquisition regulations.
    The document outlines a Single Source Justification for a Simplified Acquisition regarding the repair services of the Spectroil M spectrometer at Robins AFB, Georgia. The contracting activity, AFSC/PZIMA, seeks to engage Spectro Scientific, the Original Equipment Manufacturer (OEM), due to the specialized nature of the repairs required. The contractor is responsible for all labor, travel, tools, and parts necessary to restore the spectrometer to full operational status, with a commitment to follow Air Force Technical Order protocols. The selection of Spectro Scientific is justified by a lack of alternative qualified vendors, as market research identified no small businesses or mandatory sources capable of providing the necessary services. The estimated performance period for the contract is from October 28, 2024, to December 2, 2024. Efforts will be made to promote competition in the future by regularly scanning the market for potential new sources. The contracting officer has determined that the specific requirements of this contract warrant a sole-source contract due to the unique capabilities of the OEM. This justification underscores the importance of maintaining contract compliance and the integrity of equipment operated by the military.
    Lifecycle
    Title
    Type
    Spectroil Onsite Repair
    Currently viewing
    Combined Synopsis/Solicitation
    Similar Opportunities
    Mettler Toledo Titration Systems Maintenance and Repair
    Active
    Dept Of Defense
    The Department of Defense, specifically the Department of the Air Force, is seeking a contractor for the maintenance and repair of Mettler Toledo Titration Systems at Robins Air Force Base in Georgia. The procurement involves providing all necessary labor, parts, materials, tools, and travel for preventative maintenance and repairs, with a focus on compliance with manufacturer specifications and the use of OEM-certified personnel. These systems are critical for the operations of the Chemical Flight Laboratories, where any instrument failures could significantly disrupt workflow. Interested contractors should note that this is a sole source solicitation directed to Mettler-Toledo, Inc., with a contract period of one year starting November 8, 2024, and options for two additional years. For further inquiries, potential bidders can contact Andrea Cervantes at andrea.cervantes.1@us.af.mil or Claudette Macneil at claude.macneil@us.af.mil.
    Analytical Laboratory Instrument Manufacturing
    Active
    Dept Of Defense
    The Department of Defense, specifically the Arnold Engineering Development Complex (AEDC) at Arnold Air Force Base in Tennessee, is seeking sources for the procurement of four analytical laboratory instruments: an Energy Dispersive XRF Spectrometer, a Density Meter, an Automated Particle Analyzer Laser, and a Mobile Magnetizing Station. The objective is to enhance laboratory capabilities for critical analyses, including fuel testing and equipment inspection, ensuring operational integrity in aerospace contexts. The instruments must be new, with no refurbished parts accepted, and submissions from interested vendors are due by October 3, 2024, with responses directed to primary contacts Andrew Waggoner and Brooke Vandeman via their provided emails. This Sources Sought Notice serves as market research and does not constitute a formal solicitation.
    Sources Sought for the Maintenance and Overhaul of the Fuel Integrity Tester
    Active
    Dept Of Defense
    The Department of Defense, specifically the U.S. Army Contracting Command-Redstone Arsenal, is conducting a Sources Sought notice to identify potential sources for the maintenance and overhaul of the Fuel Integrity Tester, NSN: 4920-01-521-2579, part number SK2000FIT. The procurement aims to find contractors capable of providing all necessary services, facilities, labor, parts, materials, and equipment to inspect and overhaul the Fuel Integrity Tester, ensuring it is returned to condition code A as per Army regulations. This equipment is crucial for maintaining the operational readiness of military aircraft, and the government may set aside the requirement for small businesses or pursue full and open competition based on market research responses. Interested parties must submit their qualifications and technical survey responses to Colby Stewart via email by 1700 Central Time on October 12, 2024, with no funds available for preparation of responses.
    Sync Resolver Calibration
    Active
    Dept Of Defense
    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.
    Empyrean XRD and Epsilon 4 XRF Service
    Active
    Dept Of Defense
    The Department of Defense, specifically the U.S. Army Corps of Engineers Research and Development Center (ERDC), is seeking to award a Firm Fixed Price contract for annual service and maintenance of the Empyrean X-ray Diffractometer and Epsilon X-ray Fluorescence equipment, which are critical for geotechnical and structural laboratory operations in Vicksburg, Mississippi. The procurement requires comprehensive support services, including hardware and software phone and remote support, annual preventative maintenance, corrective maintenance, spare parts coverage, and emergency support, all of which must be performed by the original equipment manufacturer, Malvern Panalytical, to ensure compliance with warranty conditions. This sole source acquisition is justified due to the proprietary nature of the technology involved, which limits competition and necessitates specialized service capabilities. Interested vendors may submit capability statements to Jon-Vincent Holden and David Ammermann by 1:00 PM CST on October 2, 2024, for consideration in determining whether to conduct a competitive procurement.
    Spectrum Analyzer
    Active
    Dept Of Defense
    The Department of Defense, specifically the Department of the Air Force, is soliciting quotes for the procurement of a Spectrum Analyzer to support operations at Joint Base McGuire-Dix-Lakehurst, New Jersey. The primary objective is to acquire remote spectrum monitoring receivers and software that will enhance the detection and management of radio frequency parameters, thereby ensuring the safety and operational readiness of spectrum-dependent military systems. This equipment is crucial for identifying and mitigating electromagnetic interference that could impact critical communications and ordnance safety on the base. Interested small businesses must submit their proposals, including technical specifications and pricing, by the specified deadline, with the contract expected to be awarded based on the Lowest Price Technically Acceptable evaluation methodology. For further inquiries, contractors can contact Jordan Davis at jordan.davis.39@us.af.mil or Adriana A. Dunaway at adriana.dunaway.2@us.af.mil.
    Thermo Scientific Lab Equipment Maintenance & Repair for the William Beaumont Army Medical Center, Fort Bliss, Texas
    Active
    Dept Of Defense
    The Department of Defense, through the Army Medical Center at Fort Bliss, Texas, is seeking qualified vendors to provide maintenance and repair services for Thermo Scientific lab equipment. This procurement involves a 12-month fixed-price contract with options for up to five additional years, emphasizing the need for timely and effective service delivery to support military healthcare operations. Interested small businesses must submit their quotes by October 4, 2024, and can direct inquiries to Contract Specialist Robert Knight at robert.h.knight.civ@health.mil. Compliance with federal acquisition regulations and specific evaluation criteria is essential for participation in this opportunity.
    J--Preventative maintenance to spectrometer instruments
    Active
    Dept Of Defense
    The Department of Defense, specifically the Department of the Navy, is seeking preventative maintenance services for spectrometer instruments. Spectrometer instruments are typically used for analyzing and measuring the properties of light. This combined synopsis/solicitation is for the sole source purchase of medical equipment maintenance. The procurement is being conducted by the NAVSUP FLT LOG CTR NORFOLK. For further details, please refer to the attached synopsis/solicitation.
    HH-60W Ux Validator II Test Set Repair
    Active
    Dept Of Defense
    The Department of Defense, specifically the Air Force Life Cycle Management Center, is seeking proposals for the repair and refurbishment of the Ux Validator II Test Set and associated equipment to support the HH-60W helicopter. The procurement aims to ensure the operational readiness and availability of critical test sets used for aircraft maintenance, which are essential for verifying the functionality of various aircraft systems and components. This long-term contract is structured as a ten-year agreement, including a base year and nine optional years, with an estimated quantity of 24 units per year and a required delivery timeframe of 12 months after receipt of funded orders. Proposals are due by 5:00 PM EDT on October 3, 2025, and interested parties should contact Dominique Doyle at Dominique.doyle@us.af.mil or Hillary Souther at Hillary.souther@us.af.mil for further information.
    29--DETECTOR,METALLIC P
    Active
    Dept Of Defense
    The Department of Defense, through the Defense Logistics Agency (DLA Land and Maritime), is seeking quotes for the procurement of 12 units of the Detector, Metallic P (NSN 2995013545754). This solicitation is part of an RFQ process, and the approved source for this item is identified as 97484 4J2743. The detectors are critical components used in aircraft engine and engine parts manufacturing, highlighting their importance in maintaining operational readiness and safety. Interested vendors must submit their quotes electronically, as hard copies of the solicitation are not available, and all inquiries should be directed to the buyer via email at DibbsBSM@dla.mil. The deadline for delivery is set for 168 days after the award of the contract.