MXSG B507 Monorail Paint Line Upgrade
ID: FA822725R2630Type: Combined Synopsis/Solicitation
Overview

Buyer

DEPT OF DEFENSEDEPT OF THE AIR FORCEFA8227 AIR FORCE MATERIEL COMMAND OL H PZIMBHILL AFB, UT, 84056-5805, USA

NAICS

Overhead Traveling Crane, Hoist, and Monorail System Manufacturing (333923)

PSC

AIRCRAFT MAINTENANCE AND REPAIR SHOP SPECIALIZED EQUIPMENT (4920)

Set Aside

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

    The Department of Defense, through the Air Force, is soliciting proposals for the upgrade of the B507 Monorail Paint Line at Hill Air Force Base in Utah. This project aims to enhance operational capabilities by replacing outdated equipment, including the conductor bar system, and implementing a maintenance spur and wireless communication upgrades. The successful contractor will be responsible for providing design packages, procuring materials, and delivering operational and maintenance manuals, with a focus on ensuring compliance with safety and quality standards. Proposals are due by 1500 MST on May 13, 2025, and interested parties should direct inquiries to Tanner Nielsen or Bryan Kingsford via email.

    Files
    Title
    Posted
    The document outlines the Invitation to Offerors (ITO) for the Lowest Price Technically Acceptable (LPTA) procurement of the B507 Paint Line Monorail Upgrade at Hill Air Force Base, UT. It details the proposal submission process, emphasizing compliance with the guidelines to avoid unacceptability. Offerors must ensure all required documents are submitted, including a completed RFP and price proposal, along with a technical proposal not exceeding 25 pages. Communication regarding the RFP must be directed to the Contracting Officer, who will manage source selection information. The proposal must include specific sections detailing previous relevant experience, technical approaches, and an installation schedule while addressing factors like data rights and safety codes. Site visits will be offered for potential bidders to better understand project requirements. Final evaluations will focus on technical aspects and price proposals to determine eligibility for contract award. This solicitation reflects the government's structured and rigorous approach to contract acquisitions within defense procurement, emphasizing technical qualifications alongside cost considerations.
    The document outlines the evaluation factors for awarding a contract for the B507 Paint Line Monorail Upgrade. Utilizing the Lowest Price Technically Acceptable (LPTA) source selection method, the government will award the contract based on the lowest evaluated price from technically acceptable proposals. The evaluation will assess various factors, including price, technical capability (with five specific subfactors), schedule, code adherence, and staff experience. The proposal must meet all solicitation requirements, including providing detailed methodologies and prior experience regarding technical aspects like system control modifications and wireless communications. The government plans to award without discussions, urging bidders to submit their best initial offers. However, discussions may occur if deemed beneficial. Significant emphasis is placed on the completeness and reasonableness of price submissions, while technical proposals must demonstrate the bidder’s capability to perform within the stated Statement of Work (SOW). Compliance with codes and possessing qualified staff are also critical to proposal acceptance. The overall goal is to ensure the selected contractor meets the government’s operational needs effectively and efficiently, maintaining a focus on quality and cost management.
    The DD Form 1423-1 serves as a Contract Data Requirements List (CDRL) used by government entities, specifically the Department of Defense, to outline data item deliverables associated with contracts. Key components include contract identifiers, data item details, submission timelines, distribution requirements, and authority references. A specific safety plan for the B507 Monorail Paint Line upgrade is highlighted, requiring delivery to designated government points of contact within specified timeframes following contract award. The distribution statement dictates that the information is only accessible to the Department of Defense and U.S. contractors, with strict compliance to export regulations for any technical data included. The document emphasizes the importance of marking distribution details and elaborates on thorough submission and approval processes. Overall, it embodies a structured approach to managing data requirements in government contracts, ensuring compliance, safety, and effective communication between the contractor and government authorities.
    The document is DD Form 1423-1, a Contractor Data Requirements List used by the Department of Defense (DoD) to outline data item submission requirements related to contracts. It specifically addresses the need for a Contractor Quality Control Plan associated with the B507 Monorail Paint Line upgrade project. The form details the identification of the data item, including its title, authority, frequency of submissions, and distribution details, alongside instructions for completion. Key components of the form identify the contractor as a required participant and stipulate the submission of quality plans within set timelines, such as 30 days post-award notification and subsequent updates within 15 days of any changes. It also includes electronic submission protocols and necessary warning statements regarding export restrictions on technical data. The overarching purpose of this form is to ensure that the contractor adheres to quality assurance measures critical for the project's success while following established guidelines. By emphasizing the need for regular data submission and quality control documentation, the form aids in maintaining compliance and oversight within DoD contracts, which are fundamental in federal government RFPs and grants.
    The DD FORM 1423-1, dated February 2001, focuses on the Contract Data Requirements List (CDRL), outlining the governmental requirements for data submission related to federal contracts. It necessitates that contractors provide conference minutes within three business days after meetings, such as a Kick-Off meeting, and details the submission process, including the required distribution list and electronic delivery to specified government personnel. The form includes sections for contract line item numbers, titles, authorities, and submission frequency, directing contractors to specify attachments and distribution instructions, particularly for sensitive data governed by export control laws. Each submitted document must adhere to strict guidelines regarding format, depth of content, and timing, reinforcing the government's need for clear, organized documentation. The document also details guidelines for assigning price groups to various data items based on their necessity for contract performance, helping to estimate associated costs. Overall, the DD FORM 1423-1 facilitates structured communication between contractors and the government, ensuring compliance with federal data requirements within RFP frameworks.
    The DD Form 1423-1 is a standardized Contract Data Requirements List utilized by the U.S. Department of Defense for managing data items under government contracts. It outlines key information regarding specific data requirements, including contract references, data item specifications, approval processes, and distribution instructions. The form serves as an essential tool for documenting and approving technical data submissions, such as engineering drawings, along with ensuring compliance with government regulations. The document details the process for completing the form and specifies critical elements, including data item numbers, titles, authorities, and required inspection protocols. Additionally, it mandates the use of clear distribution statements, including guidelines for handling and declassifying sensitive technical data. The estimated prices associated with each data item are categorized into four groups, reflecting the contractor's obligations and the item's relevance to the primary contract. This form's purpose is to streamline the documentation and submission of critical data while ensuring that contractors conform to government expectations, thus facilitating efficient contract management and compliance with federal regulations.
    The DD Form 1423-1, titled Contract Data Requirements List, outlines the procedures for submitting specific data items relevant to federal contracts, particularly in the context of the Department of Defense. The form serves as a structured approach for contractors to report data, which includes project planning charts and technical data packages necessary for contract performance. Key elements of the form include sections for contract identification, data item specifications, submission frequency, and distribution requirements, ensuring clarity and accountability in data submissions. The document emphasizes the importance of compliance with the Arms Export Control Act regarding technical data, requiring appropriate markings and handling instructions. Additionally, it provides guidance for both government personnel and contractors on the completion and submission of the form, distinguishing between different categories of data, pricing groups, and submission methods. Overall, the form facilitates effective communication between contractors and government officials, ensuring delivery of essential data while maintaining adherence to regulatory standards and protocols. Its structured framework is crucial for managing data requirements in federal grants and RFPs, supporting project integrity and operational effectiveness.
    The DD Form 1423-1 serves as a Contract Data Requirements List for the U.S. Department of Defense. This form outlines the specifications for data submissions related to a specific contract, specifically for the operational and maintenance (O&M) manuals associated with the B507 Monorail Paint Line upgrade project. Key elements include details on the type of data required, the timeline for submissions, distribution methods, and responsible parties. The form mandates adherence to military specifications and establishes a distribution statement for safeguarding sensitive information. Furthermore, it provides a framework for estimating the costs of data collection and delivery, dividing them into four distinct price groups based on the necessity and scope of the data. Overall, this document is vital for ensuring that contractors meet government standards for data production while facilitating compliance and operational efficiency in project execution.
    The DD Form 1423-1 is a Contract Data Requirements List utilized by the Department of Defense to outline specific data items required under a contract. This form addresses critical elements such as contract line items, item descriptions, required deliverables, and associated submission details. It includes sections for specifying the frequency of submissions and various contacts for submitting documents. The form ensures that technical data is handled correctly, with strict adherence to export control laws denoted by warning and destruction notices. The purpose of this form is to facilitate clear communication of data requirements between contractors and government entities, enhancing the efficiency of contract management. The structured approach provides guidance on data classification (e.g., Technical Data Packages, Technical Manuals) and the estimated price groups associated with the preparation and delivery of data items. Overall, this document serves to standardize data management procedures in government contracts, ensuring all parties comply with necessary protocols.
    The DD Form 1423-1 outlines the Contract Data Requirements List (CDRL) utilized by the Department of Defense (DoD) for managing data submission and acquisition in government contracts. It includes essential sections for cataloging various data items such as engineering drawings, technical manuals, and other documentation required for specific projects. The form specifies contract line item numbers, categorized data requirements, authorities, submission frequency, and distribution details, ensuring clarity in communication between contractors and government representatives. It emphasizes that data submissions must adhere to specific guidelines on distribution and destruction, particularly regarding sensitive technical data under export control laws. This document is part of the framework that facilitates the structured collection of information necessary for project execution, ultimately ensuring compliance with contract specifications and enhancing accountability in defense contracting. Thus, it serves as a critical tool for both government personnel and contractors in fulfilling obligations stipulated by requests for proposals (RFPs) and grants.
    The solicitation FA8227-25-R-2630 is a request for proposal aimed at acquiring commercial items for the 709th Maintenance Support Squadron at Hill AFB, Utah. The acquisition includes design packages, material procurement, maintenance spur addition, global communication upgrades, operational manuals, and data deliverables. A key feature of this RFP is the organization of two site visits on April 8 and 9, 2025, for potential offerors to assess the system's specifications firsthand. Proposals are due by April 28, 2025, with evaluation based on a Lowest Price Technically Acceptable (LPTA) approach, focusing on price, technical capability, and schedule adherence. The solicitation emphasizes compliance with federal regulations and preferences for small businesses, with a maximum firm size of 1,250 employees under NAICS 333923. The process encourages contractors to engage with the government on any matters of concern through designated contacts, ensuring transparency. Overall, this solicitation aims to modernize and enhance the operational capabilities of the 709th MXSS through effective contractor partnerships and strict regulatory compliance.
    The document titled "SCALE" relates to the framework for federal and state/local Request for Proposals (RFPs) and grants within the government. Its primary goal is to establish guidelines and benchmarks for evaluating project submissions, ensuring alignment with government objectives and funding criteria. Key aspects include eligibility requirements for applicants, criteria for proposal evaluation, and timelines for project implementation. The document emphasizes transparency and accountability in the funding process, detailing the importance of compliance with federal regulations and local ordinances. By providing clear standards for submissions, SCALE aims to foster competitive bidding while promoting effective use of taxpayer dollars. Overall, it serves as a vital resource for organizations seeking to engage with government funding opportunities, emphasizing best practices in proposal development and submission processes.
    The U.S. Air Force's Statement of Work outlines the upgrade of the Monorail Paint Line located in B507, addressing outdated equipment that transports heavy landing gear parts during the painting process. This project aims to replace the failing conductor bar system, upgrade hardware, and enhance operational capabilities through various initiatives, including the installation of a maintenance spur and wireless communication systems. The statement details contractor responsibilities, including design milestones, installation scheduling, and compliance with safety and quality standards. It emphasizes the need for proper training and documentation, including operation and maintenance manuals. The project will minimize downtime, ensuring that the existing system remains operational during upgrades, with warranties for the supplied components. Additionally, the contractor must adhere to stringent security and regulatory requirements while working at Hill Air Force Base. This project reflects the commitment to enhance the efficiency and safety of paint line operations, crucial for air force readiness and maintenance capabilities.
    Lifecycle
    Title
    Type
    Combined Synopsis/Solicitation
    Similar Opportunities
    HMIT Test Stand Maintenance
    Dept Of Defense
    The Department of Defense, specifically the Department of the Air Force, is seeking contractors to provide maintenance and repair services for two Helmet Mounted Integrated Targeting System (HMIT) Test Stands for the 523rd Electronics Maintenance Squadron (EMXS) at Hill Air Force Base in Utah. The contractor will be responsible for delivering all necessary management, tools, parts, supplies, equipment, and labor to ensure the operational readiness of the HMIT Test Stands, which are critical for testing and maintaining advanced targeting systems. Key services include technical assistance, coordination on replacement parts, on-site repairs, and software support, with strict adherence to performance thresholds and compliance with Air Force Instructions and OSHA standards. Interested parties can contact Costadena Bournakis at costadena.bournakis@us.af.mil or 801-586-8593, or Merrick Flygare at merrick.flygare@us.af.mil or 801-775-2223 for further details.
    Material Test System (SOLE SOURCE)
    Dept Of Defense
    The Department of Defense, specifically the Department of the Air Force, is issuing a Request for Quote (RFQ) FA822725Q4910 for calibration services of the Material Test System (MTS) and High Rate Propellant Test System (HRPTS) at Hill Air Force Base, Utah. This procurement is a Sole Source award to MTS Systems Corporation, which will provide essential calibration services for the 582nd Missile Maintenance Squadron, ensuring the systems operate within design specifications critical for the Air Force Nuclear Weapons Center's Aging and Surveillance Program. Proposals are due by December 15, 2025, at 3:00 p.m. MST, with questions accepted until December 10, 2025, at 3:00 p.m. MST; interested vendors should submit their quotes via email to Contract Specialist Rachel Wright and Contract Officer Melissa Huston.
    14459 - Anchor Points Follow-On
    Dept Of Defense
    The Department of Defense, specifically the Department of the Air Force, is seeking qualified contractors to provide non-personal services for anchor points and fall protection at Hill Air Force Base in Utah. The procurement involves comprehensive inspections and recertifications of anchor points, rails, trolleys, and associated hardware, along with minor repairs during recertification, as outlined in the Performance Work Statement. These services are critical for ensuring safety and compliance with regulations at the U.S. Air Force's Ogden Air Logistics Complex and Utah Training & Test Range. Interested small businesses must contact Hugo Ruano Gutierrez or Lelauni Jenkins for further details, with proposals due in accordance with the solicitation timeline.
    FY26 Airfield Striping & Rubber Removal
    Dept Of Defense
    The Department of Defense, specifically the Department of the Air Force, is soliciting proposals for the FY26 Airfield Striping & Rubber Removal project at Dover Air Force Base in Delaware. This procurement is a 100% Small Business set-aside, requiring contractors to provide all necessary labor, materials, equipment, and tools for the project, which has a magnitude between $250,000 and $500,000. The contract will be a Firm Fixed Price (FFP) type, with a performance period of 365 calendar days from the notice to proceed, and proposals are due by 1:00 PM EST on January 9, 2026. Interested parties should direct inquiries to SSgt Mariah Thompson at mariah.thompson@us.af.mil or Mr. Dimas Bernacchia at dimas.bernacchia.2@us.af.mil, and proposals must remain valid through March 31, 2026.
    Hill Industry Day Quad Charts
    Dept Of Defense
    The Department of Defense, specifically the Department of the Air Force, is seeking industry participation for the Hill Industry Day, focusing on the submission of Full and Abbreviated Quad Charts related to various contracting opportunities. The procurement aims to address critical needs for repairs and new buys of aircraft components, including those for the F-16, T-38, C-5, B-1, and B-52 fleets, as well as ICBM Minuteman III systems and Space & C3I Radar Systems. These opportunities are vital for maintaining the operability and readiness of military assets, particularly in light of obsolescence issues and repair backlogs. Interested vendors should contact Tracey Beringer at tracey.beringer@us.af.mil or by phone at 777-2211 for further details and to participate in the upcoming discussions.
    FY26 Airfield Pavement Preventative Maintenance
    Dept Of Defense
    The Department of Defense, through the Department of the Air Force, is soliciting proposals for the FY26 Airfield Pavement Preventative Maintenance project at Dover Air Force Base in Delaware. This opportunity is a 100% Small Business set-aside, requiring contractors to provide all labor, materials, equipment, and tools necessary for airfield pavement maintenance, with a project magnitude estimated between $250,000 and $500,000. The contract will be a Firm Fixed Price type with a performance period of 365 calendar days, emphasizing the importance of maintaining airfield infrastructure for operational readiness. Proposals are due by 1:00 PM EST on January 9, 2026, and must remain valid through March 31, 2026; interested parties should direct inquiries to SSgt Mariah Thompson at mariah.thompson@us.af.mil or Mr. Dimas Bernacchia at dimas.bernacchia.2@us.af.mil.
    F-16 Installation Tool Kit, B
    Dept Of Defense
    The Department of Defense, specifically the Department of the Air Force, is soliciting proposals for the F-16 Installation Tool Kit, designated under solicitation FA8203-25-Q-0008. This procurement involves the supply of specific installation tools required for the F-16 aircraft, particularly under two foreign military sales cases, with an emphasis on an "All or None" award approach based on the lowest total evaluated price. The tools are critical for maintaining and servicing the F-16 aircraft, ensuring operational readiness and safety. Proposals are due by January 9, 2026, at 4:30 PM MST, and interested contractors should direct inquiries to Sara Tibbetts at sara.tibbetts@us.af.mil or Nathan Hirschi at nathan.hirschi@us.af.mil for further details.
    ONE PHASE DESIGN BID BUILD FY27 HIGH SPEED TEST TRACK, HOLLOMAN AIR FORCE BASE, OTERO COUNTY, NEW MEXICO
    Dept Of Defense
    The Department of Defense, through the U.S. Army Corps of Engineers, is seeking responses for the design and construction of a high-speed test track at Holloman Air Force Base in Otero County, New Mexico, under the contract number W912PP27RA001. This opportunity is a sources sought notice aimed at identifying qualified contractors capable of executing a one-phase design-bid-build project for the fiscal year 2027. The high-speed test track is critical for testing and evaluating various military vehicles and systems, enhancing operational readiness and capabilities. Interested parties are encouraged to review the attached PDF for submission instructions and to contact Diana Keeran at DIANA.M.KEERAN@USACE.ARMY.MIL or by phone at 505-342-3263 for further inquiries.
    KC-46 Pneumatic Starter
    Dept Of Defense
    The Department of Defense, specifically the Department of the Air Force, is soliciting proposals for the KC-46 Pneumatic Starter project, which involves updates to existing Air Turbine Starter (ATS) test stands at Hill Air Force Base in Utah. The procurement aims to engage an Original Equipment Manufacturer (OEM) to develop and integrate new software and hardware necessary for testing the KC-46 ATS, including the creation of test templates and installation of required hardware. This initiative is crucial for ensuring the operational readiness and compatibility of the KC-46 aircraft's pneumatic starter systems. Interested parties, particularly Women-Owned Small Businesses, should refer to solicitation FA822826Q0004 and contact Hayden Thurston at hayden.thurston@us.afmil or Costadena Bournakis at costadena.bournakis@us.af.mil for further details, with a performance period set from January 5, 2026, to January 5, 2027.
    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.