Mettler Toledo Titration Systems Maintenance and Repair
ID: FA857124Q0136Type: 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- SPECIAL INDUSTRY MACHINERY (J036)
Timeline
    Description

    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.

    Point(s) of Contact
    Files
    Title
    Posted
    The document outlines the Industrial Safety and Health Requirements for contractors involved in the preventive maintenance and repair of Mettler-Toledo Titration Systems. It emphasizes the contractors' responsibilities to comply with all federal, state, and local safety regulations, particularly under the Occupational Safety and Health Act (OSHA). Essential components include thorough preparation and submission of a detailed contractor Safety and Health Plan addressing specific safety practices and processes, as well as ensuring the safety of subcontractor employees. Key segments address the necessity for compliance with various safety standards, inspection rights for Air Force safety officials and OSHA inspectors, and a strict mishap notification protocol. Contractors must report any incidents impacting Air Force property or employee safety within set timeframes and must also establish clear impoundment procedures for affected work sites. The document further details requirements concerning personal protective equipment, electrical safety, materials handling, housekeeping, and traffic safety regulations on Air Force installations. Each requirement reinforces a commitment to safe working conditions and accountability, with a structured framework to monitor compliance while highlighting potential legal liabilities for contractors failing to adhere to safety standards. Overall, the document serves as a comprehensive guideline to ensure safety and health management in contractual operations linked to government projects.
    The DD Form 1423-1 outlines the Contract Data Requirements List (CDRL) used by the Department of Defense for managing data items related to federal contracts. This form serves as a template for specifying data needs in contracts, detailing elements such as contractor information, data item titles, submission schedules, distribution, and price group estimations. Key components of the form include designation of contract line items, the type and authority of data required, inspection and acceptance requirements, and the specifics of data delivery, including deadlines for electronic submissions. The form necessitates input from both government personnel and contractors to ensure clarity on data item definitions and estimated costs. Also included are instructions for completing the form, emphasizing the proper identification of data groups based on their relevance to the contractor’s performance, and a breakdown of associated costs. The primary focus of this document is to facilitate effective communication of contractual data requirements between the government and contractors, ensuring compliance and aiding project management within government contracts.
    The document is the DD Form 1423-1, a Contract Data Requirements List, specifically designed for government contracts. It outlines the requirements for tracking and submitting essential data items related to contracts, such as technical manuals and technical data packages, across federal, state, and local RFPs. Key sections include the identification of the contract line item, contractor details, and specific data item requirements, including submission frequencies, distribution points, and estimated costs. The document mandates that contractors electronically submit field service reports within three days post-visit, specifying the Government Points of Contact (POCs) for coordination. Instructions for completing the form are provided to both government personnel and contractors, detailing the required fields and their significance, including guidelines for estimating costs related to data item development. This structured approach ensures proper documentation and compliance with government standards, reflecting the importance of detailed reporting in federal contracting processes. Overall, the DD Form 1423-1 serves as a vital tool for ensuring transparency and accountability in contract management.
    The document outlines the Contract Data Requirements List (CDRL) related to the contractor's safety plan for Mettler-Toledo Titration Systems under a Department of Defense contract. It specifies the requirements for the contractor to submit a safety and health plan in compliance with the Occupational Safety and Health Act (OSHA) within 10 calendar days after contract award. A draft of the safety plan must be emailed to a designated safety office for review, and acceptance or non-acceptance will be communicated within 5 working days. The final submission of the safety plan must occur within 10 working days after government acceptance of the draft. Key contacts for the government are provided, including the primary point of contact, alternate contact, and contracting officer. The CDRL form also includes guidance on how contractors should categorize data items to be delivered, their estimated prices, and the necessary approvals from government personnel. This comprehensive requirement focuses on ensuring safety and compliance in the conduct of contracted work while establishing clear communication pathways between the government and the contractor.
    The document is the DD Form 1423-1, a Contract Data Requirements List used by the Department of Defense (DoD) to manage data collection related to contracts. It outlines the requirements for reporting accidents or incidents involving defense property and employee injuries, emphasizing timely communication and detailed follow-up documentation. Contractors must notify the Robins AFB Safety Office within four hours of an incident, providing critical information about the event and its aftermath, such as date, time, cause, and estimated costs. The form also contains instructions for completing the data requirements, detailing categories of technical data and deadlines for submissions. The purpose of the form is to ensure adequate data management and compliance with safety protocols in defense contracting. By clarifying reporting procedures and specifying necessary data, this form facilitates risk management and accountability within DoD contracts.
    The document details a Request for Proposal (RFP) for preventive maintenance and repair services of Mettler-Toledo Titration Systems at Robins Air Force Base, Georgia. The contractor is responsible for providing labor, parts, tools, and travel for annual preventive maintenance, ensuring compliance with manufacturer specifications and employing OEM-certified personnel. Emergency repairs must be addressed on-site within 48 hours of notification. The RFP includes multiple tables listing equipment needing service, outlining logistics for parts acquisition, calibration, and performance reports. Additional requirements specify contractor responsibilities regarding safety training, environmental compliance, and supply chain risk management, including the prohibition of counterfeit parts. The work is primarily conducted on-site, adhering to government security protocols and operational hours. Overall, the contract reflects the government’s commitment to maintaining high operational standards and equipment reliability in support of military operations.
    The document is a Single Source Justification for a contract with Mettler-Toledo, Inc. for the maintenance and repair of Mettler-Toledo Titration Systems at Robins Air Force Base, Georgia. It outlines the necessity for a sole source acquisition due to Mettler-Toledo being the original equipment manufacturer (OEM) capable of providing specialized service, parts, and support for these proprietary instruments. The contract spans a basic year plus two option years, emphasizing the critical role these systems play in the Chemical Flight Laboratories' mission, where instrument failures could lead to significant work stoppage. Despite market research seeking potential competitors, no other suppliers possess the required expertise, proprietary knowledge, or OEM-certified technicians for servicing these instruments. The document further notes that seeking alternative suppliers could incur extensive costs and training time. It recommends posting the acquisition as a sole source on Sam.gov and emphasizes ongoing market monitoring to increase future competition opportunities. The contracting officer affirms that only a single source is available, justifying the decision based on federal acquisition regulations.
    The document is a wage determination issued by the U.S. Department of Labor under the Service Contract Act (SCA). It outlines the minimum wage and fringe benefits for various occupations within specific counties in Georgia, applicable to contracts awarded or renewed on or after January 30, 2022. Contractors must ensure that covered workers receive at least $17.20 per hour or the appropriate higher wage listed. Additionally, it specifies the benefit requirements, including health and welfare costs calculated at $5.36 per hour, along with paid vacation and sick leave provisions. The document lists various occupations and their corresponding wages, distinguishing higher rates for certain roles. It emphasizes compliance with Executive Orders regarding minimum wage and paid sick leave, detailing the conformance process for any unlisted occupations. This wage determination serves as a critical framework for contractors engaged in federal or federally funded projects, ensuring fair compensation for service employees and adherence to labor standards. Overall, it reflects the government’s commitment to worker protection and equitable pay within service contracts.
    The document outlines a solicitation for commercial services, specifically focused on maintenance and repair for Mettler Toledo Titration Systems at Robins Air Force Base, Georgia. It is framed as a combined synopsis/solicitation, with a sole source designation to Mettler-Toledo, Inc. The requirements include all necessary labor, materials, tools, and travel for these services, which must adhere to a detailed Performance Work Statement dated June 28, 2024. The total contract period spans one year, starting from November 8, 2024, with options for extending services annually for two additional years. Key details include specific line items for maintenance services and deliverables such as calibration certificates and status reports, all at a firm fixed price. The contractor is required to follow guidelines for proper invoicing and payment submission through Wide Area Workflow (WAWF) and adhere to various Federal Acquisition Regulation (FAR) and Defense Federal Acquisition Regulation Supplement (DFARS) clauses. The document serves to solicit eligible contractors for this federal procurement, emphasizing compliance with legal and safety standards in service delivery.
    Lifecycle
    Title
    Type
    Combined Synopsis/Solicitation
    Similar Opportunities
    Spectroil Onsite Repair
    Active
    Dept Of Defense
    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.
    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.
    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.
    ATP Government Support Equipment
    Active
    Dept Of Defense
    The Department of Defense, through the Air Force Sustainment Center (AFSC), is preparing to issue a firm fixed-price contract for the procurement of ATP Government Support Equipment, specifically items produced solely by The Boeing Company. This acquisition includes critical equipment such as the MSOGS Ground Operations Cart and Field Tester, and the PBG Oxygen Regulator, which are essential for operational support within the Air Force. The solicitation is scheduled for publication on September 27, 2024, with a response deadline of October 11, 2024, and the anticipated delivery date for the equipment is on or before December 31, 2024. Interested parties can reach out to Mark C. Green at mark.green.29@us.af.mil or 405-734-8487 for further information regarding this sole-source opportunity.
    proprietary maintenance and repair of Mettler Toledo food processing equipment
    Active
    Dept Of Defense
    The Defense Commissary Agency (DeCA) is seeking specialized maintenance and repair services for proprietary Mettler Toledo food processing equipment utilized in its stores across the Contiguous United States, Alaska, and Hawaii. Due to the proprietary nature of the equipment and the exclusive rights held by Mettler Toledo, the contract will be awarded on a sole-source basis, ensuring that essential maintenance and repair services are provided for the agency's food processing operations. This procurement is critical for maintaining operational efficiency in DeCA's delicatessen, bakery, seafood market, and meat departments. Interested parties can contact Melba Brown at melba.brown@deca.mil or by phone at 804-734-8000 ext. 6241 for further information.
    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.
    Tin Plating System
    Active
    Dept Of Defense
    The Department of Defense, specifically the Department of the Air Force, is seeking proposals for a Tin Plating System to be delivered to the 402d Electronic Maintenance Group (EMXG) at Robins Air Force Base in Georgia. The contractor will be responsible for providing all necessary tools, parts, materials, and labor for the system, which includes a pre-dip tank, tin plating tank, and associated heater and control systems, with delivery expected within 32 weeks after receipt of order. This procurement is crucial for maintaining operational capabilities within military manufacturing processes, ensuring compliance with safety and environmental standards. Interested small businesses must submit their quotes via email to Carmen Davis by October 3, 2024, at 5:00 PM EST, and are encouraged to include all associated costs in their proposals.
    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.
    Repair of C-130 Fuel Quantity Indicators
    Active
    Dept Of Defense
    The Department of Defense, specifically the Air Force, is seeking contractors capable of repairing C-130 fuel quantity indicators, with a focus on comprehensive logistics and supply chain management. The procurement involves the repair, testing, preservation, and packaging of various part numbers, with estimated requirements totaling 22 units for each of the four options across multiple part numbers, including NSNs 6680-01-350-8048 and 6680-01-350-8049. This initiative is critical for maintaining operational readiness and safety of the C-130 aircraft fleet. Interested parties are encouraged to submit their qualifications and capabilities to the primary contact at 422.SCMS.AFMC.RFI@us.af.mil or the secondary contact, Amanda Mathews, at amanda.mathews.2@us.af.mil, as part of the Sources Sought notice, which is currently open for responses.
    Wave Form Generator TTE & Repair
    Active
    Dept Of Defense
    The Department of Defense, specifically the Department of the Air Force, is soliciting proposals for the Test, Teardown, and Evaluation (TT&E) and one-time repair of the Wave Form Generator at the Oklahoma City Air Logistics Complex (OC-ALC). This requirement is designated as Sole Source to Marvin Test Solutions, Inc., and the contractor will be responsible for providing all necessary labor, tools, and materials to repair malfunctioning waveform generators, ensuring compliance with quality control measures and safety regulations. The contractor must deliver a detailed evaluation report within one business day, obtain written authorization before initiating repairs, and ensure environmental compliance throughout the process. Interested parties should direct inquiries to Madelyn Thompson at madelyn.thompson@us.af.mil or Jason Shirazi at Jason.Shirazi@us.af.mil, with quotes due by the closing date specified in the solicitation documents.