Cleaning Laser Ablation Depaint System
ID: FA857125Q0041Type: Combined Synopsis/Solicitation
Overview

Buyer

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

NAICS

All Other Miscellaneous Electrical Equipment and Component Manufacturing (335999)

PSC

AIRCRAFT MAINTENANCE AND REPAIR SHOP SPECIALIZED EQUIPMENT (4920)
Timeline
    Description

    The Department of Defense, specifically the Department of the Air Force, is seeking contractors for the procurement of a Cleaning Laser Ablation Depaint System, known as the CL2000, to be utilized at Robins Air Force Base in Georgia. The contract involves the supply, installation, and training for two laser systems, which will replace existing media blasting processes that pose safety and environmental risks. This procurement is critical for enhancing safety during aircraft maintenance operations and ensuring compliance with Occupational and Environmental Exposure Limits. Interested contractors should contact Natalie Roberson at natalie.roberson@us.af.mil or Claudette Macneil at claudette.macneil@us.af.mil for further details, as the contract includes specific requirements for safety training and environmental management compliance.

    Point(s) of Contact
    Files
    Title
    Posted
    The DD Form 1423-1 is a Contract Data Requirements List from the Department of Defense, specifying data item requirements for contractors related to a specific contract. It outlines essential details such as contract line item number, title of data, authority, requiring office, and submission frequencies. The form requires contractors to complete initial Environmental Management System (EMS) Awareness Training for personnel on Robins AFB. Failure to document this training may result in contract termination. Key contacts include primary and alternate government points of contact, Contract Surveillance Management Office personnel, and the Contracting Officer, ensuring communication and compliance. The document encompasses instructions for proper completion, categorizing data items into groups based on their significance and estimated costs, along with guidelines for distribution, delivery timelines, and acceptance criteria. Overall, it serves as a structured guideline for tracking and managing required data submissions within government contracts, particularly in relation to environmental compliance at military installations.
    The DD Form 1423-1 outlines the Contract Data Requirements List, facilitating the documentation of deliverables under federal contracts. This specific form focuses on contractor obligations relating to a project involving the Energy Management System (EnMS) at Robins Air Force Base. It mandates that all contractor personnel complete EnMS training, ensuring compliance with ISO 500001 certification requirements. The form includes sections for identifying contract details, data item specifications, submission dates, and distribution requirements. Moreover, it categorizes data items into technical data packages or others, detailing approval processes and reporting frequency. Key government points of contact and a contracting officer are outlined to assist contractors. This document serves as an essential tool for standardizing data management and compliance in contract work, contributing to effective project execution and oversight within government contracting frameworks.
    The document is a DD Form 1423-1, outlining the Contract Data Requirements List (CDRL) for a specific government contract related to a Cleaning Laser Ablation Depaint project. It details the necessary data item submission requirements for the contractor, specifically focusing on the Contractor's Safety Plan. Key entries include instructions for draft and final submissions, points of contact for government oversight, and distribution requirements. The contractor must submit a draft of the safety plan within ten working days of the contract award and a final version, including annotated appendices, within the next ten days following government feedback. The form includes structured sections for categorizing data items, specifying the repeating requirements for submission, and identifying the frequency and deliverables to different entities. This form emphasizes compliance, proper documentation, and communication between contractors and government officials, which is essential for the contract's success and adherence to safety protocols. The overall purpose aligns with ensuring that all safety measures are effectively planned and communicated before executing the project, highlighting the importance of thorough documentation in government contracting processes.
    The DD Form 1423-1 serves as a Contract Data Requirements List (CDRL), designed to outline the essential data items a contractor must provide under a Department of Defense (DoD) contract. The form includes various components such as the contract line item number, contractor details, and specific data item requirements. A critical aspect is the protocol for reporting accidents and incidents involving DoD property or personnel. Within four hours of an incident, the contractor must notify the Robins AFB Safety Office and follow up electronically within three days with detailed information, including the circumstances and costs associated with the mishap. The document specifies the structure for contractors to use when detailing the data item production related to the contract. These items are categorized based on their importance to the contracted work, with guidance on pricing calculations for each category. The instructions are clearly delineated to assist government personnel and contractors in completing the form accurately. Ultimately, this form is integral in establishing accountability, safety processes, and data requirements in federal contracts, reflecting the government's focus on risk management and contractual compliance.
    The document outlines a solicitation for Women-Owned Small Business (WOSB) contracts, including details on requisition and solicitation numbers, effective dates, and the process for submitting offers. It specifies the types of requirements including commercial products and services, and emphasizes the procurement process for eligible businesses, particularly economically disadvantaged women-owned small businesses (EDWOSB) and other designated small business categories. The document includes administrative information such as contact details for inquiries, due dates for offers, and the necessary signatures for contract validation. Additionally, it mentions the incorporation of federal acquisition regulations relevant to the solicitation. This framework is part of the federal government's commitment to contracting with WOSBs and ensuring equitable opportunities in the procurement process.
    The government document outlines the requirements for a Cleaning Laser Ablation Depaint System, specifically the CL2000 Corrosion Abatement Assembly, to be supplied, installed, and trained on at Robins Air Force Base, Georgia. The contractor is responsible for delivering two units along with safety curtains, a fume extractor, installation, and training for five personnel. The contract includes a 12-month warranty and specifies that all services must be executed on-site, with work hours typically from 7:00 AM to 3:30 PM, Monday to Friday. There are detailed protocols regarding government security, mishap reporting, and contractor safety training requirements, emphasizing adherence to OSHA guidelines and environmental management. Contractors must provide documentation for compliance and be prepared for inspections of their services and supplies. Missteps in safety or operational protocols can lead to contract termination, underscoring the precision necessary in government contracts within the defense sector. Overall, the document outlines comprehensive logistical, safety, and regulatory obligations for the contractor to fulfill in delivering the laser ablation system effectively.
    This document, prepared by Kathya Prescott-Neloms, provides detailed industrial safety and health requirements for contractors working on the Cleaning Laser Ablation Depaint System at Robins Air Force Base. It outlines the contractor's obligation to draft a comprehensive Safety and Health Plan in compliance with federal, state, and local laws, including OSHA standards. Key elements include the need for contractors to implement a robust environmental safety and occupational health (ESOH) program, ensure the safety of all employees (including subcontractors), and notify authorities promptly of any mishaps. The plan must address various aspects of safety, such as inspections, personal protective equipment, fire protection, and housekeeping standards. Contractors are mandated to establish specific procedures for handling hazardous materials, machinery operation, and vehicle safety protocols on the Air Force installation. Furthermore, the document stresses the responsibility of contractors to maintain a safe work environment and comply with additional regulations related to emergency responses and mishap reporting. This comprehensive approach ensures personnel and property safety, emphasizing the Air Force’s commitment to accident prevention and risk management in military operations.
    This document outlines a Sole Source Justification for the procurement of Brand Name Cleaning Laser Depaint Ablation Systems (CL2000) for the Warner Robins Air Logistics Complex (WR-ALC) due to unique requirements. The Air Force Sustainment Center (AFSC) intends to acquire two CL2000 systems from Adapt Laser Systems, LLC, to replace current media blasting processes that exceed Occupational and Environmental Exposure Limits (OEEL). The laser systems will enhance safety by minimizing hazardous exposure during aircraft ground equipment maintenance. The procurement will include assembly components, installation, training, and warranty services, with a total of six defined contract line items. Market research confirmed Adapt Laser Systems, LLC as the sole capable vendor meeting the specifications outlined in military guidelines, with no viable alternatives identified through various searches of government databases. The urgency of the acquisition is emphasized to prevent delays in fulfilling Air Force operational needs. The document concludes with the contracting officer's certification of its accuracy and completeness, highlighting the priority placed on maintaining safety and compliance through this acquisition.
    Lifecycle
    Title
    Type
    Combined Synopsis/Solicitation
    Similar Opportunities
    Laser Vector Preventative Maintenance and Calibration
    Buyer not available
    The Department of Defense, specifically the Department of the Air Force, is seeking a contractor to provide preventative maintenance and calibration services for Laser Vision Vector Measuring Machines and VB-series Tube Benders at Robins Air Force Base, Georgia. The contractor will be responsible for supplying all necessary materials, parts, labor, and travel to ensure the operational readiness of three Laser Vision Vector Measuring Machines and six VB-series Tube Benders, with a focus on safety and compliance with federal and Air Force regulations. This contract is critical for maintaining production capabilities, as the equipment is essential for certifying tubes in the shop, and the services are to be solicited on a sole-source basis from the original equipment manufacturer, NUMALLIANCE-NORTH AMERICA, INC. Interested parties can reach out to Hayley Dowling at hayley.dowling@us.af.mil or Claudette Macneil at claudette.macneil@us.af.mil for further inquiries, with the contract period estimated from November 25, 2024, to November 24, 2030.
    Parts Washers Service
    Buyer not available
    The Department of Defense, specifically the Department of the Air Force, is seeking qualified contractors for a Parts Washers Service at the Warner Robins Air Logistics Complex and Robins Air Force Base in Georgia. The contract, which spans five years, involves servicing 45 parts washers—24 government-owned and 21 leased—while ensuring compliance with federal and state environmental regulations. This service is critical for maintaining operational efficiency and safety within the military installation, emphasizing the importance of environmental management and safety protocols. Interested contractors are encouraged to submit their capabilities documentation by March 21, 2025, to Kerri Fox at kerri.fox@us.af.mil or Teresa Duval at teresa.duval@us.af.mil, as the government seeks to assess market interest and contractor qualifications for this essential service.
    Vapor Degreaser Cleaning
    Buyer not available
    The Department of Defense, specifically the Department of the Air Force, is seeking proposals from qualified contractors for vapor degreaser cleaning services at Robins Air Force Base in Georgia. The contract, designated as FA857125Q0038, requires two annual cleanings of the vapor degreaser system over a five-year period, with an estimated total value of $25 million. This cleaning service is crucial for maintaining operational efficiency and compliance with environmental regulations, ensuring the safe handling of hazardous materials and adherence to safety protocols. Interested contractors, particularly Women-Owned Small Businesses, must submit their quotes by February 28, 2025, and can direct inquiries to Carmen Davis at carmen.davis.2@us.af.mil or Phillip Richardson at phillip.richardson.2@us.af.mil.
    LITENING AN/AAQ-28 Contractor Logistic Support (CLS)
    Buyer not available
    The Department of Defense, specifically the U.S. Air Force, is seeking contractors to provide Contractor Logistic Support (CLS) for the LITENING AN/AAQ-28 system, as outlined in the presolicitation notice FA8540-24-R-0007. The procurement focuses on comprehensive management, engineering, production, repair, and logistics support for the LITENING Advanced Targeting Pod System (LTPS) over a potential ten-year period, with an emphasis on maintaining a 92% availability rate and ensuring compliance with military specifications. This contract is critical for sustaining operational readiness and effectiveness of military operations, highlighting the importance of rigorous quality management and data compliance. Interested contractors should submit their proposals, including detailed cost breakdowns and compliance documentation, by May 1, 2025, and may contact Taylor Walker at taylor.walker.10@us.af.mil or Cheri Thetford at cheri.thetford@us.af.mil for further information.
    Ion Vapor Deposition Machine Maintenance
    Buyer not available
    The Department of Defense, specifically the Department of the Air Force, is seeking qualified contractors for the maintenance of two Ion Vapor Deposition (IVD) machines located at Robins Air Force Base in Georgia. The procurement requires comprehensive maintenance services, including semi-annual preventive maintenance, technical support, and training for personnel, ensuring the operational readiness of critical aerospace-related equipment. This opportunity is vital for maintaining the functionality and reliability of IVD machines, which play a significant role in aerospace manufacturing processes. Interested contractors must submit their qualifications by March 6, 2025, and can direct inquiries to Traci Chance at traci.chance@us.af.mil or Lesley Sparks at lesley.sparks@us.af.mil for further clarification.
    Tool Etching System
    Buyer not available
    The Department of Defense, specifically the Department of the Air Force, is seeking quotations for a Tool Etching System under solicitation number FA4427-25-Q-1027, with a focus on small business participation. The procurement aims to establish a Firm Fixed Price contract for a fiber laser marking station that meets specific technical requirements, primarily for marking aircraft maintenance tools and specialty equipment to enhance accountability and compliance with Air Force quality assurance standards. The selected system will replace the current manual etching process, ensuring reliability and efficiency in tool management for maintenance tasks related to C-5, C-17, and KC-46 aircraft. Interested vendors must submit their quotes by February 26, 2025, at 12:00 PST, and are required to register in the System for Award Management (SAM) while adhering to federal regulations. For further inquiries, potential offerors can contact SrA Joseph Restua-Perez at joseph.restuaperez@us.af.mil or Vitaliy Kim at vitaliy.kim.1@us.af.mil.
    49--LASER DIODE MODULE, IN REPAIR/MODIFICATION OF
    Buyer not available
    The Department of Defense, through the Department of the Navy's NAVSUP Weapon Systems Support, is seeking contractors for the repair and modification of laser diode modules. This procurement is critical for maintaining the operational readiness of aircraft maintenance and repair specialized equipment, specifically under the PSC code 4920. The successful contractor will play a vital role in ensuring the reliability and functionality of these essential components. Interested parties can reach out to Jessica T. Grzywna at (215) 697-5095 or via email at jessica.grzywna@navy.mil for further details regarding this presolicitation opportunity.
    ATFLIR Repair Requirements in Support of FMS
    Buyer not available
    The Department of Defense, through the Naval Supply Systems Command Weapon Systems Support, is soliciting proposals for the repair of ATFLIR (Advanced Targeting Forward-Looking Infrared) systems in support of Foreign Military Sales (FMS). The procurement aims to ensure the operational readiness and reliability of these critical aircraft components, which play a vital role in advanced targeting and reconnaissance missions. Interested contractors should note that the opportunity falls under the NAICS code 336413, focusing on Other Aircraft Parts and Auxiliary Equipment Manufacturing, and the PSC code 1680, which pertains to Miscellaneous Aircraft Accessories and Components. For further inquiries, potential bidders can contact Erin Dolan at 215-697-2995 or via email at erin.e.dolan11.civ@us.navy.mil.
    TLD America Technical Data & Provisioning
    Buyer not available
    The Department of Defense, specifically the Department of the Air Force, is seeking potential sources to provide technical data and spares provisioning for flightline environmental units from TLD America, Inc. This initiative involves a Contractor Capability Survey aimed at identifying contractors capable of producing detailed Air Force Commercial Technical Manual documentation that meets U.S. Air Force standards, exceeding publicly available user manuals. Interested contractors, including small businesses, are encouraged to submit their qualifications, relevant experiences, and any teaming arrangements by March 20, 2025, to demonstrate their capabilities. For inquiries, interested parties may contact Robert Jackson at robert.jackson.62@us.af.mil or Kimberly Petty at kimberly.petty.2@us.af.mil.
    Maintenance Hangar Floor Sweeper/Scrubber
    Buyer not available
    The Department of Defense, specifically the Department of the Air Force, is seeking proposals for the procurement of a zero-emission, ride-on floor scrubber, with a particular emphasis on the Karcher B300 RI BP model or an equivalent. The requirements include a floor sweeper/scrubber with one front brush, various technical specifications such as battery type, working widths with side brushes, and a large wastewater tank, along with pricing that incorporates shipping costs. This procurement is crucial for maintaining cleanliness and operational efficiency at the Vienna, Ohio facility. Interested vendors should direct inquiries to Joshua D. Indorf at joshua.indorf.1@us.af.mil or call 330-609-1389, and must adhere to the submission guidelines outlined in the solicitation amendment, with all proposals due by the specified deadlines.