Incremental Forming Design and Maintenance
ID: FA857125Q0049Type: 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 Incremental Forming Design and Maintenance services at Robins Air Force Base in Georgia. The procurement aims to secure maintenance, software updates, training, and calibration services for the Machina Labs Incremental Forming Robotic Cell, which is crucial for the operations of the 402d Commodities Maintenance Group. This contract, which will be awarded under simplified acquisition procedures, is set for one base year with two additional option years and is intended to ensure the optimal performance of advanced manufacturing technologies. Interested parties should contact Andrea Cervantes at andrea.cervantes.1@us.af.mil or De'Anna Thompson at deanna.thompson.3@us.af.mil for further details.

    Point(s) of Contact
    Files
    Title
    Posted
    The DD Form 1423-1, dated February 2001, outlines the Contract Data Requirements List (CDRL) for federal contracts, specifically detailing the submission of data items required from contractors. The main purpose of this form is to ensure standardized reporting and compliance with government data acquisition requirements. It includes sections for contract details, item descriptions, distribution requirements, and pricing categories to clarify the contractor's responsibilities regarding data delivery. Key elements include data classification (technical data, technical manuals, etc.), submission timelines, inspection requirements, and the roles of various government personnel associated with contract oversight. The document emphasizes the government's right to data usage, stipulating that costs related to data submission should be categorized based on the necessity and extent of the contractor's effort. This structured approach fosters comprehensive oversight and clarity in contract management, ensuring that contractors understand obligations and the associated costs. By enabling effective communication between contractors and government entities, this form plays a critical role in the execution of federal contracts, aiding in project compliance and successful data management.
    The DD Form 1423-1 serves as a Contract Data Requirements List, used for documenting data item requirements in Department of Defense contracts. Key sections include contract identifiers, contractor information, data item details, and submission requirements. The form emphasizes the notification procedure for accidents or incidents involving DoD property associated with the contract. Contractors must notify the Safety Office within four hours and follow up with detailed reports within specific time frames, including essential information about the incident and corrective actions taken. The form includes instructions for Government personnel and the contractor, detailing how to complete various fields regarding data submission, distribution requirements, and associated costs based on the data item's importance. The contract's safety oversight is highlighted, necessitating clear communication and reporting in case of mishaps to ensure compliance with safety regulations. Overall, the form outlines essential protocols for data management and incident reporting within the framework of federal contracting.
    The document is the DD Form 1423-1, which outlines the Contract Data Requirements List (CDRL) for a specific federal contract. It requires contractors, specifically Machina Labs, Inc., to submit a Status Report related to the Environmental Management System (EMS) as part of their contractual obligations for incremental forming design and maintenance support. The contractor’s personnel working at Robins Air Force Base must complete the Air Force’s initial EMS Awareness Training before commencing work, with documentation sent to the contracting officer and contract surveillance managers for tracking. Failure to provide this training documentation can lead to contract termination. The form also serves as a guide for government and contractors, detailing how to fill out the requisite data items, the frequency of submissions, distribution requirements, and the estimated costs related to the data items. This overview facilitates compliance with government contract requirements, particularly in relation to environmental management and accountability, ensuring all parties understand their responsibilities and implications towards contract performance.
    The document is a DD Form 1423-1, a Contract Data Requirements List utilized by the Department of Defense to outline specific data items required under a contract. It includes sections for identifying the contract, contractor, and data item specifics, as well as frequency of submissions and distribution details. The main data item discussed pertains to a "Status Report" concerning the Energy Management System (EnMS) at Robins Air Force Base, mandating all contractors to complete relevant training before commencing work. The document also emphasizes compliance with ISO 500001 certification requirements, insisting that the prime contractor ensures all personnel, including subcontractors, complete initial EnMS training. Contact details for various project personnel are provided for follow-up and clarification. The form serves a crucial role in government contracting by standardizing the reporting and data submission requirements, thus ensuring proper oversight and compliance with established energy management protocols. This underscores its significance in federal RFPs and grants focused on energy efficiency and contractor performance.
    The DD Form 1423-1 is a Contract Data Requirements List designed for the Department of Defense (DoD) to outline and manage the contractual requirements for data submission. The document details the specific data items contractors must provide under a government contract, including information such as the type of data required, submission timelines, and points of contact. It includes sections for contract identifiers, titles, authorities, and distribution requirements. The contractor, Machina Labs INC, is tasked with submitting a draft safety plan within ten working days after contract award and a final copy subsequently. The form specifies that the safety plan must adhere to government review protocols, with timelines for approval and revision. Additionally, the document explains how contractors should classify and estimate the costs related to each data item, categorizing them into different price groups based on their relevance and necessity for contract fulfillment. This structured approach ensures compliance, facilitates clear communication between the contractor and the government, and enhances oversight of the contract's execution.
    The document details the Industrial Safety and Health Requirements for a contract related to Incremental Forming Design and Maintenance Support, emphasizing compliance with safety regulations outlined in various federal and Air Force standards. Contractors must develop a comprehensive Safety and Health Plan that encompasses environmental, safety, and health protocols, ensuring the protection of their employees and subcontractors. Key elements include adherence to OSHA regulations, proper mishap reporting, impoundment procedures for accidents, and ongoing compliance checks by government inspectors. The contractor is responsible for providing a safe work environment, implementing training for employees, and ensuring proper usage of personal protective equipment. Additionally, specific guidelines are outlined for hazardous materials handling, equipment safety, and emergency response. Overall, the document underscores the importance of rigorous safety measures to maintain worker health and protect government property during contract operations, reflecting the government's commitment to safety in RFPs and contracts.
    The document outlines the Performance Work Statement (PWS) for Incremental Forming Design and Maintenance Support at Robins Air Force Base, Georgia. The contractor is tasked with providing maintenance, software updates, training, and calibration services for an Incremental Forming Robotic Cell utilized by the 402d Commodities Maintenance Group. Key responsibilities include conducting eight calibrations and four software updates over a twelve-month contract, with two optional years. Training sessions will cover three levels—Apprentice, Journeyman, and Design Evaluation—tailored to the trainees' competencies. Additionally, remote design and maintenance support will be provided, alongside compliance with security and environmental regulations. The work requires adherence to specific timeline and certification requirements, as well as reporting protocols for mishaps. The aim is to ensure the machinery's optimal performance and the operators’ proficiency, supporting the broader mission of the Air Force in maintaining advanced manufacturing technologies.
    This Sole Source Justification (SSJ) seeks to authorize the acquisition of maintenance and support services for the Incremental Forming Robotic Cell at Robins Air Force Base from Machina Labs Inc. The acquisition is imperative for the Commodities Maintenance Group and falls under simplified acquisition procedures due to the proprietary nature of the required services. A new firm fixed-price contract will span one basic year with two additional option years and is funded through CSAG-M Defense Working Capital Funds. The justification emphasizes that Machina Labs is the sole provider capable of delivering both preventive maintenance and calibration due to proprietary data restrictions. Extensive market research confirmed that no other sources could fulfill the necessary requirements, maintaining adherence to federal regulations. The Cost to the government will be evaluated to ensure fairness in pricing via negotiation methods outlined in FAR guidelines. Overall, the document underscores the need for specific technical services which only the original equipment manufacturer can provide, ensuring operational continuity and technical support for existing government assets.
    The document outlines Solicitation FA857125Q0049, focused on a request for quotation (RFQ) aimed at selecting a contractor for maintenance and service support for the Machina Labs Incremental Forming Robotic Cell at Robins Air Force Base, Georgia. The solicitation details the requirements for non-personal services, including preventive maintenance, software updates, training, and calibration services. Additionally, it specifies that the contract will follow a firm-fixed-price format, involving various option line items for extended services. The document emphasizes that the acquisition is conducted under Simplified Acquisition Procedures (SAP) and is set aside for small businesses, particularly targeting women-owned and economically disadvantaged enterprises. Moreover, it includes comprehensive inspection and acceptance protocols, contract administration details, and clauses relevant to compliance with federal and defense regulations. Key personnel contacts for information and inquiries are provided, reinforcing the importance of structured communication throughout the procurement process. This solicitation exemplifies governmental efforts to foster small business participation while ensuring appropriate technical and service requirements are met.
    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.
    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.
    Ideal Aerosmith Rate Table Calibration
    Buyer not available
    The Department of Defense, specifically the Department of the Air Force, is seeking qualified contractors for the Ideal Aerosmith Rate Table Calibration project at Robins Air Force Base in Georgia. The procurement involves providing Tear-Down and Evaluation (T&E) services to ensure the Ideal Aerosmith Rate Table Controller is fully operational following necessary repairs and calibrations, with a focus on compliance with safety and environmental standards. This contract is critical for maintaining the operational integrity of military equipment, ensuring adherence to rigorous quality and regulatory standards throughout the calibration process. Interested vendors must submit their proposals by March 11, 2023, and can direct inquiries to Carmen Davis at carmen.davis.2@us.af.mil or Joshua Sharpe at joshua.sharpe.6@us.af.mil.
    Warner Robins Air Logistics Complex Production Overhead Support
    Buyer not available
    The Department of Defense, through the Department of the Air Force, is soliciting proposals for the Warner Robins Air Logistics Complex Production Overhead Support contract, which aims to provide essential labor, management, and travel support services at Robins Air Force Base in Georgia. The contractor will be responsible for a range of logistical tasks, including inventory management, parts ordering, and production planning, while ensuring compliance with safety and quality control measures. This contract, valued at approximately $24.5 million, is set aside for women-owned small businesses and the 8(a) program, with a performance period beginning on April 19, 2025, and extending through April 2030. Interested parties can reach out to Adam Hudson at adam.hudson.4@us.af.mil or Bryan Canady at bryan.canady@us.af.mil for further inquiries and must adhere to the proposal submission deadlines outlined in the solicitation documents.
    HEXAGON ABSOLUTE ARM V3P, 8725, 7-AXIS
    Buyer not available
    The Department of Defense, specifically the Department of the Air Force, is seeking proposals for the procurement of a Hexagon Absolute Arm V3P, 8725, 7-Axis, intended for use at Robins Air Force Base in Georgia. The contract encompasses the provision of equipment, installation services, and comprehensive training for personnel, ensuring compliance with safety and operational protocols as well as environmental management standards. This advanced measuring instrument is crucial for enhancing operational capabilities within the 402d First Article Test Metrology Lab, supporting precision in industrial process measurements. Interested contractors should reach out to Hayley Dowling at hayley.dowling@us.af.mil or Phillip Richardson at phillip.richardson.2@us.af.mil for further details, with proposals due by the specified deadline outlined in the solicitation documents.
    Parts Washers Service
    Buyer not available
    The Department of Defense, specifically the Department of the Air Force, is seeking market research contributions for a Parts Washers Service at the Warner Robins Air Logistics Complex and Robins Air Force Base in Georgia. This five-year contract involves servicing 45 parts washers, including both government-owned and leased units, while ensuring compliance with federal and state environmental regulations. The initiative is crucial for maintaining operational efficiency and environmental safety within the military installation, with a focus on rigorous quality management and personnel training. Interested contractors must submit their capability documentation by March 21, 2025, and can reach out to Kerri Fox at kerri.fox@us.af.mil or Teresa Duval at teresa.duval@us.af.mil for further information.
    Cleaning Laser Ablation Depaint System
    Buyer not available
    The Department of Defense, specifically the Department of the Air Force, is seeking contractors to provide a Cleaning Laser Ablation Depaint System (CL2000) for the Warner Robins Air Logistics Complex in Georgia. The procurement involves the delivery, installation, and training for two CL2000 systems, which are intended to replace existing media blasting processes that pose safety and environmental risks. This initiative is crucial for enhancing safety during aircraft maintenance operations and ensuring compliance with Occupational and Environmental Exposure Limits. Interested contractors should reach out to Natalie Roberson at natalie.roberson@us.af.mil or Claudette Macneil at claudette.macneil@us.af.mil for further details, with proposals due by March 14, 2025, following an amendment to the solicitation.
    Automated Investment Casting Cell
    Buyer not available
    The Department of Defense, specifically the Department of the Air Force, is soliciting bids for the acquisition of an Automated Investment Casting Cell aimed at enhancing the casting process for Air Force Weapon Systems. This procurement requires a turnkey solution that includes delivery, installation, warranty, and training, with a focus on robotic operations capable of functioning autonomously overnight while adhering to strict environmental and safety standards. The initiative underscores the importance of modernizing production capabilities to support military applications, with a particular emphasis on fostering participation from Women-Owned Small Businesses (WOSB) and Economically Disadvantaged Women-Owned Small Businesses (EDWOSB). Interested parties should direct inquiries to Jacqueline Henn at Jacqueline.Henn@us.af.mil, and must comply with the solicitation requirements outlined in the associated documents.
    C-5 Visor Door Actuator Overhaul
    Buyer not available
    The Department of Defense, specifically the Department of the Air Force, is soliciting proposals for the overhaul of the C-5 Visor Door Actuator under solicitation number FA8538-25-R-0003. This Request for Proposal (RFP) seeks qualified vendors to provide depot-level overhaul services for a critical component of the C-5 Galaxy cargo aircraft, with the contract structured as a Firm-Fixed Price (FFP), Indefinite Delivery Indefinite Quantity (IDIQ) type, anticipated to span five years with two ordering periods and three option years. The selected contractor will play a vital role in maintaining operational readiness for the C-5 aircraft, which is expected to remain in service until its retirement in 2040. Interested parties must submit their proposals by 5:00 PM EST on March 22, 2025, and can direct inquiries to Caiveon Thomas at caiveon.thomas@us.af.mil or Deborah Manly at deborah.manly@us.af.mil.
    CANON PLOTTER MAINTENANCE PACKAGE
    Buyer not available
    The Department of Defense, specifically the Department of the Air Force, is seeking proposals for a maintenance package for Canon plotters located at Robins Air Force Base in Warner Robins, Georgia. The procurement aims to establish a comprehensive maintenance renewal service for a twelve-month period, with the possibility of extending for four additional years, ensuring the operational efficiency of critical electronic and precision equipment. This maintenance service is vital for the upkeep of essential office supplies and devices, which play a significant role in the Air Force's operational capabilities. Interested contractors should contact Natalie Roberson at natalie.roberson@us.af.mil or Claudette Macneil at claudette.macneil@us.af.mil for further details, and must adhere to the submission guidelines outlined in the solicitation documents.