Cleaning Laser Ablation Depaint System
ID: FA857125Q0101Type: 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)

Set Aside

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

    The Department of Defense, specifically the Department of the Air Force, is soliciting bids for the procurement of two handheld Cleaning Laser Ablation Depaint Systems for the 402 Maintenance Support Group at Robins Air Force Base in Georgia. The contractor will be responsible for providing the laser systems, including delivery, installation, a 12-month warranty, and training for operators, with specific technical requirements such as a minimum laser power of 1600 watts and safety features. This procurement is a 100% Small Business Set Aside under NAICS code 335999, emphasizing the importance of compliance with federal regulations and safety standards. Interested parties must submit their quotes by August 15, 2025, at 3:00 PM EST, and can direct inquiries to Carmen Davis or Claudette Macneil via their provided email addresses.

    Point(s) of Contact
    Files
    Title
    Posted
    The DD FORM 1423-1, FEB 2001, is a Contract Data Requirements List (CDRL) form used by the Department of Defense. It details data item requirements for contracts, including titles, authority, contract references, and submission frequencies. The form outlines instructions for both government personnel in preparing the CDRL and contractors in understanding pricing groups for data items (Group I: not essential, Group II: essential with additional work, Group III: internal use with minor changes, Group IV: minimal effort/no cost). A specific example within the document, "Cleaning Laser Ablation Depaint HHL," requires contractors on Robins AFB to complete Air Force-provided EMS Awareness Training, with notification of completion sent to specific government contacts. This training is mandatory for all contractor and subcontractor personnel, and failure to comply may result in contract termination. The document also provides contact information for primary and alternate government and CSMO POCs, as well as the Contracting Officer.
    DD FORM 1423-1, FEB 2001 is a Contract Data Requirements List used in federal government RFPs, grants, and state/local RFPs. This form details data items required from a contractor, such as reports and technical documentation. It outlines information like contract line item numbers, data item titles, authority documents, contract references, requiring offices, frequency of submission, and distribution details. The document specifies that all contractors working on Robins AFB must comply with Energy Management System (EnMS) requirements and complete Air Force-provided EnMS training, including subcontractors and vendors. It also provides contact information for various government personnel, including Energy Office POCs, Primary/Alternate Government POCs, and Contracting Officers. The form also includes instructions for both government personnel and contractors on how to complete the DD Form 1423, including pricing guidance for data items based on the effort required for their production or development.
    The DD Form 1423-1,
    DD FORM 1423-1, FEB 2001, titled "CONTRACT DATA REQUIREMENTS LIST (1 Data Item)," is a federal government form used to specify data deliverables in contracts. It outlines requirements for contractors regarding the submission of various data items, such as accident/incident reports, technical data packages, and manuals. The form details the information required for each data item, including title, authority, contract reference, requiring office, frequency of submission, and distribution. It also provides instructions for both government personnel and contractors on how to complete the form, including guidance on pricing data items based on the effort required for their production (Group I-IV). A specific example within the form illustrates the detailed requirements for an "ACCIDENT/INCIDENT REPORT" related to "Cleaning Laser Ablation Depaint HHL," including immediate telephonic notification and a follow-up electronic report with specific content and distribution to various government contacts. The form emphasizes compliance with OMB regulations and provides contact information for key government personnel involved in the contract.
    The document is a DD Form 1423-1, which outlines the Contract Data Requirements List (CDRL) relevant for government contracts, specifically designed for the Department of Defense. Its primary focus is to detail the requirements for submitting a status report related to the Cleaning Laser Ablation Depaint project at Robins Air Force Base (AFB). The contractor must ensure that all personnel undergo initial Environmental Management System (EMS) awareness training before commencing work, with strict compliance necessary to prevent contract termination. Key components include instructions for completing various sections of the form, specifying contract details, data item descriptions, inspection requirements, and the necessary governmental point of contacts responsible for oversight. The document stipulates timelines for data submission and the frequency of required reports, emphasizing the importance of adherence to training protocols. The summary also highlights the administrative responsibilities of contractors in communicating the completion of EMS training. Overall, it underscores the need for thorough documentation and compliance with environmental and contracting standards, reflecting the federal government's rigorous approach to managing contracts and ensuring environmental safety in sensitive operational areas.
    The document outlines the DD Form 1423-1, which serves as the Contract Data Requirements List (CDRL) utilized by the Department of Defense. It includes guidelines for contractors to deliver specific data items required for contract performance. Key sections detail the information needed, including contract line items, category types, system/item identifiers, and submission deadlines. Particularly noteworthy is the emphasis on adherence to the Energy Management System (EnMS) requirements due to the WR-ALC's ISO 500001 certification, mandating all contractor personnel involved in activities at Robins AFB to complete required training. The contact points for the Energy Office and other relevant government personnel are listed for clarity and communication. The overall purpose of the document is to ensure compliance with data submission requirements while streamlining the process for contractors and enabling effective contract management. The CDRL structure facilitates the necessary documentation flow, thereby supporting transparency and accountability in government contracting processes.
    The document outlines the requirements for submitting a Contractor's Safety Plan as part of the government's contract data submission process. Specifically, it emphasizes the need for contractors to provide a draft safety plan within ten working days following the contract award, which will then be reviewed by the government within five working days. If there are no changes requested, the draft will be deemed final. Subsequently, final copies must be submitted within ten working days after government acceptance of the draft. The document includes contact information for key government personnel involved, such as the Contracting Officer and primary point of contact. The structure of the document includes sections for contract details, data item information, submission timelines, and distribution requirements. It serves as a formal guideline for contractors on how to comply with government requests for safety documentation, ensuring clarity in submission processes, approvals, and responsibilities. This streamlined communication helps to uphold safety standards in compliance with federal regulations, ensuring both contractor performance and government oversight are maintained effectively.
    The document is the DD Form 1423-1, which outlines the Contract Data Requirements List (CDRL) used by the Department of Defense. It specifies procedures for contractors to report mishaps or incidents involving DoD property, emphasizing the importance of timely notification and detailed reporting to ensure safety and compliance. Contractors must inform designated officials within specified time frames, including a preliminary report within four hours and a follow-up within three days. The form includes fields for contract details, data item descriptions, and distribution requirements, promoting clarity in communication between contractors and government authorities. Additionally, it outlines categories of required data—Technical Data Packages, technical manuals, or other data types—along with estimated price groups associated with data preparation and delivery, ensuring alignment with government requirements. The form serves as a compliance tool to manage contract deliverables effectively and enhance safety oversight during contract operations.
    This government Request for Quote (RFQ) No. FA857125Q0101, issued by the US Air Force, is a 100% Small Business set-aside under NAICS 335999, inviting quotes for cleaning laser ablation systems, safety curtains, fume extractors, installation, and training, along with associated data deliverables. Quotes are due by August 12, 2025, at 3:00 PM EST. The document outlines detailed requirements for delivery, inspection, acceptance, and payment via Wide Area WorkFlow (WAWF), including specific DoDAACs and instructions. It also incorporates numerous Federal Acquisition Regulation (FAR) and Defense Federal Acquisition Regulation Supplement (DFARS) clauses by reference and full text, addressing various contractual obligations, compliance, and reporting requirements.
    The Women-Owned Small Business (WOSB) solicitation document outlines a Request for Quote (RFQ) for commercial products and services related to the acquisition of systems for cleaning through laser ablation at Robins Air Force Base, Georgia. The main requirements include the provision of two handheld cleaning laser ablation systems, safety curtains, installation, and training services, with specific quantities and service codes assigned to each item. The solicitation is set aside for 100% small businesses under NAICS code 335999 and specifies a deadline for quotes to be submitted via email by August 12, 2025. The document also details payment instructions, inspection, acceptance criteria, and includes various federal regulations related to contracting and subcontracting, emphasizing compliance with safety and quality standards. The overarching goal is to engage qualified small enterprises, particularly women-owned businesses, in fulfilling the defense contracting needs, promoting economic opportunities while ensuring adherence to legal compliance and performance requirements. This initiative reflects the government’s commitment to supporting small businesses and enhancing the capabilities of military installations.
    This document outlines a federal government Request for Proposal (RFP) for two handheld cleaning laser ablation systems, designated L5WM03, for the 402 Maintenance Support Group (MXSG) at Robins Air Force Base, Georgia. The contractor must provide the laser systems, including detailed specifications for pulse durations, optic scan frequencies, beam profile, wavelength, laser power (minimum 1600 watts), and spare parts accessibility. The RFP also details requirements for handheld laser ergonomics, a TEKA Fume Extractor Unit, safety curtains, and comprehensive safety features like laser safety equipment, glasses, interlocks, signage, and beacons. The contractor is responsible for delivery, installation at Building 38, Robins AFB, and a minimum of three days of on-site training for eight operators. A 12-month warranty covering equipment repair, replacement, technical support, and a recommended maintenance schedule is mandatory. The performance period for delivery and installation is 140 days after the approved purchase order. General information covers work hours (7:00 am to 3:30 pm EST, Monday to Friday), security requirements (NISPOM, DAFI 31-101, COMSEC, OPSEC), supply chain risk management, contractor identification, vehicle entry, affirmative procurement, Environmental Management Systems (EMS) awareness training, ISO 50001-Energy Management System (EnMS) training, and a contractor safety program with mishap notification procedures. The services are not deemed mission essential during a crisis.
    The document outlines a federal government Request for Proposal (RFP) for two handheld cleaning laser ablation systems for the 402 Maintenance Support Group (MXSG) at Robins Air Force Base (AFB), Georgia. The RFP details specific technical requirements for the laser systems, handheld lasers, fume extractors, safety curtains, and other safety features, emphasizing non-damaging operation, portability, and operator safety. The contractor is responsible for delivery, installation, a 12-month warranty, and three days of on-site training for eight operators. Key logistical and administrative requirements include a 140-day delivery timeframe post-PO approval, specific shipping instructions, and various compliance mandates such as security regulations, supply chain risk management, environmental management systems (EMS) awareness, energy management system (EnMS) training, and a contractor safety program. Contractors must adhere to strict mishap notification procedures and utilize the PIEE system for invoicing. The contract is designated as non-mission essential during crises.
    The government file outlines a Request for Proposal (RFP) for the procurement of two (2) handheld cleaning laser ablation systems for installation at Robins Air Force Base, Georgia. The contractor is required to deliver the systems, install them, provide training for eight operators, and offer a 12-month warranty. Key specifications for the laser systems include precise pulse durations, optic scan frequencies, and a flat beam profile to ensure non-damaging performance on metallic surfaces. Additional elements required include a handheld laser unit with ergonomic features, an inline fume extractor, safety curtains, and comprehensive safety features such as interlocks and prescription safety glasses. Installation and training must be completed within 140 days of purchase order approval. The document emphasizes compliance with security, maintenance, and environmental protocols, ensuring that all activities adhere to relevant U.S. Air Force regulations. The overall aim of the RFP is to enhance the capabilities of the 402 Maintenance Support Group through advanced cleaning systems while maintaining safety and operational efficiency within the government's operational framework.
    The document, an exchange from July 29, 2025, addresses a specific question regarding the wattage requirements for a Cleaning Laser Ablation Depaint System, referenced under FA8571-25-Q-0101. The question asks for the desired laser wattage for Robins AFB. The answer specifies that a minimum of 1600 watts is required. This brief document is likely part of a Request for Proposal (RFP) or a similar procurement inquiry within the federal government, where potential contractors or vendors seek clarification on technical specifications before submitting their bids for the stated system.
    The document addresses an inquiry related to the procurement of a Cleaning Laser Ablation Depaint System by Robins Air Force Base (AFB). Specifically, it confirms that Robins AFB is seeking equipment with a minimum laser wattage of 1600 watts. This Request for Proposals (RFP) indicates that the federal government aims to improve its capabilities concerning laser ablation technology for paint removal, which is essential for maintenance and servicing of military aircraft and equipment. The focused requirement highlights the commitment to acquiring advanced technology to ensure operational efficiency and safety in maintenance procedures. The specificity of the wattage requirement reflects the detailed criteria often outlined in government RFPs to guide potential suppliers in their proposals.
    The document outlines the Industrial Safety and Health Requirements for the “Cleaning Laser Ablation Depaint System” contract (File Number: L5WM03). It mandates that contractors develop a comprehensive Safety and Health Plan detailing compliance with federal, state, local, and Air Force safety regulations, including OSHA and Air Force Instructions. Key requirements include contractor responsibility for employee and subcontractor safety, adherence to Voluntary Protection Programs (VPP), stringent mishap notification and impoundment procedures, and the establishment of a dedicated Contractor Safety and Health Program with a designated manager. The plan must address specific safety elements such as pedestrian and motor vehicle rules on Air Force installations, protective barriers and warning signs, walking-working surfaces, powered platforms, personal protective equipment, compressed gas and air equipment, materials handling, respiratory protection, electrical safety, hazardous energy control (lockout-tagout), machinery guarding, hand and portable powered tools, medical and first aid provisions, housekeeping, and fire protection. Non-compliance can lead to work stoppages and fines, with all associated costs borne by the contractor.
    The document outlines the Industrial Safety and Health Requirements for contractors involved with the Cleaning Laser Ablation Depaint System project, emphasizing the obligation to adhere to various safety and health standards as per Air Force instructions and federal laws, including OSHA regulations. Contractors must develop a comprehensive Safety and Health Plan detailing specific procedures, worker protections, and compliance measures while familiarizing with the Air Force's Voluntary Protection Programs (VPP). They are responsible for the safety of their employees and that of subcontractors, ensuring no hazardous conditions exist. Key procedures include mishap notification protocols within defined timelines, establishment of impoundment procedures for accidents involving government property, and a robust safety program led by a designated manager. The plan must address occupational health issues, protective equipment, inspection protocols, and training requirements regarding various safety topics, including electrical safety, personal protective equipment, and emergency responses. Additionally, compliance with local traffic regulations and requirements for pedestrian safety is necessary when contractors operate on military installations. The document serves as a foundational requirement for contractors seeking to work with the U.S. Air Force, reinforcing commitment to workplace safety and environmental health throughout the duration of the contract.
    The document is a Request for Quote (RFQ) No. FA857125Q0101 for commercial products and services, specifically for "Cleaning Laser Ablation Depaint System" for the 402 Maintenance Support Group (MXSG) at Robins Air Force Base (AFB), Georgia. This is a 100% Small Business set-aside under NAICS 335999. The solicitation requests quotes for various items including cleaning laser ablation depaint systems, safety curtains, TEKA Fume Extractors, installation, and training. It also includes requirements for data deliverables such as Status Reports and a Contractor's Safety Plan. Key details include submission of quotes via email by August 15, 2025, at 3:00 PM EST, mandatory specification sheets with quotes, and adherence to various FAR and DFARS clauses, particularly those related to electronic invoicing via Wide Area WorkFlow (WAWF) and item unique identification. Delivery and performance for most items are expected within 140 calendar days from the date of award receipt. The document outlines detailed inspection, acceptance, and delivery procedures, and specifies numerous federal acquisition regulations and defense federal acquisition regulations that contractors must comply with, covering areas such as small business utilization, equal opportunity, environmental protection, and supply chain security.
    This government file details Amendment 0001 to Solicitation FA857125Q0101, issued by the United States Air Force, for a Cleaning Laser Ablation Depaint System. The amendment, dated August 12, 2025, makes several key changes: it incorporates a revised Purchase Description (PD) that adds a minimum wattage requirement for the laser, revises the preamble in Section B to require offerors to submit specification sheets with their quotes, and extends the solicitation closing date from August 12, 2025, to August 15, 2025. The amendment also updates the descriptions for Line Items 0001 through 0005 to reference the new August 12, 2025, PD, replacing the previous March 4, 2025, PD. All other terms and conditions remain unchanged. This modification is crucial for potential offerors to ensure their submissions comply with the updated requirements and deadlines.
    Lifecycle
    Title
    Type
    Combined Synopsis/Solicitation
    Similar Opportunities
    Maintenance and Repair Services on the Candela VBeam Perfecta Laser
    Buyer not available
    The Department of Defense, specifically the Department of the Army, is seeking maintenance and repair services for the Candela VBeam Perfecta Laser, with the procurement managed by the W40M MRCO PACIFIC office. This opportunity is categorized as a sole source justification, indicating that the services are required for specialized medical, dental, and veterinary equipment, which is crucial for maintaining operational readiness and effectiveness in medical facilities. The place of performance for this contract is located in Fairbanks, Alaska, and interested parties can reach out to Tina Koike at tina.w.koike.civ@health.mil or by phone at 808-438-5131 for further details. The specific funding amount and key deadlines have not been disclosed in the available information.
    Wet Blast Cabinet
    Buyer not available
    The Department of Defense, specifically the Department of the Army, is seeking proposals for a Wet Blast Cabinet, which is essential for cleaning and preparing surfaces. This procurement is set aside for small businesses under the Total Small Business Set-Aside (FAR 19.5) and falls under the NAICS code 423510, which pertains to Metal Service Centers and Other Metal Merchant Wholesalers. The Wet Blast Cabinet is a critical piece of metal finishing equipment, classified under PSC code 3426, that plays a vital role in surface preparation processes. Interested vendors can reach out to Johnny Stewart at 571-588-0971 or via email at johnny.stewart2.civ@army.mil for further details regarding the solicitation.
    AMARG Large Component Blast Booth
    Buyer not available
    The Department of Defense, specifically the Aerospace Maintenance and Regeneration Group (AMARG) at Davis-Monthan Air Force Base in Arizona, is seeking information from qualified vendors regarding the procurement of a Large Component Blast Booth. This procurement aims to acquire a turnkey abrasive media bead blast booth system designed for Aerospace Ground Equipment (AGE), which will be integrated into a new, expandable Pre-Engineered Metal Building (PEMB) at the base. The project emphasizes the use of Commercial Off-The-Shelf (COTS) items and compliance with federal, state, and local regulations, including stringent cybersecurity and safety standards. Interested firms, particularly small businesses across various socioeconomic categories, are encouraged to respond with their capabilities and relevant experience by December 13, 2025. For inquiries, contact Mr. Randall Egbert at randall.egbert@us.af.mil or by phone at 801-777-0142.
    CensiTrac Laser Instrument Marking Machine
    Buyer not available
    The Department of Defense, specifically the Department of the Air Force, is seeking to procure a CensiTrac Laser Instrument Marking Machine through a sole source justification. This specialized equipment is essential for marking instruments used in hospital settings, falling under the category of hospital furniture, equipment, utensils, and supplies. The procurement aims to enhance operational efficiency and ensure compliance with medical standards. Interested vendors can reach out to primary contact Adalie Greig at adalie.greig@us.af.mil or secondary contact Marcus Thomas at marcus.thomas.3@us.af.mil for further details regarding this opportunity.
    Avion-50 Rubber Removal Chemical
    Buyer not available
    The Department of Defense, specifically the Department of the Air Force, is seeking quotes for the procurement of 14 Avion 50 Nexgen rubber removal chemical totes, each with a capacity of 275 gallons, to be delivered to Altus Air Force Base in Oklahoma. The primary objective is to acquire these chemicals by December 19, 2025, with an alternate delivery date of December 31, 2025, and the procurement is set aside exclusively for small businesses under the SBA guidelines. The rubber removal chemical is crucial for maintaining airfield operations and ensuring safety standards. Interested vendors must submit their quotes electronically by December 8, 2025, and are required to be registered in the System for Award Management (SAM) prior to submission. For further inquiries, potential offerors can contact 2nd Lt Jacob Funderburg at jacob.funderburg.1@us.af.mil or TSgt Kevin Pillow at kevin.pillow@us.af.mil.
    Laser Cutting Machine Preventive Maintenance
    Buyer not available
    The Department of Defense, specifically the Department of the Army, is seeking contractors to provide preventive maintenance services for laser cutting machines at the Corpus Christi Army Depot in Texas. The procurement requires adherence to a Performance Work Statement (PWS) that outlines the necessary maintenance tasks, including calibration, parts provision, and specific maintenance for components such as the resonator and turbo blower. These services are crucial for ensuring the operational efficiency and longevity of the equipment used in various defense applications. Interested contractors can reach out to Harold "Jay" Russell Jr. at harold.w.russell.civ@army.mil or 361-961-7831, or Jennifer Salyers at jennifer.l.salyers2.civ@army.mil for further details regarding the solicitation documentation.
    Service Repair for Sciaky Spot Welder
    Buyer not available
    The Department of Defense, specifically the Department of the Air Force, is soliciting proposals for service repair of a Sciaky Spot Welder at Tinker Air Force Base, Oklahoma. The procurement aims to secure a contractor capable of troubleshooting, repairing, and calibrating the welder, ensuring it operates effectively, particularly addressing issues related to Tip Touch Force Control and Executable Contact Gauge Pressure Setpoint, as outlined in the Performance Work Statement. This contract is crucial for maintaining operational capabilities at the Air Logistics Complex and is set to have a total award amount of $12,500,000, with a performance period from December 12, 2025, to January 12, 2026. Interested vendors, particularly Women-Owned Small Businesses, must submit their quotes by November 28, 2025, and can direct inquiries to Jacqueline Henn at Jacqueline.Henn@us.af.mil.
    HOUSING SECTION NIGHT VISION VIEWER AND LASER SOLID STATE
    Buyer not available
    The Department of Defense, through the Defense Logistics Agency (DLA Aviation), is seeking proposals for an Indefinite Delivery Contract (IQC) for the procurement of Housing Section Night Vision Viewers and Laser Solid State devices. This contract includes a base year period for two National Stock Numbers (NSNs): 5855-01-609-6204 for the Night Vision Viewer and 5860-01-618-0130 for the Laser, with estimated quantities of 1,400 and 4,140 units respectively. These critical application items are sole source to Intelligent Manufacturing Solutions LLC, and the procurement is set aside exclusively for small businesses, emphasizing the importance of maintaining a robust supply chain for defense-related technologies. Interested vendors should note that the solicitation will be available on DLA DIBBS starting November 24, 2025, and are encouraged to contact Juline Tenorio at 445-737-1904 or via email at JULINE.TENORIO@DLA.MIL for further information.
    Wazer Pro Bundle (No Substitutes)
    Buyer not available
    The Department of Energy, through Brookhaven National Laboratory, is seeking quotes for the procurement of a Wazer Pro Bundle, specifically requiring a North America 220V/60Hz model. Vendors are invited to submit a Firm Fixed Price (FFP) quote that includes all costs, such as freight and handling, as part of the total price delivered to the laboratory, with no separate line items for additional fees. This procurement is crucial for supporting the laboratory's analytical capabilities, and interested vendors must ensure they are registered in the System for Award Management (SAM) with a Unique Entity ID (UEI) to be eligible for consideration. Quotes are due by December 18, 2025, and should be directed to Alysha Benincase at abenincas@bnl.gov, with pricing valid for 60 days from submission.
    Luke Air Force Base 2026 Air Show - Audio Services
    Buyer not available
    The Department of Defense, through the Air Force, is soliciting proposals for audio services for the Luke Air Force Base 2026 Air Show, scheduled for March 20-22, 2026. The selected contractor will be responsible for providing a comprehensive outdoor audio system, ensuring clear sound coverage across all designated areas, including VIP zones, with setup occurring from March 18-19 and removal by March 23. This contract, valued at approximately $40 million, is set aside for Women-Owned Small Businesses and will be awarded based on technical acceptability, past performance, and price, with a submission deadline for quotes on December 17, 2025, at 1500 EST. Interested vendors should direct inquiries to 2d Lt Jalen Johnson or Jacqueline Aranda via the provided contact details.