Atomx XYZ Purge and Trap Repair
ID: FA857124Q0129Type: 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- INSTRUMENTS AND LABORATORY EQUIPMENT (J066)
Timeline
    Description

    The Department of Defense, specifically the Department of the Air Force, is soliciting proposals for the repair and maintenance of the Teledyne Atomx XYZ Purge and Trap system at Robins Air Force Base in Georgia. The contractor will be responsible for providing all necessary travel, tools, and labor for a precertification evaluation, preventative maintenance, and emergency repairs for the Chemical Analysis Laboratory. This equipment is critical for laboratory operations, and the contract will be awarded on a sole source basis to Teledyne Instruments Inc., with a firm-fixed-price arrangement. Interested parties can reach out to Hayley Dowling at hayley.dowling@us.af.mil or Michele Watts at michele.watts.1@us.af.mil for further details, with the contract value being subject to the NAICS size standard of $34 million.

    Point(s) of Contact
    Files
    Title
    Posted
    The document outlines the industrial safety and health requirements for contractors involved in the Atomx XYZ Purge and Trap Repair project, effective from July 11, 2024. It emphasizes the contractor's responsibility for ensuring compliance with all relevant federal, state, and local safety laws, specifically the Occupational Safety and Health Act (OSHA). Key requirements include developing a comprehensive Safety and Health Plan that details processes specific to the contract, adhering to the Air Force's Voluntary Protection Programs, and maintaining a safe working environment for both contractor and subcontractor employees. The document delineates specific safety protocols, including environmental health compliance, mishap notification procedures, and the incorporation of safety programs that address protective equipment, fire protection, electrical safety, and hazardous energy control. It mandates that contractors also implement clear mishap reporting protocols and establish procedures for securing the site in case of incidents. Monitoring by Air Force safety officials is highlighted, with inspections being conducted to ensure adherence to safety standards. Overall, the document reflects a stringent approach to contractor safety, emphasizing the importance of preventive measures and compliance with rigorous standards to safeguard personnel and government property.
    The document is a Contract Data Requirements List (CDRL), specifically the DD Form 1423-1, which outlines reporting requirements for government contractors, specifically regarding maintenance service reports for the Atomx XYZ Purge and Trap Repair. It details the contractor's obligation to submit service reports to designated government representatives within five business days after service completion, covering all work performed, including repairs and certifications. The form includes sections for detailing contract line items, category types (TDP, TM, Other), and contact information for both primary and alternate government personnel involved in the oversight of the contract. It contains guidelines for completing the form, requiring the contractor to specify the data item's title, reference numbers, required submission dates, distribution details, and cost estimates grouped by different categories related to data preparation and delivery. The main purpose of this document is to establish the requirements for the submission of data related to contract performance, ensuring accountability and proper communication between the contractor and government representatives. This framework supports compliance within federal contracts, emphasizing the importance of documentation in government procurement processes.
    The document details the DD Form 1423-1, which is utilized for submitting Contract Data Requirements Lists (CDRL) as part of federal contracts. It outlines the necessary information to be provided by contractors, including specifics such as the contract number, data item titles, submission timelines, and distribution details. A notable data item involves the submission of a Contractor's Safety Plan for the "Atomx XYZ Purge and Trap Repair" contract, referencing government parameters for draft and final copy submissions. Contractors are instructed to interact with designated government officials for approvals and modifications to the safety plan. The form facilitates the definition and approval of various data items (Technical Data Packages, Technical Manuals, etc.) that the contractor must provide, detailing frequency and format requirements. It's essential for ensuring performance compliance and documentation standards within federal procurement processes, highlighting the relationship between contractors and government entities. Overall, this form is crucial to the administrative and contractual obligations of government contracts, serving as a framework for information collection and submission.
    The DD Form 1423-1 outlines the requirements for submitting a Contract Data Requirements List (CDRL) in relation to a specific U.S. Department of Defense contract. The document specifies essential information regarding contract line items, data item titles, authorities, and contracting details. Key sections detail the reporting process for mishaps or incidents involving DoD property, including immediate notification and follow-up requirements. The contractor is tasked with providing crucial information about the incident, including the nature of the incident, estimated costs, and corrective actions taken. The form also includes sections for identifying government point of contacts and additional instructions for filling out the CDRL. It emphasizes the importance of thorough documentation and compliance with government requirements for data management and reporting. The overarching purpose of this form is to standardize data submissions, ensuring all parties have access to necessary information to maintain contract integrity and operational safety within government contracts.
    The document outlines a solicitation for procurement related to a Women-Owned Small Business (WOSB) initiative, specifically for the maintenance and repair of the Teledyne Atomx XYZ Purge and Trap system at Robins Air Force Base, Georgia. The contract encompasses cumulative tasks, including travel, tools, and labor for a precertification evaluation, along with a year of premium service. Proposals are solicited under a firm-fixed-price arrangement, indicating stable pricing without fluctuations. The solicitation emphasizes compliance with federal regulations, incorporating various clauses pertinent to small businesses, including provisions for economically disadvantaged and service-disabled veteran-owned businesses. Delivery is stipulated from October 23, 2024, to April 22, 2025, and both inspection and acceptance will occur at specified government locations. The overarching purpose of this solicitation is to ensure the prompt and regulatory-compliant delivery of services essential for maintaining the laboratory equipment, while supporting the federal objective of enhancing service opportunities for small businesses, particularly those owned by women and disadvantaged groups. The structured solicitation format facilitates a clear understanding of requirements, aiding in systematic proposal submission and contractor evaluation.
    The document is a solicitation for a contract related to services for the Teledyne Atomx XYZ Purge and Trap equipment at Robins Air Force Base, structured as a Request for Quote (RFQ). The contractor will provide comprehensive support, including travel, labor, and tools for a precertification evaluation, alongside one year of premium service maintenance. The RFQ indicates that Teledyne Instruments, Inc. is the sole source for these services, employing a firm-fixed-price pricing arrangement for various line items. The contract specifies delivery timelines and performance periods, with an emphasis on compliance with specified regulations and the creation of unique item identifiers for accountability. Significantly, it incorporates numerous Federal Acquisition Regulation (FAR) and Defense Federal Acquisition Regulation Supplement (DFARS) clauses, outlining various responsibilities, payment structures, and compliance requirements for government contracts. The overall aim is to ensure efficient maintenance and support of critical laboratory equipment while adhering to legal and administrative protocols essential for government procurement processes.
    Lifecycle
    Title
    Type
    Combined Synopsis/Solicitation
    Similar Opportunities
    SYNOPSIS OF PROPOSED CONTRACT ACTION - Dynatest Heavy Weight Deflectometer Maintenance
    Active
    Dept Of Defense
    The Department of Defense, specifically the Air Force, intends to award a sole-source contract to Dynatest US Inc. for the annual service, maintenance, overhaul, and training of four Dynatest Heavy Weight Deflectometer (HWD) systems at Tyndall Air Force Base in Florida. This contract will cover comprehensive maintenance services, including inspections, software updates, calibrations, and a 12-month warranty on parts and workmanship, along with essential hands-on training for personnel operating these specialized systems used in pavement evaluation. The need for this contract arises from Dynatest being the sole provider of proprietary software and support for their equipment, ensuring operational readiness and data reliability for airfield assessments. Interested parties can contact Tucker Januchowski at tucker.januchowski@us.af.mil or Nicole Dean at nicole.dean.2@us.af.mil for further information.
    HPGe (High-Purity Germanium) Detector Repair
    Active
    Dept Of Defense
    The Department of Defense, specifically the Air Force, intends to award a sole-source contract for the repair of the Micro Detective-KT HPGe (High-Purity Germanium) Detector to Advanced Measurement Technology, Inc. (AMETEK) at Patrick Air Force Base in Florida. This procurement is critical to ensure that the Air Force Technical Applications Center’s radiation detection instrumentation meets Original Equipment Manufacturer (OEM) specifications, as AMETEK is the only known provider capable of performing the specialized repairs required for this proprietary equipment. The timely repair of this detector is essential for mission readiness, as it ensures compatibility with existing systems and avoids substantial costs and delays associated with alternative solutions. Interested parties may submit capability statements to the primary contact, Josh Acevedo, at joshua.acevedo.1@us.af.mil by 12:00 PM EDT on September 3, 2024, for consideration.
    ROBOTIC SYSTEMS SERVICES
    Active
    Dept Of Defense
    The Department of Defense, specifically the Department of the Air Force, is seeking proposals for Robotic Systems Services to support the maintenance and repair of government-owned robotic systems at Robins Air Force Base in Georgia. The contractor will be responsible for providing technical expertise, training, engineering support, parts, and materials to ensure the effective functioning of up to 70 robotic systems, with the goal of minimizing downtime and enhancing operational efficiency. This procurement is a Total Small Business Set-Aside, with an estimated contract value of approximately $12.5 million, and proposals are due by September 23, 2024. Interested parties can contact Michele Watts at michele.watts.1@us.af.mil or Claudette Macneil at claudette.macneil@us.af.mil for further information.
    Calibration/Maintenance of TMET GC/MS Systems
    Active
    Dept Of Defense
    The Department of Defense, specifically the U.S. Army Contracting Command – Aberdeen Proving Ground, is seeking a contractor to provide a full coverage service agreement for the maintenance and calibration of two Gas Chromatograph/Mass Spectrometer (GC/MS) systems located at the DEVCOM Soldier Center in Natick, Massachusetts. The primary objective of this procurement is to ensure optimal performance and minimize downtime of the GC/MS systems, which are critical for accurate textile testing conducted by the Textile Materials Evaluation Branch. The contract will include annual preventative maintenance visits, software and hardware support from factory-trained engineers, and the provision of calibration certificates and service reports, with a performance period of one base year and three optional years. Interested contractors must submit proposals by 12:00 p.m. EST on September 23, 2024, and can direct inquiries to Chris Welsh at richard.c.welsh2.civ@army.mil or Timothy Konetzny at timothy.m.konetzny.civ@army.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.
    Air Sampling Probe Repair
    Active
    Dept Of Defense
    The Department of Defense, specifically the Army Contracting Command - Detroit Arsenal (ACC-DTA), is conducting a market survey to assess interest and capabilities for the repair of the Air Sampling Probe, NSN: 6665-12-326-6355. This initiative aims to identify qualified contractors capable of providing sustainment-level services for a critical component used in the Nuclear Biological Chemical Reconnaissance Vehicle, which is essential for environmental chemical contamination analysis. Interested firms must submit their qualifications, past experience, and capability details by September 27, 2024, to MaKenzie Bailey at makenzie.d.bailey.civ@army.mil, as participation is voluntary and no compensation will be provided. Confidential information will be protected, and the government is under no obligation to issue a solicitation or award a contract following this survey.
    HH-60W Ux Validator II Test Set Repair
    Active
    Dept Of Defense
    The Department of Defense, specifically the Air Force Life Cycle Management Center, is seeking proposals for the repair and refurbishment of the Ux Validator II Test Set and associated equipment to support the HH-60W helicopter. The procurement aims to ensure the operational readiness and availability of critical test sets used for aircraft maintenance, which are essential for verifying the functionality of various aircraft systems and components. This long-term contract is structured as a ten-year agreement, including a base year and nine optional years, with an estimated quantity of 24 units per year and a required delivery timeframe of 12 months after receipt of funded orders. Proposals are due by 5:00 PM EDT on October 3, 2025, and interested parties should contact Dominique Doyle at Dominique.doyle@us.af.mil or Hillary Souther at Hillary.souther@us.af.mil for further information.
    Notice of Intent to Sole Source Acutronic USA Inc
    Active
    Dept Of Defense
    The Department of Defense, specifically the Air Force Test Center at Holloman Air Force Base, intends to award a sole source contract to Acutronic USA Inc. for the evaluation of the Contraves Model 445 120-inch Air Bearing Centrifuge, which has experienced significant water intrusion. The procurement aims to engage a certified technician to conduct a thorough inspection and assessment of the centrifuge's operational parameters and damage, ensuring its readiness for critical military testing applications. This specialized equipment, valued between $75 million and $100 million, is essential for inertial testing, and Acutronic is the only vendor with the necessary expertise to service it. Interested parties may submit capability statements by September 25, 2024, with the anticipated award date set for September 30, 2024. For further inquiries, contact Nathan Jaye at nathan.jaye@us.af.mil or Brett Moore at brett.moore.6@us.af.mil.
    ALR-56M Amplifier/Detector, Log Video Repair (5996-01-365-5065EW)
    Active
    Dept Of Defense
    The Department of Defense, specifically the Department of the Air Force, is conducting market research to identify potential sources capable of providing depot-level testing and repair for the ALR-56M Amplifier/Detector, Log Video (NSN: 5996-01-365-5065EW). The government seeks expertise and capabilities to meet stringent qualification requirements, as the original equipment manufacturer, AKON, Inc., is currently the only known source with the necessary technical data and experience to fulfill this requirement. This component is critical for the operational readiness of military aircraft, including the F-16 C/D and C-130J A/C, and is procured as needed to support depot repair operations. Interested parties, both small and large businesses, are encouraged to submit their qualifications by September 19, 2024, to Michael Wensjoe or Kylie Ordoyne via email, as participation in this survey does not guarantee future contract opportunities.
    Automated Distillation Tester
    Active
    Dept Of Defense
    The Department of Defense, specifically the Department of the Air Force, is seeking to procure an Automated Distillation Tester, specifically the Tanaka Brand, Model AD-7, or an equivalent product. The procurement aims to acquire equipment that meets critical specifications, including a fire containment system, automatic overheat protection, an internal touch screen for user-friendliness, and compliance with ASTM D86 standards, which are essential for ensuring operational readiness and safety protocols. Interested vendors must register in the System for Award Management (SAM) and submit their quotations by September 24, 2024, with evaluations based on technical acceptability and lowest price. For inquiries, potential bidders can contact Alaina Hill at alaina.hill@us.af.mil or Kyle Newcomb at Kyle.newcomb@us.af.mil.