Test Cell Upgrade
ID: FA8125-25-Q-0069Type: Solicitation
Overview

Buyer

DEPT OF DEFENSEDEPT OF THE AIR FORCEFA8125 AFSC PZIMATINKER AFB, OK, 73145-3303, USA

NAICS

Other Electronic Component Manufacturing (334419)

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 proposals for a Test Cell Upgrade project at Tinker Air Force Base in Oklahoma. The project involves the procurement, design, installation, and verification of new data acquisition systems and piping upgrades for existing test cells, aimed at enhancing the functional testing of military aircraft components under high-pressure and high-temperature conditions. This upgrade is critical for maintaining operational readiness and compliance with safety standards, utilizing modern technology to improve testing processes and extend system longevity. Interested contractors, particularly small businesses, must submit their proposals by the specified deadlines, and are encouraged to contact Sheridan Robison at sheridan.robison@us.af.mil for further information, including participation in a site visit scheduled for August 7, 2023.

    Point(s) of Contact
    Files
    Title
    Posted
    The document provides a brief comparison of upgraded and current cell configurations, indicated by labeled photos. Images marked ‘PN’ represent the new enhanced cell design, while those marked ‘PC’ depict the existing cell setup. This classification appears to serve as a foundational overview for stakeholders who may be involved in the analysis or improvement of cell technology, likely in the context of government programs or proposals. The comparative study of these images likely informs decisions regarding future upgrades or resource allocations, reflecting broader efforts to enhance systems through federal and local initiatives. Such visual data can be useful for formal presentations in RFPs or grant applications, emphasizing technological advancements and modernization in government facilities.
    The document pertains to a government solicitation (FA812525Q0069) for a Test Cell Upgrade project, detailing requirements, questions from contractors, and responses from the government. It emphasizes operational security regarding sensitive project details, indicating that specific photographs and technical drawings will only be provided to registered contractors due to security protocols. Key points include the nature of the contract being of a critical order for maintenance and repair, clarification that the Davis Bacon Act does not apply, and the use of certain chemicals for construction purposes, but none post-upgrade. The government commits to providing updated technical data and guidelines for documentation as the project progresses. It outlines the necessity for individual components to meet safety standards without needing third-party testing and specifies that contractors should incorporate all possible costs, including sales tax, in their bids. Additionally, a site visit may be arranged before the bid deadline, although no extensions will be granted. Overall, the document illustrates the solicitation's complexity, the importance of compliance, and the collaborative nature of securing bids for government projects.
    The document presents a Statement of Work (SOW) for the Test Cell System Upgrade Phase 2 at Tinker Air Force Base, Oklahoma, entailing the procurement, design, installation, and verification of new data acquisition systems and piping upgrades for existing test cells. The upgrade aims to enhance the functional testing of high-pressure, high-temperature air controls for military aircraft components, ensuring compliance with operational requirements. Key requirements include the completion within 36 months post-contract award, contractor expertise in pneumatic theory, and adherence to environmental regulations. The upgraded systems must utilize new, commercial-off-the-shelf items, maintaining existing performance standards while applying dimensional and safety protocols. All modifications, materials, and components must comply with strict safety guidelines, including prohibitions on hazardous substances. The overall enhancement effort encompasses multiple test cells, focusing on incorporating modern technology to streamline testing processes and extend system longevity. The ultimate goal is to ensure the systems' operational readiness following successful installation and training. This SOW outlines the project’s framework, emphasizing the importance of technical compliance, robust materials, and effective training for end users.
    The Women-Owned Small Business (WOSB) contract solicitation, FA812525Q0069, outlines a procurement for commercial products and services, particularly focusing on a Test Cell Upgrade project. The solicitation includes essential details such as the requisition number, effective date, solicitation information, and offer deadlines. The contract requires compliance with various Federal Acquisition Regulations and outlines that the government may cancel the solicitation without incurring costs. The contractor's obligations include supplying multiple design reviews and test cell components as specified in the Statement of Work (SOW), with delivery expected by December 31, 2027. It emphasizes that while funds are not currently available, no awards will be made until they are, thereby highlighting the risk for contractors. Additionally, the document outlines delivery protocols to Tinker Air Force Base to facilitate smooth operations. Special contract requirements stress adherence to various clauses such as payment logistics and environmental compliance. This contract not only reinforces the government’s initiative to support women-owned small businesses but also ensures stringent regulatory adherence throughout the procurement process.
    The Statement of Work (SOW) outlines the requirements for upgrading the Test Cell System at Tinker Air Force Base, aimed at enhancing data acquisition systems and piping for testing aerospace components. The project encompasses procurement, design, delivery, installation, and staff training on maintenance and programming of the new systems. The upgraded Test Cell Systems will simulate high-pressure and high-temperature conditions necessary for evaluating military aircraft components without compromising safety and environmental standards. Key specifications include the use of commercial-off-the-shelf components, compliance with various environmental regulations, and mandatory safety measures throughout the upgrade process. Prohibited materials, such as mercury and asbestos, must not be involved in any part of the upgrade. The Contractor is expected to systematically replace or add various components, including high-pressure valves, piping systems, and power supplies while maintaining form and function in line with existing systems. The completion timeframe for the project is a maximum of 36 months post-contract award, fulfilling federal procurement requirements and emphasizing operational efficiency in military testing environments.
    Lifecycle
    Title
    Type
    Test Cell Upgrade
    Currently viewing
    Solicitation
    Similar Opportunities
    Fuel System Component Test Stand
    Dept Of Defense
    The Department of Defense, specifically the U.S. Air Force, is soliciting proposals from Women-Owned Small Businesses (WOSB) for the provision of a Fuel System Component Test Stand under solicitation FA812526Q0010. The procurement includes the design, installation, calibration, and training associated with the test stand, which is critical for aircraft engine maintenance and repair operations. The contract is structured as a Firm Fixed Price arrangement, with a performance period from January 16, 2026, to January 15, 2028, and proposals are due by December 19, 2025. Interested vendors must have a valid DD2345 and be registered in the JCP Portal to access controlled documents, and they can reach out to Sheridan Robison at sheridan.robison@us.af.mil for further inquiries.
    Tinker AFB MAC BOA - WWYK190048 - Repair Restrooms and Janitors Closet, B1055
    Dept Of Defense
    The Department of Defense, through the Department of the Air Force, is seeking proposals from qualified contractors holding a Multiple Award Contract (MAC) at Tinker Air Force Base (AFB) for the renovation of restrooms and a janitor's closet in Building 1055. The project, identified as WWYK190048, involves comprehensive repairs including the replacement of underground utilities, installation of ADA-compliant fixtures, and enhancements to ventilation systems, all while ensuring the facility remains operational during construction. Interested contractors must RSVP for an initial site visit scheduled for December 17, 2025, and are required to submit their proposals following the release of the Request for Proposal (RFP), which is currently in draft form. For further inquiries, contractors can contact Isaac Demmers at isaac.demmers@us.af.mil or Tamra Torres at tamra.torres@us.af.mil.
    Small Composite Cleanroom Modification
    Dept Of Defense
    The Department of Defense, specifically the Department of the Air Force, is seeking qualified contractors for the modification of a Small Composite Cleanroom at Tinker Air Force Base in Oklahoma. The project involves furnishing and installing an Environmental Control Air Handling Unit, along with various associated systems such as overhead ducted systems, vacuum ports, and a drainless eye wash station, all designed to enhance the cleanroom's operational capabilities. This procurement is critical for maintaining the integrity of sensitive operations within the cleanroom environment. Interested contractors must be registered in the System for Award Management (SAM) and comply with NIST SP 800-171 DoD Assessment requirements. The contract will be a firm-fixed price, with a total small business set-aside, and further details can be obtained by contacting Tran Tran at Tran.Tran.1@us.af.mil.
    Remanufacture of F110 Transducer
    Dept Of Defense
    The Department of Defense, specifically the Department of the Air Force, is conducting market research through a Sources Sought Synopsis (SSS) to identify potential sources for the remanufacture of the F110 Transducer (P/N: 8524-0102, NSN: 6695-01-363-3031) at Tinker Air Force Base in Oklahoma. The procurement requires contractors to provide all necessary labor, materials, facilities, and equipment for the repair, testing, preservation, and packaging of the transducer, ensuring it is returned to the government in like-new condition. This effort is crucial for maintaining operational readiness and support for aircraft systems, and the government is open to all business types, including small business classifications, to foster competition. Interested parties must submit a Source Approval Request (SAR) package, including company details and business size classification, to the designated contacts by the specified deadline, as no contract will be awarded based on this market research.
    Overhead Door Repair
    Dept Of Defense
    The Department of Defense, specifically the Department of the Air Force, is soliciting proposals for the repair of an overhead door at Tinker Air Force Base, Oklahoma. The project involves a one-time repair of a southwest overhead roll-up door, requiring the contractor to provide all necessary labor, tools, equipment, materials, and transportation to replace specific components while adhering to OEM specifications and safety regulations. This repair is crucial for maintaining operational functionality at the facility, and contractors must submit their quotes by the specified closing date, ensuring compliance with detailed submission requirements. For inquiries, interested parties can contact Jacqueline Henn at Jacqueline.Henn@us.af.mil.
    Automatic Tap Tester
    Dept Of Defense
    The Department of Defense, specifically the Department of the Air Force, is soliciting bids for the procurement of ten A26-009 ET Automatic Tap Testers, which are handheld devices designed to detect disbonding, damage, and delamination in honeycomb materials up to 5mm thick. These testers are crucial for ensuring the integrity of materials used in various defense applications, and each unit must include essential accessories such as calibration items, a protective case, and a manufacturer's warranty. Interested small businesses are encouraged to review the solicitation FA812526Q0020, which outlines the requirements and terms for a firm-fixed-price contract, with delivery to Tinker Air Force Base in Oklahoma. For further inquiries, potential bidders can contact Shana Mandley or Sheridan Robison via their provided email addresses.
    KC-46 Pneumatic Starter
    Dept Of Defense
    The Department of Defense, specifically the Department of the Air Force, is soliciting proposals for the KC-46 Pneumatic Starter project, which involves updates to existing Air Turbine Starter (ATS) test stands at Hill Air Force Base in Utah. The procurement aims to engage an Original Equipment Manufacturer (OEM) to develop and integrate new software and hardware necessary for testing the KC-46 ATS, including the creation of test templates and installation of required hardware. This initiative is crucial for ensuring the operational readiness and compatibility of the KC-46 aircraft's pneumatic starter systems. Interested parties, particularly Women-Owned Small Businesses, should refer to solicitation FA822826Q0004 and contact Hayden Thurston at hayden.thurston@us.afmil or Costadena Bournakis at costadena.bournakis@us.af.mil for further details, with a performance period set from January 5, 2026, to January 5, 2027.
    T400 Technical Services
    Dept Of Defense
    The Department of Defense, specifically the Department of the Air Force, is seeking proposals from Women-Owned Small Business (WOSB) concerns for the T400 Technical Services contract, which focuses on providing technical engineering support related to the Engine Component Improvement Program. The primary objective is to establish a reliable means for the USAF to access technical assistance on T400-related inquiries, including part numbers and equivalency of consumables, with a base performance period of 10 months starting January 15, 2026, and an optional 12-month extension thereafter. This Firm Fixed Price contract, with a Defense Priorities Allocation System (DPAS) Priority Rating of DO-A1, emphasizes compliance with various federal regulations and requires electronic invoicing through Wide Area WorkFlow (WAWF). Interested parties should contact Rachel Bradd at rachel.bradd@us.af.mil or call 937-656-0000 for further details.
    Common Armament Tester for Fighter (CAT-F)
    Dept Of Defense
    The Department of Defense, specifically the Department of the Air Force, is seeking proposals for the Common Armament Tester for Fighter (CAT-F) program, aimed at developing, manufacturing, and sustaining armament testers for F-16, F-15, and A-10 aircraft. This procurement involves creating a versatile armament tester capable of performing essential maintenance tasks, including Preload, Clean Wing, and Fault Isolation Requirements at both O-Level and I-Level Maintenance. The selected contractors will be responsible for delivering prototypes and subsequent production units, with a total maximum contract value estimated at $420,430,000.00, and the contract period includes a one-year basic term with four one-year options. Interested parties should direct inquiries to Oya Harrison at oya.harrison.1@us.af.mil or Alexis Davis at alexis.davis.13@us.af.mil, noting that the proposal due date is currently indefinite due to a protest, with updates to be provided in forthcoming amendments.
    Multiple Award Construction (MAC) Basic Ordering Agreement (BOA) 2026 Annual Synopsis
    Dept Of Defense
    The Department of Defense, specifically the Department of the Air Force, is initiating a Multiple Award Construction Basic Ordering Agreement (BOA) program for construction, repair, and maintenance services at Tinker Air Force Base in Oklahoma. This program aims to provide a broad range of construction services, including Design-Build and Construction Only projects, with a focus on small business participation for projects valued under $25 million, while larger projects will be open to full competition. The BOA will be valid for up to five years, and interested contractors must submit proposals in response to the annual BOA Invitation to qualify for future Order Proposal Requests (OPRs). For further inquiries, contractors can contact Hailie Reyes at hailie.reyes@us.af.mil or Sara Hinds at sara.hinds.2@us.af.mil, with a proposal submission deadline of January 15, 2026, and a Pre-BOA Invitation Conference to be announced.