Turnkey Gantry-Style Ultrasonic NDT System Mx & Calibration
ID: 75898Type: Combined Synopsis/Solicitation
Overview

Buyer

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

NAICS

Commercial and Industrial Machinery and Equipment (except Automotive and Electronic) Repair and Maintenance (811310)

PSC

MAINT/REPAIR/REBUILD OF EQUIPMENT- SPECIAL INDUSTRY MACHINERY (J036)
Timeline
    Description

    The Department of Defense, specifically the Department of the Air Force, is soliciting quotes for a Turnkey Gantry-Style Ultrasonic Non-Destructive Testing (NDT) System for preventative maintenance and calibration at Robins Air Force Base in Georgia. The procurement is aimed at ensuring the operational readiness of critical testing systems, with the selected contractor responsible for providing qualified technicians, tools, and maintenance services, including mechanical inspections and instrument calibrations. This initiative underscores the importance of maintaining safety and compliance with federal regulations, particularly in military contexts, while also promoting opportunities for women-owned small businesses. Interested parties should direct inquiries to Mike Miller at michael.miller.316@us.af.mil or Amanda Ruffin at amanda.ruffin@us.af.mil, with proposals due by August 30, 2024.

    Point(s) of Contact
    Files
    Title
    Posted
    The document is the DD Form 1423-1, outlining the Contract Data Requirements List (CDRL) for government contracts. The primary purpose is to establish and detail specific data deliverables required from contractors, ensuring compliance with government standards. The form includes sections for identifying contract line items, categorizing data types (Technical Data Package, Technical Manual, or other), and specifics on the system/item being acquired. Key points encompass requirements for submission frequency, preparation deadlines, distribution of final copies, and pricing classifications for data items. The latter categorizes data based on its importance to contract fulfillment, influencing estimated costs. Contact information for government personnel overseeing submissions and approvals is provided, ensuring effective communication. Lastly, instructions for completing the form guide personnel and contractors in accurately fulfilling data reporting obligations. This document is vital for maintaining accountability and quality in federal contracts, supporting compliance with RFPs and federal regulations.
    The DD Form 1423-1 is a government document designed to outline the Contract Data Requirements List (CDRL) for contractors under Department of Defense agreements. It specifies requirements for submitting contract-related data, including mishap notifications. Contractors must promptly report any incidents involving damage to DoD property or employee injuries, with immediate and follow-up notifications to various government representatives. The form details information required for mishap reports, such as contract details, incident narratives, and estimated costs. Additionally, the document provides comprehensive instructions for both government personnel and contractors regarding its completion, focusing on data item descriptions, submission frequencies, and pricing groups. There are four defined pricing groups based on the essentiality of the data to the primary contract, which outline how contractors should estimate costs associated with delivering datasheets. Overall, the form is essential for ensuring compliance with data reporting requirements and safety notifications throughout the contract period, supporting effective oversight and management of contracts within the federal government framework.
    The document outlines the industrial safety and health requirements for a contractor involved in the installation of a Turnkey Gantry-Style Ultrasonic Non-Destructive Testing (NDT) Inspection System for preventive maintenance. The contractor must develop and submit a detailed Safety and Health Plan addressing compliance with federal, state, and local laws, including OSHA standards. Key responsibilities include ensuring employee safety, complying with environmental requirements, and maintaining a safe work environment for both contractor and subcontractor personnel. The plan must cover mishap reporting, inspections, training, and documentation of safety procedures. Specific procedures for impoundment and addressing hazardous energy control, personal protective equipment, and material handling are also detailed. Emphasis is placed on preventing Foreign Object Damage (FOD) and ensuring effective communication of safety practices, particularly for bilingual personnel. By adhering to the outlined standards and preparing an accepted Safety and Health Plan, the contractor demonstrates a commitment to maintaining safety and compliance with Air Force protocols, ultimately protecting personnel and government assets during operations. Overall, this document serves as a critical framework to ensure health and safety in military-related contracts, emphasizing a comprehensive approach to risk management in a federal contracting context.
    The DD Form 1423-1, titled "Contract Data Requirements List", serves as a critical document within federal contracting processes, specifically for the submission and approval of necessary data items related to a contract. The form requires key contract details, including item numbers, contractor information, and submission timelines. A significant focus is placed on safety plans, as highlighted in a specific example for a "Turnkey Service Plan for PM & Calib." The contractor must submit a draft safety plan within ten working days post-award, which the government will review within five days. Following acceptance, final copies must be submitted ten days later. The form also details requirements for distributing data items and provides instructions for both government personnel and contractors on filling out the form. It emphasizes the importance of documenting safety protocols and ensuring compliance with government regulations. This document is essential for maintaining transparency, accountability, and safety within government-funded projects, facilitating effective communication between contractors and officials involved in the procurement process.
    The Performance Work Statement (PWS) outlines the requirements for a Turnkey Gantry-Style Ultrasonic Non-Destructive Testing (NDT) Inspection System at Robins Air Force Base. It details that the contractor is responsible for providing qualified technicians, tools, equipment, and maintenance services, specifically focusing on preventative maintenance and calibration of the ultrasonic NDT systems located in Buildings 169 and 323. Key maintenance tasks include mechanical inspections and software checks, with specified frequencies for each. The contractor must coordinate bi-annual onsite visits for mechanical inspections and provide an instrument calibration certificate post-maintenance. Additional stipulations include warranty provisions for spare parts, emergency service provisions, and specific security and safety protocols to be followed on the base. The contractor must also comply with environmental procurement standards and maintain a Quality Management System (QMS) to ensure service quality and safety. The overall aim is to ensure the operational readiness and functionality of important testing systems critical for military maintenance activities while adhering to stringent federal guidelines and site-specific requirements.
    The Quality Assurance Surveillance Plan (QASP) outlines the monitoring framework for Marietta Nondestructive Testing, LLC, as they implement a turnkey gantry-style ultrasonic non-destructive testing system for preventative maintenance and calibration. The QASP establishes evaluation protocols to ensure that the contractor meets the performance standards specified in the contract, detailing monitoring procedures, responsibilities, and documentation requirements. Key government roles include the Contracting Officer (CO), Government Point of Contact (POC), Program Manager (PM), and the Contracting Officer's Representative (COR), who oversee contractor performance and quality assurance. The plan emphasizes the contractor's responsibility for quality control but acknowledges the government’s duty to conduct impartial surveillance and evaluations against set performance standards. The document also details performance objectives, thresholds, and methods of surveillance for activities such as mechanical inspections and instrument calibrations, while also providing a structured approach to addressing non-performance through Performance Assessment Reports (PAR) and Corrective Action Reports (CAR). This QASP is critical for effective contract management, ensuring that services are satisfactorily delivered and maintained.
    The document outlines the DD Form 1423-1, a Contract Data Requirements List (CDRL) utilized by the Department of Defense for tracking data deliverables in contracts. It mandates contractors to submit a Quality Control Plan (QCP) within 42 days post-award, detailing procedures for ensuring service quality, identifying, correcting, and preventing defects. The form includes fields for various administrative details, such as contract specifics, item descriptions, and personnel contact information, emphasizing compliance with data standards. Key points also address the categorization of data items and pricing groups, which determine costs associated with delivering data as per government requirements. This structured approach is essential for maintaining quality and accountability in government contracting, reinforcing the importance of systematic data management in federal RFPs and grants processes.
    The Women-Owned Small Business (WOSB) solicitation FA857124Q0114 is issued for a combined Request for Quotation (RFQ) for a Turnkey Gantry-Style Ultrasonic Non-Destructive Testing (NDT) Inspection System intended for preventative maintenance and calibration. The solicitation includes details about the contractor, Marietta Nondestructive Testing, LLC, and specifies a sole source award. The total contract value is to be determined, with multiple option periods extending from 2025 to 2029. The required services encompass various deliverables, including ultrasonic service plans and backup instruments, all priced on a firm-fixed-price basis. Inspection and acceptance will be conducted at Robins Air Force Base, where the contractor's operations will be overseen by designated government representatives. The document outlines critical timelines for delivery, reflecting a commitment to timely performance. The initiative underscores the federal government’s support and promotion of women-owned businesses by facilitating access to contracting opportunities. Overall, the solicitation indicates a structured approach towards fulfilling specific military maintenance needs while empowering WOSBs in government contracting.
    The document outlines an amendment to a solicitation, primarily focused on extending the proposal due date and adjusting item quantities in the Contract Line Item Numbers (CLINs). Specifically, the amendment changes the quantities for several CLINs from 12 to 1 and deletes option line items due to a request from a mission partner. The revised Performance Work Statement (PWS) supersedes a previous version, and the proposal due date has been extended from August 22, 2024, to August 30, 2024. Contractors must acknowledge the receipt of this amendment by specific methods outlined, or their offers may be rejected. All other terms and conditions of the original solicitation remain unchanged, reinforcing the continuity of the contract while addressing necessary modifications. This document is essential to ensure compliance and clarity in the proposal process within federal contracting procedures. It provides a framework for contractor actions in light of the changes and highlights the transparency required in government procurement processes.
    The document outlines the Wage Determination No. 2015-4495 under the Service Contract Act, issued by the U.S. Department of Labor. It specifies minimum wage rates for various occupations within specific Georgia counties: Houston, Peach, and Pulaski. Effective from January 30, 2022, contracts must comply with either Executive Order 14026 or Executive Order 13658, requiring minimum wages of at least $17.20 or $12.90 per hour, respectively, depending on contract dates. The determination includes a detailed list of occupations and their corresponding pay rates, with fringe benefits mandated for covered workers. The document states that contractors must also adhere to paid sick leave provisions and sets forth guidelines for wage compliance, including a conformance process for unlisted job classifications. The overarching purpose is to ensure fair compensation and worker protections in contracts under the Service Contract Act, particularly for federal projects.
    Lifecycle
    Title
    Type
    Combined Synopsis/Solicitation
    Similar Opportunities
    Compact and Outdoor Antenna and Radome Ranges
    Active
    Dept Of Defense
    The Department of Defense, specifically the Department of the Air Force, is preparing to issue a Request for Proposal (RFP) for the calibration and preventive maintenance of compact indoor and outdoor antenna/radome test facility equipment at Robins Air Force Base in Georgia. The contractor will be responsible for providing all necessary parts, labor, equipment, materials, travel, and services to support the Electronic Maintenance Group (EMXG), covering multiple ranges including Ranges 1-5, 9, and ALM-266, with ALM-266 requiring preventative maintenance only. This procurement is a sole source requirement directed to NSI-MI Technologies, Inc., with plans for a Firm-Fixed Price (FFP) contract for one base year and four option years, anticipated to be awarded around September 23, 2024. Interested parties may express their interest and capability to respond, but no foreign companies will be permitted to participate; inquiries can be directed to Claudette Macneil at claude.macneil@us.af.mil or Michele Watts at michele.watts.1@us.af.mil.
    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.
    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.
    ReRepair of 8 N9913A/N9923A FieldFox RF Vector Network Analyzer
    Active
    Dept Of Defense
    The Department of Defense, specifically the Department of the Air Force, is seeking proposals for the repair of eight N9913A/N9923A FieldFox RF Vector Network Analyzers, which are critical for maintaining the ATCALS systems used by pilots for landing aircraft. This procurement will be a Sole Source Direct Award to Keysight Technologies Inc., and the contract will be structured as a Firm Fixed Price (FFP) agreement. The successful contractor will ensure the operational readiness of these analyzers, which play a vital role in aviation safety and efficiency. Proposals are due by September 20, 2024, at 3:00 PM CST, and interested parties should direct inquiries to Donald Wallar at donald.wallar@us.af.mil or call 405-739-7664.
    Atomx XYZ Purge and Trap Repair
    Active
    Dept Of Defense
    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.
    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.
    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.
    INDUSTRIAC S9X3000 & 450 kV CR NDT and INDUSTRIAC 3MPX002400 PM & Repair Services
    Active
    Dept Of Defense
    The Department of Defense, specifically the Department of the Army, is planning to issue a service contract for maintenance and repair services related to the INDUSTRIAC S9X3000 & 450 kV CR NDT equipment located at Letterkenny Army Depot in Chambersburg, Pennsylvania, and the INDUSTRIAC 3MVX002400 X-Ray Machine at Crane Army Ammunition Activity in Indiana. The contract aims to ensure the operational readiness of these critical pieces of equipment through preventative maintenance, timely repairs, and staff training, which are essential for supporting military operations and adhering to safety standards. This procurement is a 100% Small Business Set-aside, with a solicitation number W911N2-24-R-0028 expected to be released around August 21, 2024, and proposals due by September 3, 2024. Interested parties should contact Kevin Duffy at kevin.a.duffy4.civ@army.mil for further inquiries and must be registered in the System for Award Management (SAM) to submit proposals.
    Bruker M4 Tornado Plus 26S Service Maintenance
    Active
    Dept Of Defense
    The Department of Defense, specifically the Air Force Life Cycle Management Center, intends to award a contract for service maintenance of the Bruker M4 Tornado Plus 26S Super Light Element Micro X-Ray Fluorescence (XRF) System. The procurement involves a firm-fixed-price purchase order for recurring maintenance services, including a base contract with two optional years, valued at approximately $85,155. This specialized system is critical for both commercial and government applications, and the justification for a sole source procurement is based on Bruker being the only authorized provider of necessary services and parts in the U.S. Interested firms must express their capabilities to the Contract Specialist, Cuong Chau, at cuong.chau.1@us.af.mil, or the Contracting Officer, Rebecca Natal, at rebecca.natal.1@us.af.mil, within five days of this notice, with the award expected by September 30, 2024.
    Xtek XT H 225 Computed Tomography X-ray System for Benet Labs, Watervliet NY
    Active
    Dept Of Defense
    The Department of Defense, specifically the Army, is soliciting proposals for maintenance support of the Xtek XT H 225 Computed Tomography X-ray System located at Benet Laboratories in Watervliet, New York. The contract aims to ensure regular maintenance and safety inspections of the system, which is critical for inspecting metal and additively manufactured components, with the contractor expected to provide up to four on-site visits annually, including general maintenance and radiation safety inspections. This sole source procurement emphasizes compliance with safety standards and quality assurance, with a contract period from July 1, 2024, to June 30, 2025. Interested contractors should submit their proposals by September 18, 2024, and can contact Dana Gleeson at dana.m.gleeson.civ@army.mil for further information.