Laminar Flow Computer Replacement
ID: FA226325Q0005Type: Combined Synopsis/Solicitation
Overview

Buyer

DEPT OF DEFENSEDEPT OF THE AIR FORCEFA2263 AFLCMC WNMKHEATH, OH, 43056-6116, USA

NAICS

Instruments and Related Products Manufacturing for Measuring, Displaying, and Controlling Industrial Process Variables (334513)

PSC

COMBINATION AND MISCELLANEOUS INSTRUMENTS (6695)

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 seeking proposals for the replacement of Laminar Flow Computers through a Combined Synopsis/Solicitation. The procurement aims to acquire high-accuracy Laminar Flow Computers designed for measuring differential and absolute pressures, flow rates, and temperatures, which are critical for various operational scenarios within the Air Force. This initiative emphasizes the importance of reliability and compliance with military standards, as the units will be utilized in metrology and calibration applications across multiple Air Force installations. Interested small businesses, particularly Women-Owned Small Businesses, must submit their proposals by April 25, 2025, and can direct inquiries to Frank Capuano at frank.capuano@us.af.mil or Thomas Carson at thomas.carson.2@us.af.mil for further details.

    Files
    Title
    Posted
    The document outlines the purchase description and performance requirements for a Laminar Flow Computer (LFC), designed for use with the Air Force's laminar flow elements (LFEs). It specifies the need to replace the existing model (FCS-10A) and details various operational scenarios, performance metrics, and functional requirements. The LFC must measure differential and absolute pressures, flow rates, and temperatures, delivering high accuracy and stability across a specified range. The design emphasizes portability, user-friendly calibration procedures, and remote communications capabilities via RS232 and USB. Mechanical specifications include size limitations, weight capacity, and protective shipping cases to ensure durability. A warranty and technical support provisions related to firmware and operational guidelines are also highlighted. Additional documentation, including user manuals, inspection reports, and calibration procedures, is required. Overall, this purchase description aligns with government standards for procurement, emphasizing reliability for military applications and thorough compliance with regulatory requirements.
    The document pertains to guidelines for federal and state RFPs (Request for Proposals) and grants, outlining essential procedures for agencies and organizations seeking funding or partnerships. It emphasizes the importance of clear project objectives, comprehensive budgets, and performance metrics to ensure accountability and effectiveness in the utilization of allocated resources. Key points include the necessity for applicants to demonstrate their capacity to meet project goals, maintain compliance with regulatory requirements, and provide measurable outcomes. Additionally, the document discusses the evaluation criteria used by review committees to assess proposals, including relevance to community needs, innovation, and sustainability. Understanding these guidelines is crucial for organizations aiming to secure government funding, as it enhances their proposals' competitiveness and alignment with federal and local priorities. Overall, the document serves as a foundational resource for navigating the complex landscape of governmental funding opportunities.
    The document serves as part of a Request for Proposals (RFP) related to the procurement of Laminar Flow Computers for various Air Force installations. It includes a list of anticipated delivery locations, specifically for units shipped to the Program Management Engineering Laboratory (PMEL). This list outlines various Air Force bases (AFBs) across the United States and one location in Great Britain, indicating that more than one unit may be shipped to each site. The addresses are subject to change and will be finalized post-award with modifications, emphasizing the document's preliminary nature. Overall, the aim is to assist potential offerors in calculating costs associated with the shipping of the hardware to designated destinations, reflecting the logistics involved in military procurement operations.
    This document outlines the instructions for offerors responding to a Request for Quotation (RFQ) under federal government procurement, specifically concerning the submission of proposals for commercial items. Offerors must submit proposals, including a unit for testing, that comply with the stipulated Purchase Description (PD) and instructions. Proposals must be clear and detailed, demonstrating how requirements will be met without restating the government's needs. Proposals must be submitted electronically via DoD SAFE by April 25 at 2:00 PM EDT. The contracting officer may request further pricing data if adequate price competition is not verified. The government will evaluate proposals over a 90-day period, with conditions governing the integrity of submissions and responses to amendments, revisions, and exceptions to solicitation requirements clearly defined. Two proposal volumes are required: Volume I (Technical Volume) must address the technical requirements explicitly, while Volume II (Proposal Documentation) includes pricing and contract clauses. Compliance with formatting guidelines, page limits, and submission timelines is critical for consideration. Overall, the document underscores the necessity of meeting all specified conditions to ensure successful proposal evaluations in government contracting.
    The document outlines the evaluation criteria and award procedures for a federal government contract under the Simplified Acquisition Procedures (SAP), specifically for the AFMETCAL Program. The Government aims to award a firm fixed-price contract to the offeror deemed responsible, whose proposal meets solicitation requirements and presents the best overall value. Key factors in the evaluation include two technical subfactors—technical requirements and enhanced capabilities—and price. Proposals must be acceptable in their technical submissions, with price evaluations focusing on completeness, reasonableness, and overall evaluated price. The Government reserves the right to exclude grossly deficient proposals and may award contracts based only on initial submissions without discussions. Offerors must meet all solicitation requirements and provide justifications for any exceptions. The evaluation process emphasizes the importance of technical merit, advising that a higher-priced proposal may be favored if it demonstrates superior technical performance.
    The document pertains to a solicitation for the Flow Computer Replacement, specifically detailing a Request for Proposal (RFP) related to an Indefinite Delivery Indefinite Quantity (IDIQ) contract. The proposal involves the evaluation of various Commercial Item Proposal Evaluation Unit Computers, Cases, and Data Production Units, with quantities outlined for fiscal years FY25 through FY29. It specifies firm-fixed-price contract line items (CLINs) to be used for procurement, emphasizing that the minimum order will be one unit, with a total estimated quantity of 75 units over the contract duration. The document includes a Total Evaluated Price (TEP) worksheet that potential bidders must complete for evaluation purposes, indicating essential pricing and unit information required for the proposal. The purpose is to facilitate government procurement processes while adhering to the Federal Acquisition Regulation guidelines for evaluation and award of contracts, ensuring an organized approach to acquiring necessary computing equipment for government use.
    The document outlines the ordering procedures for a single award Indefinite Delivery Indefinite Quantity (IDIQ) contract related to Flow Computer Replacement for the Air Force. All Delivery Orders (DOs) will be generated from the Air Force Metrology and Calibration (AFMETCAL) Contracting Office and will follow specific federal regulations, specifically FAR Clauses 52.216-18 and 52.216-19. Contractors awarded the IDIQ contract will receive DOs, and they must promptly notify the contract specialist if they cannot meet the delivery schedule stated in the solicitation. Specific delivery timelines and instructions will be detailed in each order. This structure ensures clarity and accountability in fulfilling the Air Force’s needs for flow computer units.
    The document outlines a Women-Owned Small Business (WOSB) solicitation for the acquisition of Laminar Flow Computers and Cases through an Indefinite Delivery Indefinite Quantity (IDIQ) contract. It specifies a five-year contract allowing the government to order a minimum of one unit and a maximum of 75 units, emphasizing a firm fixed price arrangement. Proposal evaluation units must be submitted alongside the proposals by April 14, 2025. Additionally, it details inspection and acceptance processes, requiring testing of the units at the AFMETCAL site in Heath, Ohio, before proposing for production units. The solicitation incorporates various federal acquisition regulations (FAR) and Defense Acquisition Regulations (DFARS) clauses regarding contracting protections and terms, particularly for small businesses, emphasizing compliance with applicable statutes and regulations. Delivery logistics require requisition numbers for production units, which must ship directly to specified locations, ensuring all shipments align with government acceptance standards. This RFP illustrates the government's commitment to engaging women-owned entities while adhering to structured procurement protocols and thorough evaluation processes to ensure quality and compliance.
    Lifecycle
    Title
    Type
    Combined Synopsis/Solicitation
    Similar Opportunities
    66--METER,FLOW RATE IND
    Buyer not available
    The Department of Defense, through the Defense Logistics Agency (DLA Aviation), is seeking proposals for the procurement of flow rate meters, specifically under the title "66--METER, FLOW RATE IND." This solicitation is set aside for SBA Certified Women-Owned Small Businesses (WOSB) and aims to acquire totalizing fluid meters and counting devices, which are critical for various military and logistical applications. Interested vendors should direct any inquiries to the buyer listed in the solicitation document, accessible via the DLA's DIBBS website, with the solicitation number required for a global search. The procurement process emphasizes compliance with the WOSB program and is part of the broader efforts to support small business participation in federal contracting.
    Repair of B-1B Rate of Flow Transmitter
    Buyer not available
    The Department of Defense, through the Department of the Air Force, is soliciting proposals for the repair of the B-1B Rate of Flow Transmitter under solicitation number FA8117-25-R-0005. The procurement aims to secure comprehensive repair services, including inspections and data reporting, to ensure the operational readiness of this critical aircraft component, with a focus on quality control and compliance with military standards. This opportunity is open to various business types, including small and veteran-owned entities, and requires submissions by March 10, 2025. Interested contractors can reach out to primary contact Relijah Sherman at relijah.sherman@us.af.mil or secondary contact David Herrig at david.herrig.1@us.af.mil for further information.
    66--METER,FLOW RATE IND
    Buyer not available
    The Department of Defense, through the Defense Logistics Agency (DLA Aviation), is seeking suppliers for flow rate meters under a Combined Synopsis/Solicitation notice. The procurement aims to acquire instruments and related products that are essential for measuring, displaying, and controlling industrial process variables, which are critical for various defense operations. These flow rate meters will play a vital role in ensuring accurate measurements and operational efficiency in military applications. Interested vendors should direct their inquiries to the buyer listed in the solicitation document, accessible via the DLA's website, and are encouraged to review the solicitation details for further instructions.
    66--COMPUTER,AIR DATA
    Buyer not available
    The Department of Defense, specifically the Department of the Navy through NAVSUP Weapon Systems Support, is soliciting proposals for the procurement of air data computer systems. These systems are critical for flight instruments, providing essential data for navigation and guidance in aeronautical applications. The selected contractor will be responsible for delivering high-quality components that meet stringent military specifications, ensuring operational readiness and safety. Interested vendors can reach out to Marisa Tetkowski at 215-697-2644 or via email at MARISA.TETKOWSKI@NAVY.MIL for further details regarding the solicitation process.
    F100-PW-220 Sprayring Manifold Assemblies
    Buyer not available
    The Department of Defense, specifically the Department of the Air Force, is seeking proposals for the overhaul of F100-PW-220 Sprayring Manifold Assemblies, as outlined in the solicitation FA812124R0019. This procurement involves multiple ordering periods with firm fixed prices for specified quantities of manifold assemblies, along with detailed data requirements and provisions for additional work. The initiative is crucial for maintaining and managing essential aircraft parts, ensuring efficient operational readiness for the Air Force. Interested contractors must submit their proposals by the new deadline of March 31, 2025, and can direct inquiries to William Heckenkemper at william.heckenkemper@us.af.mil or Savannah Mincey at savannah.mincey@us.af.mil.
    77512 - F-35 VDATS FLUKE CAL EQUIPMENT
    Buyer not available
    The Department of Defense, through the Department of the Air Force, is soliciting proposals for the acquisition of Fluke calibration equipment necessary for the F-35 VDATS program. This procurement specifically targets small businesses under NAICS code 334515 and includes the delivery of a Fluke Scope Calibrator and a Meter Calibrator within 24 weeks after receipt of order. The equipment is vital for the operations of the 402 Software Engineering Group at Robins Air Force Base, Georgia, enhancing their capabilities in maintaining and calibrating advanced defense technology. Interested vendors must submit their quotes by 12:00 PM on March 4, 2025, to the contracting officer, Patrick Hulett, at patrick.hulett@us.af.mil.
    59--SWITCH,FLOW
    Buyer not available
    The Department of Defense, through the Defense Logistics Agency (DLA Land and Maritime), is seeking proposals for the procurement of flow switches under the solicitation titled "59--SWITCH,FLOW." This opportunity is set aside for small businesses and falls under the NAICS code 334418, which pertains to Printed Circuit Assembly (Electronic Assembly) Manufacturing. The flow switches are critical components used in various electrical and electronic equipment, emphasizing their importance in maintaining operational efficiency and safety in defense applications. Interested vendors should direct their inquiries to the buyer listed in the solicitation document, and further details can be accessed via the DLA's DIBBS portal. The solicitation encourages small business participation, aligning with federal initiatives to support small enterprises in government contracting.
    F-16 Actuactor
    Buyer not available
    The Department of Defense, through the Defense Logistics Agency (DLA) Aviation at Ogden, Utah, is soliciting proposals for the procurement of F-16 Actuators, which are critical components for the F-16 aircraft. This opportunity is open to various businesses, with a particular emphasis on small businesses, including those that are women-owned and veteran-owned, and it requires compliance with stringent military standards for packaging, inspection, and supply chain traceability. The selected contractor will be responsible for ensuring product reliability and adherence to engineering specifications, with a proposal submission deadline set for March 27, 2025. Interested parties should contact Michelle Mihu at michelle.mihu@us.af.mil for further details and to ensure compliance with all outlined requirements.
    F-100 Case, Compressor, Air
    Buyer not available
    The Department of Defense, through the Defense Logistics Agency, is seeking proposals for the procurement of the F-100 Case, Compressor, Air, with a presolicitation notice issued by DLA Aviation at Oklahoma City, OK. The acquisition aims to secure between 23 and 136 units of this critical component, which is essential for safety and has specific qualification requirements, although first articles are not required. The procurement is classified as non-export controlled, and the agency intends to negotiate with a limited number of sources, specifically RTX Corporation. Interested parties should submit capability statements within 15 days of the notice, with the final contract award expected to consider technical, past performance, and price factors. For further inquiries, contact Jeremy Bryant at jeremy.bryant@us.af.mil or call 405-855-7112. The estimated issuance date for the solicitation is February 19, 2025, with a close date of March 21, 2025, and initial delivery requested by March 8, 2026.
    TRANSMITTER, RATE OF FLOW
    Buyer not available
    The Department of Defense, through the Defense Logistics Agency (DLA) Aviation at Oklahoma City, is soliciting offers for the procurement of fuel flow transmitters under solicitation number SPRTA1-25-Q-0102. This procurement includes the acquisition of three First Article Test Units and additional production units, contingent upon the Government's acceptance of the first article, ensuring compliance with quality standards such as ISO 9001-2015. The goods are critical for military applications, emphasizing the importance of quality assurance and traceability through Unique Identification (UID) of items. Interested contractors must submit their offers by the extended deadline of March 31, 2025, at 11:59 PM, and should acknowledge receipt of the amendment to avoid rejection of their proposals. For further inquiries, contact Michael Hannan at Michael.Hannan.1@us.af.mil or call 405-855-7126.