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
  1. 1
    Posted Feb 28, 2025, 12:00 AM UTC
  2. 2
    Updated Mar 17, 2025, 12:00 AM UTC
  3. 3
    Due Apr 14, 2025, 6:00 PM UTC
Description

The Department of Defense, specifically the Department of the Air Force, is seeking proposals for the acquisition of Laminar Flow Computers and Cases through a combined synopsis/solicitation process. This procurement aims to replace existing flow computer models with new units that meet stringent operational and performance requirements, ensuring high accuracy and reliability for military applications. The selected contractor will be awarded a firm fixed-price contract under Simplified Acquisition Procedures, with a total estimated quantity of up to 75 units over a five-year period, emphasizing the importance of compliance with federal regulations and standards. Interested parties must submit their proposals electronically by April 14, 2025, and can contact Frank Capuano at frank.capuano@us.af.mil or Thomas Carson at thomas.carson.2@us.af.mil for further information.

Files
Title
Posted
Mar 17, 2025, 11:04 AM UTC
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.
Mar 17, 2025, 11:04 AM UTC
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.
Mar 17, 2025, 11:04 AM UTC
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.
Mar 17, 2025, 11:04 AM UTC
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.
Mar 17, 2025, 11:04 AM UTC
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.
Mar 17, 2025, 11:04 AM UTC
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.
Mar 17, 2025, 11:04 AM UTC
The document outlines Class Deviation 2025-O0003, titled "Restoring Merit-Based Opportunity in Federal Contracts." It modifies specific provisions in the Federal Acquisition Regulation (FAR) related to offeror representations, certifications, and contract terms for commercial products and services as of March 2025. Notably, revisions include reserving sections within FAR 52.212-3 and FAR 52.212-5, indicating areas that might be subject to change or clarification. The adjustments aim to ensure that the competitive procurement process remains equitable and merit-focused. By revising contractual language and reserving certain provisions, the deviation seeks to align federal contracting practices with overarching policy goals, enhancing opportunities for qualified offerors. Overall, this document emphasizes the government's commitment to maintaining a transparent and competitive contracting environment.
Mar 17, 2025, 11:04 AM UTC
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.
Mar 17, 2025, 11:04 AM UTC
This document details an amendment to a solicitation related to federal acquisitions, specifically modifying terms and conditions to align with regulatory updates. The amendment extends the deadline for offers and outlines the acknowledgment process for offerors, specifying that failure to acknowledge receipt may lead to rejection of offers. Important modifications introduced include the addition and modification of multiple contract clauses, such as those regarding contractor responsibilities, small business considerations, and compliance with federal statutes. The document emphasizes the role of an appointed ombudsman to address offeror concerns while reiterating that initial questions should be directed to the contracting officer. Further, it includes detailed references to updated Federal Acquisition Regulation clauses concerning the acquisition of commercial products and services, underscoring the government’s commitment to transparency and adherence to legislative mandates. This amendment ultimately serves to ensure clarity, compliance, and equitable practices in the solicitation process, reinforcing the federal government’s responsibilities towards contractors and stakeholders.
Lifecycle
Title
Type
Combined Synopsis/Solicitation
Similar Opportunities
F-100 Case, Compressor, Air
Buyer not available
The Department of Defense, through the Defense Logistics Agency, is seeking proposals for the acquisition of F-100 compressor air cases under the presolicitation notice SPRTA1-24-R-1845. This procurement aims to secure a minimum of 3 and a maximum of 18 units, with a delivery schedule of 2 units per month starting before June 16, 2025, and is not classified as a critical safety item. The solicitation will be available electronically, and proposals will be evaluated based on price, technical merit, and past performance, with submissions due within 45 days of publication. Interested parties can direct inquiries to Jeremy Bryant at jeremy.bryant@us.af.mil or by phone at 405-855-7112.
70--COMPUTER,DIGITAL
Buyer not available
The Department of Defense, through the Defense Logistics Agency (DLA) Aviation at Philadelphia, PA, is seeking proposals for the procurement of five units of a flight-critical digital computer component, identified by NSN 7R-7021-016997062-CB and reference number 326A601-200. This procurement requires engineering source approval from the design control activity to ensure the quality and reliability of the part, as only previously approved sources will be considered for the contract. The selected supplier must demonstrate unique design capabilities and provide necessary technical data, with a focus on maintaining the integrity of the part's manufacturing and repair processes. Interested parties must contact Michael W. Bauder at (215) 737-5103 or via email at MICHAEL.BAUDER@DLA.MIL for further details, and proposals must be submitted within 45 days of this presolicitation notice.
ENGINE COMPUTER
Buyer not available
The Department of Defense, through the Defense Logistics Agency (DLA) Aviation at Philadelphia, PA, is soliciting proposals for the procurement of an Engine Computer, classified under the NAICS code 334514 for Totalizing Fluid Meter and Counting Device Manufacturing. The requirement emphasizes the need for FAA-Certified parts with an FAA Authorized Release Certificate, as the items will be delivered to foreign military sales (FMS) customer countries and will not enter the DoD supply chain. Interested vendors must ensure compliance with specific quality requirements and submit proposals via email to the primary contact, Alexa Kolb, at Alexa.Kolb@dla.mil, with a deadline for submission set at 425 days from the date of the solicitation. The procurement is subject to Emergency Acquisition Flexibilities, and offers from non-government-approved sources will be deemed technically unacceptable.
High and Low Range Liquid Flow Calibrator Upgrade
Buyer not available
The Department of Defense, specifically the Department of the Air Force, is seeking proposals for the upgrade of high- and low-range liquid flow calibrators (CFP-400 and CFP-010) as part of a Sources Sought notice. The project aims to enhance hardware components, including updated software, instrumentation cards, and new electronic packages, while ensuring that performance, functionality, and operational continuity are maintained or improved post-upgrade. These calibration instruments are critical for measuring and testing electrical signals, reflecting the government's commitment to high-quality operational equipment. Interested contractors should contact Megan Moretti at megan.moretti@us.af.mil or Frank Capuano at frank.capuano@us.af.mil for further details, as the procurement emphasizes efficiency and safety in the upgrade process.
Control Unit
Buyer not available
The Department of Defense, through the Defense Logistics Agency, is seeking proposals for the procurement of Control Units, specifically under the solicitation number SPRTA1-25-R-0240. The requirement includes the supply of nine units of a digital electronic control system, which is critical for the F118 engine application, with dimensions of 14.2 inches in length, 6.7 inches in width, and 11.2 inches in height, weighing 30 pounds and made of stainless steel. Interested vendors should note that the estimated issue date for the solicitation is April 2, 2025, with a closing date of April 17, 2025, and must direct inquiries to James Headington at james.headington.1@us.af.mil or by phone at 405-855-3535. The government anticipates awarding the contract based on a combination of price and past performance factors, with delivery of the units required by March 31, 2026.
66--COMPUTER,AIR DATA
Buyer not available
The Department of Defense, specifically the Department of the Navy through NAVSUP Weapon Systems Support, is soliciting quotes for the procurement of four units of a specialized air data computer, identified by NSN 7RH 6605 016885068 and part number HG2055BC32. This procurement is critical for navigational instrumentation, which plays a vital role in ensuring the accuracy and reliability of aeronautical systems. Interested vendors must submit their proposals via email to Joshua Seltzer by the specified due date, and it is important to note that government source approval is required prior to award; proposals lacking the necessary documentation will not be considered. For further inquiries, vendors can contact Joshua Seltzer at 215-697-2849 or via email at joshua.j.seltzer.civ@us.navy.mil.
66--COMPUTER,AIR DATA, IN REPAIR/MODIFICATION OF
Buyer not available
The Department of Defense, specifically the Department of the Navy through NAVSUP Weapon Systems Support, is seeking proposals for the repair and modification of a critical air data computer, identified by NSN 7R-6605-016885068-P8. This procurement requires engineering source approval due to the unique design and manufacturing knowledge necessary to maintain the quality of the part, which is essential for flight operations. Only approved sources will be considered for this contract, and interested parties must submit detailed qualifications and source approval requests as outlined in the NAVSUP Source Approval Information Brochures. Proposals must be submitted within 45 days of this notice, and inquiries can be directed to Shannon K. Fitzgerald at (215) 697-3638 or via email at SHANNON.K.FITZGERALD3.CIV@US.NAVY.MIL.
66--METER, FLOW RATE IND
Buyer not available
The Defense Logistics Agency, under the Department of Defense, is seeking quotes for the procurement of 32 units of the Flow Rate Indicator (NSN 6680014079438). This solicitation, categorized as a Combined Synopsis/Solicitation, requires that the items meet specific source-controlled drawing requirements, with an approved source identified. The Flow Rate Indicator is crucial for various military applications, ensuring accurate measurement and control of fluid flow in systems. Interested vendors must submit their quotes electronically, as hard copies will not be provided, and all submissions should be directed to the buyer listed in the solicitation document. For inquiries, contact DibbsBSM@dla.mil, and note that the delivery is expected within 176 days after order placement.
Re-manufacture of the F15 and C130 Float Valves and F15 Interconnect Valve
Buyer not available
The Department of Defense, through the Department of the Air Force, is soliciting proposals for the re-manufacture of F15 and C130 Float Valves, as well as the F15 Interconnect Valve. The procurement aims to restore these critical aircraft components to a like-new condition, adhering to stringent quality assurance standards and regulatory requirements. This contract is vital for maintaining the operational readiness of military aircraft, with a total award amount of $818,957.83 and provisions for a firm fixed-price contract with multiple option years. Interested vendors should submit a Source Approval Request and ensure compliance with NIST security requirements, with further inquiries directed to Mayona Presley at mayona.presley@us.af.mil or Amy Gil at amy.gil@us.af.mil.
ENGINE COMPUTER
Buyer not available
The Department of Defense, specifically the Department of the Navy through NAVSUP Weapon Systems Support, is soliciting proposals for the repair and testing of ENGINE COMPUTERS under a federal contract. The procurement aims to ensure that these critical components are restored to a Ready for Issue (RFI) condition, adhering to stringent quality and inspection standards as outlined in the Statement of Work. These engine computers are vital for operational readiness and reliability in military applications, emphasizing the importance of maintaining high-quality standards in their repair processes. Interested contractors should contact Devon M. McNamee at 215-697-2782 or via email at devon.m.mcnamee.civ@us.navy.mil for further details, with the expectation of compliance with various regulatory and quality assurance requirements throughout the contract duration.