SYNOPSIS OF PROPOSED CONTRACT ACTION - Dynatest Heavy Weight Deflectometer Maintenance
Type: Special Notice
Overview

Buyer

DEPT OF DEFENSEDEPT OF THE AIR FORCEFA8051 772 ESS PKDTYNDALL AFB, FL, 32403-5322, USA

NAICS

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

    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.

    Point(s) of Contact
    Files
    Title
    Posted
    The United States Air Force is issuing a sole-source contract to Dynatest US Inc. for the annual service, maintenance, overhaul, and training of four Dynatest Heavy Weight Deflectometer (HWD) systems. The contract will ensure comprehensive maintenance that includes inspections, software updates, calibrations, and a 12-month warranty on parts and workmanship. It also encompasses hands-on training for personnel, essential for the operation of these specialized HWD 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. A sources sought notice indicated no other capable sources could perform the required services, with one response failing to meet the necessary criteria. Maintaining the current systems is more cost-effective than purchasing new ones. The Air Force will proactively research market options for future contracts while the ongoing requirement for Dynatest support highlights the critical role these systems play in maintaining operational readiness and data reliability for airfield assessments.
    Similar Opportunities
    Notice of Intent to Award Sole Source - 3 OSS Calibration and Maintenance of RT3
    Active
    Dept Of Defense
    The Department of Defense, specifically the Department of the Air Force, intends to award a sole source contract for the calibration and maintenance of RT3 Runway Friction Testing equipment at Joint Base Elmendorf-Richardson, Alaska. The contract will be awarded to Halliday Technologies, Inc., which is uniquely qualified to perform these services due to its specialized training and proprietary knowledge of the RT3 equipment. This maintenance is critical for ensuring the operational readiness of government property, with an estimated contract value of $12,000 and a performance period of up to 1095 days. Interested vendors who believe they can meet the requirements outlined in the Performance Work Statement should contact Sean Leigh or Zachery Pullen before the submission deadline, which is expected around September, within the annual calibration window of August 1 to October 15.
    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.
    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.
    BPA Equipment Load Testing
    Active
    Dept Of Defense
    The Department of Defense, specifically the 436th Contracting Squadron at Dover Air Force Base (AFB) in Delaware, is seeking sources for a potential Blanket Purchase Agreement (BPA) for equipment load testing services. This opportunity aims to identify responsible small business concerns capable of providing electronic and precision equipment repair and maintenance, as outlined under NAICS Code 811210. The BPA will require contractors to perform scheduled load tests on approximately 190 equipment items annually, ensuring compliance with safety standards and operational readiness for military logistics. Interested parties must submit a Market Survey by September 24, 2024, at 4:00 PM (EST) to both primary contacts, Sydney Hocker and Jordan Bongcayao, via their provided email addresses, and must be registered with the System for Award Management (SAM) to participate in future solicitations.
    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.
    DAMAS Kit Airlift Shoring
    Active
    Dept Of Defense
    The Department of Defense, specifically the Department of the Air Force, is seeking qualified small businesses to procure and deliver a DAMAS Kit Airlift Shoring, essential for supporting the C-130 loading of the AN/TPY-4(V)1 radar. The procurement requires the vendor to provide a kit that includes components such as ramp sections, load-ups, wedges, and adjustable stands, capable of accommodating a weight capacity of 20,000 lbs. per axle, with a delivery timeline of 135 days after the order is received. Interested parties must ensure compliance with federal regulations, register in the System for Award Management (SAM), and submit their bids adhering to strict formatting requirements, with a maximum of 25 pages. For further inquiries, potential bidders can contact Khunravin Heng at khunravin.heng@us.af.mil or Ryan Wang at Ryan.wang.1@us.af.mil.
    Joint Combined Aircrew System Tester
    Active
    Dept Of Defense
    The Department of Defense, specifically the Air Force Life Cycle Management Center (AFLCMC), intends to award a sole source contract for the procurement of one Joint Combined Aircrew System Tester (JCAST) at Wright-Patterson Air Force Base in Ohio. The JCAST is essential for testing integrated life support equipment used by aircrews, and it must meet specific technical specifications, including dimensions of 18.9” L x 28.8” W x 15.5” H and a weight limit of 120 lbs. The contractor is required to deliver the system within 180 days post-award, ensuring it is free from defects during the warranty period, and all products must be sourced from domestic or qualifying country manufacturers. Interested parties may submit capability statements or proposals by 1:00 PM EDT on September 20, 2024, and should direct inquiries to SrA Ata Mokari at ata.mokari@us.af.mil or by phone at 937-522-4503.
    Portable Navaid Receiver Purchase
    Active
    Dept Of Defense
    The Department of Defense, specifically the Department of the Air Force, intends to award a sole source contract for the purchase of two Portable Navaid Receivers (PNR) Model 7020, essential for the calibration and testing of the Ground Radar Navigation Instrument Landing System at Yokota Air Base in Japan. This procurement is critical for maintaining safe and efficient air traffic operations, as the specialized equipment provided by Thales is the only source capable of meeting the Air Force's stringent operational requirements. The anticipated award date for this contract is September 26, 2024, and interested parties who believe they can fulfill these requirements are encouraged to submit their capabilities and relevant company information to the primary contacts, Benjamin Warren and Austin Meadows, via the provided email addresses.