Autoclave Controls Upgrade

SOL #: FA857126Q0063Combined Synopsis/SolicitationSole Source

Overview

Buyer

DEPT OF DEFENSE
Dept Of The Air Force
FA8571 MAINT CONTRACTING AFSC PZIM
ROBINS AFB, GA, 31098-1672, United States

Place of Performance

Warner Robins, GA

NAICS

Metal Tank (Heavy Gauge) Manufacturing (332420)

PSC

Industrial Furnaces, Kilns, Lehrs, And Ovens (4430)

Set Aside

No set aside specified

Timeline

1
Posted
May 4, 2026
2
Submission Deadline
May 15, 2026, 1:30 PM

Qualification Details

Fit reasons
  • NAICS alignment with historical contract wins in similar service areas.
  • Scope strongly matches core technical capabilities and delivery model.
Risks
  • Past performance thresholds may require one additional teaming partner.
  • Potential clarification needed on staffing minimums before bid/no-bid.
Next steps

Validate eligibility requirements, assign capture owner, and schedule partner outreach to confirm teaming strategy before submission planning.

Quick Summary

The Air Force Sustainment Center PZIMA, Robins AFB, GA, is issuing a Request for Quote (RFQ) for an Autoclave Controls Upgrade. This is a sole-source acquisition intended for American Autoclave Co. (0RUT9) to upgrade autoclave systems at Robins AFB to meet Windows 11 operating system requirements. Quotes are due by May 15, 2026, at 9:30 AM EDT.

Opportunity Details

This requirement, identified as FA857126Q0063, is for the purchase of an Autoclave Controls Upgrade. The solicitation is being issued as a Firm-Fixed Price (FFP) award under Other Than Full and Open Competition, specifically as a sole-source acquisition to American Autoclave Co. (0RUT9), a small business. The primary objective is to provide all necessary parts, materials, equipment, training, and shipping to upgrade Autoclave Systems in Buildings 169 and 670 at Robins Air Force Base, Georgia, ensuring compliance with the updated DOD mandated Windows 11 Operating System.

Scope of Work

The contractor will be responsible for upgrading four autoclaves of various sizes (10'x 20', 15'x 30', 10'x 30', 15'x 55'). This includes providing and installing comprehensive server room hardware components such as UPS, Process Server, Active Directory Machine, Terminal Server, Engineering Workstation, Application Server, Historian, Reporting/Web Server, Support Server, Log Manager, Configuration Change Manager, Windows Update Server, and an Intrusion Prevention Solution. Infrastructure hardware, including UPS units, server cabinets, KVM switches, rack shelves, power strips, cables, Windows Server licenses, VMware Essentials, and AVEVA Historian software, must also be supplied. The contractor must also provide one hardcopy and one electronic copy of operation and maintenance manuals.

Key Requirements & Compliance

  • Delivery: 52 weeks from the date of award.
  • Training: Up to 10 days of Controls Integrator training.
  • Warranty: Manufacturer's 12-month warranty (2 years for the 10'x 20' autoclave rebuild).
  • Financial Capability: Prospective vendors must provide documentation demonstrating adequate financial resources, including a narrative statement and substantiating documentation, for review by DCMA.
  • Cybersecurity:
    • Compliance with NIST SP 800-171 is required, necessitating a satisfactory SPRS score of 110 (not more than three years old) prior to award.
    • Compliance with CMMC Level 1 (Self) or higher is mandatory for the duration of the contract.
  • Safety & Health: A detailed Contractor Safety and Health Plan, addressing comprehensive environmental, safety, and occupational health (ESOH) requirements outlined in Appendix C, must be submitted and accepted prior to contract award. This includes compliance with federal, state, and local laws, OSHA standards, and specific safety protocols for various operations.
  • Security: Compliance with Government security regulations (32 CFR Part 117, DAFI 31-101, NISPOM), secure communication methods, DBIDS ID cards for personnel, OPSEC, Supply Chain Risk Management, and a Technology Control Plan for export-controlled items are required.
  • Other: Unique Item Identification (UID) for all items, compliance with Agency Affirmative Procurement Program, EMS Awareness Training, and ISO 50001-Energy Management System (EnMS) requirements.

Submission Details

Quotes are due no later than May 15, 2026, at 9:30 AM EDT. Submissions must be sent via email to Contract Specialist Joshua Belzince (joshua.belzince@us.af.mil) and Contracting Officer Joshua Sharpe (joshua.sharpe.6@us.af.mil).

People

Points of Contact

Joshua BelzincePRIMARY
Joshua SharpeSECONDARY

Files

Files

Download
Download
Download

Versions

Version 1Viewing
Combined Synopsis/Solicitation
Posted: May 4, 2026
Autoclave Controls Upgrade | GovScope