Opportunity

SAM #FA8227-26-SS-3008

Maintenance Services for Praxair (HVOF) Thermal Spray Equipment at Hill Air Force Base

Buyer

AFRL/HPZ

Posted

March 25, 2026

Respond By

April 08, 2026

Identifier

FA8227-26-SS-3008

NAICS

811310, 811219

The U.S. Air Force Sustainment Center at Hill Air Force Base, Utah, is seeking qualified sources for maintenance and support services on Praxair (HVOF) Thermal Spray Equipment. - Government Buyer: - U.S. Air Force Sustainment Center (AFSC), Hill Air Force Base (HAFB), Utah - Contracting office: FA8227 AFSC OL H PZIM - OEM Highlight: - Praxair is the specified Original Equipment Manufacturer (OEM) for all thermal spray equipment - Products/Equipment Covered: - JP 8100 (HVOF console): 5 units - 1264 (powder feeder): 4 units - PD 3200HP (powder feeder): 8 units - 9910i (arc spray machine): 5 units - PB 400 (arc spray machine): 1 unit - 6600C (Plasma Controller): 1 unit - PS1000 (Plasma Power Supply): 1 unit - Services Requested: - Annual on-site inspection, servicing, repair, calibration, adjustment, and certification of all listed Praxair equipment - Emergency repair response required within 7 days of notification - All work must restore equipment to the most current OEM configuration - Strict adherence to OEM standards, OSHA safety, and quality assurance protocols - Detailed reporting and documentation required - Unique/Notable Requirements: - Total annual parts cost not to exceed $10,000 - Contractor must provide all management, tools, supplies, equipment, and labor - Quality and safety plans must be submitted post-award - Ongoing surveillance and quarterly progress meetings - Period of Performance: - One-year base period with four one-year option periods (up to 5 years total) - Place of Performance: - All services performed at Hill Air Force Base, Utah

Description

Product Description & Requirements Maintenance Support Group Praxair (HVOF) Thermal Spray Equipment United States Air Force THIS IS A SOURCES SOUGHT ANNOUNCEMENT/ MARKET SURVEY FOR POTENTIAL SOURCES FOR INFORMATION AND PLANNING PURPOSES ONLY. As permitted by FAR Part 10, this is a market research tool being utilized for informational and planning purposes. The purpose of this Sources Sought is to determine if responsible sources exist. It will also assist in determining if this effort can be competitive and/or a Small Business Set-Aside. Response is strictly voluntary. However, it should be noted that information gathered through this notice may significantly influence our acquisition strategy. Hill Air Force Base, Utah is conducting market research of industry to identify potential firms, with current relevant qualifications, experience, personnel, and capability to perform services required for Praxair (HVOF) Thermal Spray Equipment with the descriptions and specifications outlined in the attachments listed below. This will be a 1 Year Base + 4 - 1 Year Option Contract. This is not a solicitation, and any requests for a solicitation will not receive a response. The Government will not reimburse participants for any expenses associated with their participation in or responses to this sources sought synopsis. 1. PROJECT DETAILS: The descriptions and specifications of this project are, but are not limited to, the following: • The contractor shall provide all management, tools, supplies, equipment, and labor necessary to inspect, service, repair (as necessary), calibrate and certify specific thermal spray equipment items located at Hill Air Force Base (HAFB), Utah. • All equipment items shall be adjusted, serviced, repaired and returned to the most current Original Equipment Manufacturer (OEM) configuration / status, as required. The Government estimates repair services to occur, 1 time per year. Total parts will not exceed $10,000 for the Period of Performance (POP). • The contractor shall conduct an annual on-site visit to inspect, service, repair (as necessary), calibrate, adjust and certify specific thermal spray equipment items located at HAFB, Utah. 2. PLACE OF DELIVERY: Hill AFB, UT. 3. ATTACHMENTS: a. Performance Work Statement 4. INSTRUCTIONS: 1.1 The Government requests interested parties provide the following information (please limit your response to no more than 5 pages): a. Company Name and Commercial and Government Entity (CAGE) code. b. Name, phone number, and email address for point of contact(s). c. The applicable NAICS code for this acquisition is: 811310. Based on this NAICS code what is your size status? ____ Small Business ____ Small Disadvantaged ____ Women‐Owned ____ Veteran‐Owned ____ Service-Disabled Veteran Owned ____ Hub‐zone ____ 8(a) ____ Large Business d. Are you currently registered in SAM and WAWF? Y/N e. The NAICS Code selected for this potential requirement is 811310 which has a size standard in millions of dollars of $12.5M. If you disagree that 811310 is the proper NAICS Code, please submit that comment to the contacts below along with what NAICS Code you believe this should be classified under. Please do not wait for an amendment to put in this request, as the due date for the market survey will remain on 08 April 2026 at 3:00 pm MDT. This date will not be extended. You are encouraged to provide any documentation to support your business's capability in meeting these requirements. Failure to provide this type of documentation may result in the Government being unable to adequately assess your business’s capabilities to provide services included within the attached documents. f. All questions and feedback relative to this market survey should be addressed to the contacts provided below. All questions and feedback must contain a phone number and email address for responses. g. Please provide all responses to this survey - to include any questions or comments you might have for the subject matter expert no later than 08 April 2026 at 3:00 pm MDT to the attention of Nichole Saucedo via email at nichole.saucedo@us.af.mil.

View original listing