Opportunity

SAM #FA857126Q0063

Autoclave Controls Upgrade and Hardware/Software Modernization at Robins AFB

Buyer

AFSC Maintenance Contracting

Posted

May 05, 2026

Respond By

May 15, 2026

Identifier

FA857126Q0063

NAICS

541512, 332420

The U.S. Air Force at Robins Air Force Base, Georgia, is seeking an upgrade of autoclave control systems in Buildings 169 and 670 to meet Department of Defense Windows 11 Operating System requirements. - Government Buyer: - U.S. Air Force, Warner Robins Air Logistics Complex (WR-ALC), 402 CMXG/MXDEP, and Air Force Sustainment Center - OEMs and Vendors: - American Autoclave Co. (sole source for controls upgrade) - Tenney (autoclave manufacturer) - Aerospace Service and Controls (autoclave manufacturer) - APC (UPS manufacturer) - Black Box (server cabinet and rack hardware) - Stratus (fault-tolerant server) - AVEVA (Historian software) - Wonderware (HMI SCADA hardware) - Microsoft (Windows Server, Excel) - Products/Services Requested: - Upgrade of autoclave controls for 50 autoclaves (various sizes/models from Tenney, Aerospace Service and Controls, and American Autoclave) - Hardware: UPS (APC SRT10KRMXLT5KTF2), server cabinet (Black Box EC24U2442SMMS), KVM switch (MNK), IT rack shelves (EC38U3032SPMS3, NK, KV7020A), power strip (RM326-R2), NEMA plug (RMTS01), cables/hardware (URKS), Stratus ft4910 server, Windows Server licenses, Windows Server CALs, Microsoft Excel - Software: AVEVA Historian 2020 upgrade (HstStd-03-N-20), Wonderware HMI SCADA hardware (9EM-00680, AAA-03786-CCE, CF-ADDWW) - Services: Installation and cleanup, up to 10 days of on-site training, technical support, warranty (12 months standard, 2 years for Tenney small clave rebuild) - Unique/Notable Requirements: - Upgrade must ensure compliance with DoD-mandated Windows 11 OS - Contractor must provide all parts, materials, equipment, training, and shipping - Compliance with cybersecurity requirements: NIST SP 800-171 and CMMC Level 1 - Warranty coverage: 12 months for most equipment, 2 years for Tenney small clave rebuild - Sole source to American Autoclave Co., but autoclaves from multiple OEMs are supported - Delivery required within 6-12 months from award, depending on document - Work performed at Robins Air Force Base, Georgia

Description

The Air Force Sustainment Center PZIMA, Robins AFB, GA has a requirement to purchase an Autoclave Controls Upgrade. This solicitation is being issued as a Request for Quote (RFQ) in accordance with (IAW) RFO part 12, Acquisition of Commercial Products and Commercial Services. This solicitation will result in a Firm-Fixed Price (FFP) award. This solicitation is being solicited as a Sole Source acquisition using Other Than Full and Open Competition IAW RFO 12.102(b). Quotes are being requested IAW the attached solicitation document (FA857126Q0063) and the incorporated Purchase Description dated 07 January 2026.

Sole Source Award to:

American Autoclave Co. (0RUT9)

93 Pioneer Ind. Blvd.,

Jasper, GA 30143

Small Business

The Contractor shall provide all parts, materials, equipment, training, and shipping necessary to provide capability for the Autoclave Systems located in BLDG 169 and BLDG 670 to meet the requirements of the updated DOD mandated Windows 11 Operating System Upgrade IAW PD dated 07 January 2026

Quotes are being requested no later than 15 May 2026, 0930 / 9:30 AM EDT. Please submit quotes via email to the Contract Specialist, joshua.belzince@us.af.mil and the Contracting Officer, joshua.sharpe.6@us.af.mil.

IAW RFO 9.104-1, prospective vendors must provide documentation that demonstrates they have adequate financial resources, or the ability to obtain them, to perform the work required in this solicitation. Included in this documentation should be:

1) A narrative statement from your company on how you can successfully cover your financial responsibilities if awarded this contract action. Your narrative should be able to explain how your company can carry that debt during and up to completion of the contract.

2) Any substantiating documentation that you feel would bolster your position. Examples of substantiating documentation can be found at R-DFARS 232.072-2.

A financial capability review will be requested through DCMA's financial capability review team to determine an offeror's financial capability as a part of the Government's evaluation quotes. 

IAW the clause R-DFARS 252.204-7012, Safeguarding Covered Defense Information and Cyber Incident Reporting, and the clause R-DFARS 252.240-7997, DoD Assessment Requirements, NIST SP 800-171 applies to this acquisitions. Offerors are required to have a satisfactory score of 110 to be considered for an award resulting from this solicitation prior to the award of the contract. Offerors are highly encouraged to verify they have a current score, not more than three years old, in the Supplier Performance Risk System (SPRS) when submitting quotes for this requirement.

IAW the clause R-DFARS 252.204-7021, Compliance with the Cybersecurity Maturity Model Certification Level Requirements, "CONTRACTOR COMPLIANCE WITH THE CYBERSECURITY MATURITY  MODEL CERTIFICATION LEVEL REQUIREMENTS" applies to this acquisition. Offerors are required to have and maintain for the duration of the contract a current CMMC  status at the following CMMC level, or higher: CMMC Level 1 (Self)

View original listing