Non-Stock Listed (ND) Multiple Award Blanket Purchase Agreement
ID: FA820625Q0007Type: Combined Synopsis/Solicitation
Overview

Buyer

DEPT OF DEFENSEDEPT OF THE AIR FORCEFA8206 AFSC PZAAA2HILL AFB, UT, 84056-5825, USA

NAICS

Machine Shops (332710)

PSC

FASTENING DEVICES (5325)

Set Aside

Total Small Business Set-Aside (FAR 19.5) (SBA)
Timeline
  1. 1
    Posted Feb 19, 2025, 12:00 AM UTC
  2. 2
    Updated Feb 19, 2025, 12:00 AM UTC
  3. 3
    Due Apr 7, 2025, 2:00 PM UTC
Description

The Department of Defense, specifically the Department of the Air Force, is seeking proposals for a Non-Stock Listed Multiple Award Blanket Purchase Agreement (BPA) related to machined and manufactured supplies at Hill Air Force Base in Utah. The BPA, identified under solicitation FA820625Q0007, aims to procure items such as safety ventilation cylinder valves, with a focus on compliance with the North American Industry Classification System (NAICS) 332710 and adherence to federal procurement standards. This opportunity is crucial for ensuring the availability of necessary supplies for defense operations, with the government planning to award contracts to up to ten qualified small businesses based on their technical capabilities, pricing, and past performance. Interested parties must submit their proposals by April 7, 2025, and can direct inquiries to Arthur Gumushyan at arthur.gumushyan@us.af.mil or by phone at 801-586-8086.

Point(s) of Contact
Files
Title
Posted
Feb 19, 2025, 10:21 PM UTC
The document outlines various contract clauses applicable to a federal acquisition under Request for Proposal FA8206-25-Q-0007. It details the role of an appointed ombudsman to address concerns from offerors while emphasizing that the ombudsman does not interfere with the contracting process. Key clauses include limitations on payments to influence federal transactions, compensation requirements for former Department of Defense officials, and confidentiality agreements. Additionally, it specifies requirements for small business participation, sustainable practices, and compliance with various federal regulations, including cybersecurity measures. The document serves as a comprehensive guide for contractors, ensuring they adhere to applicable laws and regulations, thereby promoting transparency, fairness, and accountability in government contracting. Its structure methodically categorizes clauses based on their relevance to different solicited contracts aimed at fostering responsible procurement and effective project execution.
Feb 19, 2025, 10:21 PM UTC
The Department of the Air Force has issued a Capability Assessment questionnaire aimed at evaluating potential contractors’ abilities to fulfill specific manufacturing requirements based on designated Product Service Codes (PSCs). The questionnaire requires contractors to specify how many of the listed PSC codes they can manufacture out of a total of 19. Participants must also provide details on any relevant government contracts awarded in the last two years and submit delivery timelines and pricing for required items. Additionally, companies are encouraged to attach their current capability statement along with supporting documents listed in the attachments. This assessment is part of a broader effort to streamline procurement processes and identify qualified suppliers for defense-related productions, ensuring compliance with government standards and efficiency in delivery. Overall, the document serves as a tool for the Air Force to gather crucial information regarding contractors’ capacity and past performance in relation to specific product codes and requirements.
Feb 19, 2025, 10:21 PM UTC
The document is an Engineering Order related to the modifications of a component, specifically the "CAP, CYLINDER-VALVE, SAFETY, VENTILATION." It outlines the engineering change process and various approvals required within the U.S. Air Force framework. The primary focus is on the specifications for materials and alterations to drawings, incorporating advanced engineering changes and addressing error corrections. Notably, it details the transition from military to civilian material standards and specifications, emphasizing safety and compliance with specific directives. The Engineering Orders include signatures from relevant personnel indicating approval or reviews, with distribution strictly limited to the Department of Defense and authorized contractors, highlighting the sensitivity and controlled nature of the information. The document underscores the importance of adherence to precise guidelines in engineering changes, reflecting the rigorous standards expected within federal contracts and ensuring operational reliability. Additionally, it details necessary destruction protocols to safeguard sensitive data. Overall, this Engineering Order exemplifies the structured and meticulous approach inherent in military engineering modifications.
Feb 19, 2025, 10:21 PM UTC
This Engineering Order (EO) details updates for the drawing titled "CAP, CYLINDER-VALVE SAFETY, VENTILATION." The order focuses on incorporating substitutions for difficult-to-find aluminum alloys, particularly permitting aluminum alloys 2024-T3511 and 7075-T6 as replacements for 2014-O/2014-T6. It also mandates the addition of specific flag notes and Controlled Unclassified Information (CUI) indicators, which pertain to the distribution and dissemination of the document. The updates aim to enhance accessibility and clarity concerning material specifications and CUI-related protocols. The EO is prepared and signed off by various engineers and managers with affiliations to the Air Force and its contractors, highlighting the collaborative nature of the project. The document includes annotations for distribution policies, indicating that the information is restricted under export control laws of the U.S. This emphasizes the importance of compliance with defense-related regulations throughout the engineering processes involved in the project.
Feb 19, 2025, 10:21 PM UTC
The document outlines a request for a specific supply, namely a safety ventilation cylinder valve, under RFP number FA8206-25-Q-0100. The item is identified by NSN 1680-ND-088-307G AH, with a quantity of one unit required by February 24, 2025, to be delivered to Hill Air Force Base, Utah. The procurement involves negotiations on the unit price, which remains to be determined. Key specifications include a priority rating of A, inspections, and quality assurance performed at the destination. Notably, the government permits the purchase of either government or commercial surplus items, adhering to the Buy American Act and Balance of Payments Program regulations. The document emphasizes logistical details, such as the shipment's F.O.B. destination and the necessary points of contact to facilitate delivery. This RFP illustrates the government's commitment to acquiring necessary supplies while ensuring compliance with federal procurement standards and regulations.
Feb 19, 2025, 10:21 PM UTC
The Department of the Air Force's Solicitation FA820625Q0007 outlines a Blanket Purchase Agreement (BPA) for supplies and services, effective from April 15, 2025, to April 15, 2030. The agreement permits the contractor to fulfill orders as requested by the Contracting Officer or their representatives. It predominantly covers items related to the Machine Shops and Fluid Power Valve Manufacturing sectors, with specified Product Service Codes (PSC) for various components such as screws, bolts, and valves. Each purchase, or "call," under this BPA must not exceed $5 million and must be documented accordingly. Authorized individuals for placing calls include Capt Arthur T. Gumushyan and PCO Cindy A Chartier, with specific dollar limitations communicated to suppliers. Invoices are to be submitted monthly or upon BPA expiration and are supported by delivery tickets that provide detailed order information. Payments will be made using Government Purchase Cards without surcharges. This BPA structure ensures a streamlined process for acquiring needed supplies while adhering to government procurement regulations.
Feb 19, 2025, 10:21 PM UTC
The Department of the Air Force is seeking proposals through a Combined Synopsis/Solicitation for a Non-Stock Listed Multiple Award Blanket Purchase Agreement (BPA) related to machined and manufactured supplies at Hill Air Force Base. The solicitation FA820625Q0007, issued on February 19, 2025, requires submissions by April 7, 2025. The BPA will cover deliveries from April 15, 2025, to April 15, 2030, with the government intending to award contracts to up to ten qualified offerors based on their technical capability, pricing, and past performance. Compliance with the North American Industry Classification System (NAICS) 332710 is mandatory, along with current registration in the System for Award Management (SAM). Offerors must submit a capability statement, a filled ND Questionnaire, and pricing information for consideration. The contracting process will adhere to simplified acquisition procedures, emphasizing both the completeness and reasonableness of quotes. Ultimately, the goal is to ensure the selected suppliers provide competitive pricing and meet the government's specifications and standards throughout the contract duration.
Lifecycle
Title
Type
Combined Synopsis/Solicitation
Similar Opportunities
Remanufacture of B-1 Cylinder Assemblies (Bungees)
Buyer not available
The Department of Defense, specifically the Department of the Air Force, is soliciting proposals for the remanufacture of B-1 Cylinder Assemblies (bungees) under a total small business set-aside contract. The objective of this procurement is to restore these assemblies to a like-new condition, ensuring compliance with stringent quality assurance standards and safety regulations. This contract is critical for maintaining the operational readiness of the B-1 aircraft, which plays a vital role in national defense. Interested contractors must submit their proposals by April 28, 2025, and can reach out to Merry Curry at merry.curry.1@us.af.mil or Jacqueline West at Jacqueline.West@us.af.mil for further information.
Valve Assembly
Buyer not available
The Department of Defense, through the Defense Logistics Agency, is soliciting proposals for the procurement of valve assemblies, specifically identified by NSN 4810-01-050-5843, for military applications. This opportunity falls under the category of "Other Aircraft Parts and Auxiliary Equipment Manufacturing" and is classified as an unrestricted acquisition, allowing participation from various business types, including small businesses and service-disabled veteran-owned businesses. The contract will require compliance with quality assurance standards, including ISO 9001-2015, and adherence to federal regulations such as the Buy American Act and cybersecurity requirements. Interested parties must submit their proposals by April 25, 2025, and can direct inquiries to Kristian Hollingshead at kristian.hollingshead.1@us.af.mil.
Sources Sought: CYLINDER ASSEMBLY, ACTUATING, LINEAR
Buyer not available
The Department of Defense, specifically the Department of the Air Force, is seeking qualified contractors for the remanufacture and repair of the Cylinder Assembly, Actuating, Linear (NSN: 3040-01-253-7858AH, Part Number: 5122709-001-101) at Hill Air Force Base in Utah. The selected contractor will be responsible for providing all necessary facilities, materials, and services to disassemble, inspect, repair, and reassemble the specified item to restore it to a serviceable condition, adhering to technical specifications and thorough testing procedures to ensure compliance with performance standards. This procurement is critical for maintaining the operational readiness of Air Force assets, and interested vendors must submit a capability statement to Arthur Gumushyan at arthur.gumushyan@us.af.mil by April 12, 2025, at 0800 MST, after obtaining the required DD 2345 JCP certification for access to technical drawings.
Air Force GEN IV IPV
Buyer not available
The Department of Defense, through the Defense Logistics Agency Aviation, is seeking proposals for the procurement of industrial hardware to support the United States Air Force's Air Logistics Complexes (ALCs) at Robins AFB, Tinker AFB, and Hill AFB. The objective is to supply 1,799 commercially sourced items, primarily consumable spare parts, to ensure a 99.5% First Pass Acceptance rate and minimize mechanic wait times, with a focus on items costing below $300 or $800 for avionics. This procurement is critical for maintaining operational efficiency in military maintenance and repair activities. Interested parties must register in the Central Contractor Registration database and submit their interest by April 11, 2025, with the solicitation expected to be issued around April 21, 2025. For further inquiries, contact Jennifer Dunn at jennifer.dunn@dla.mil or Robert Napolitano at robert.napolitano@dla.mil.
REMANUFACTURE OF C-130 BUTTERFLY VALVE
Buyer not available
The Department of Defense, through the Department of the Air Force, is seeking proposals for the remanufacture of C-130 Butterfly Valves, a critical component for military aircraft operations. The procurement involves a firm-fixed-price contract with a three-year base period and an optional two-year extension, specifically set aside for small businesses. The remanufacturing process aims to restore the valves to a "like-new" condition, adhering to stringent quality assurance protocols and safety regulations, ensuring the reliability of essential aircraft components. Interested contractors must submit their proposals by June 3, 2025, at 3:00 PM, and can direct inquiries to Aczavius Smith at aczavius.smith@us.af.mil or Matthew Churchwell at matthew.churchwell.2@us.af.mil.
VPI VHF Probe Kit
Buyer not available
The Department of Defense, specifically the Department of the Air Force, is soliciting proposals for a VHF Probe Kit essential for the Non-Destructive Inspection (NDI) of B-2 aircraft at Hill Air Force Base in Utah. This procurement aims to replace outdated equipment with a kit that includes VHF probes, electrode plates, USB cables, and a Panasonic Toughbook, all necessary for maintaining operational readiness and compliance with military inspection standards. The solicitation is a sole-source procurement due to the proprietary nature of the required inspection software, and proposals must be submitted electronically by April 10, 2025, with a delivery timeline of 20 weeks post-acceptance. Interested contractors should contact Hugo Ruano Gutierrez at hugo.ruanogutierrez.1@us.af.mil or 801-586-6992 for further details.
Nitrogen & Helium BPA
Buyer not available
The Department of Defense, through the Department of the Air Force, is seeking qualified small businesses to provide helium and nitrogen gas bottles under a Blanket Purchase Agreement (BPA) for Ellsworth Air Force Base in South Dakota. The contractor will be responsible for delivering industrial-grade helium and nitrogen cylinders, ensuring timely delivery within one business day of notification, and adhering to safety and regulatory compliance measures. This procurement is critical for supporting military operations, particularly in the Cold Spray Process, and emphasizes the importance of small business participation in federal contracting. Interested vendors must submit their quotes by April 11, 2025, and can direct inquiries to Mitchell Bryk at mitchell.bryk@us.af.mil or Ross Duval at ross.duval@us.af.mil.
MXSG B507 Monorail Paint Line Upgrade
Buyer not available
The Department of Defense, through the Air Force Materiel Command, is soliciting proposals for the upgrade of the B507 Monorail Paint Line at Hill Air Force Base in Utah. This project aims to enhance operational capabilities by replacing outdated equipment, including the conductor bar system, and implementing upgrades such as a maintenance spur addition and global wireless communication systems. The selected contractor will be responsible for delivering design packages, procuring materials, and providing operational and maintenance manuals, with a focus on ensuring compliance with safety and quality standards. Proposals are due by 1500 MST on April 28, 2025, and interested parties should direct inquiries to Tanner Nielsen or Bryan Kingsford via email. This opportunity is set aside for small businesses, with a maximum size standard of 1,250 employees under NAICS code 333923.
Remanufacture of Compressor Housing, B1-B
Buyer not available
The Department of Defense, specifically the Department of the Air Force, is seeking qualified vendors for a Firm Fixed Price contract for the remanufacture of the Compressor Housing (NSN 1660-01-207-5331TP) for the B1-B aircraft, with the procurement taking place at Tinker Air Force Base in Oklahoma. This contract will be structured as a 5-year requirements contract, which includes a 3-year base period followed by two 1-year option periods, and will require the delivery of remanufactured units at a rate of 2 units every 45 days after receipt of order. The remanufactured compressor housing is critical for maintaining the operational capabilities of the Air Force, ensuring compliance with stringent quality standards through engineering source approval for manufacturing. Interested vendors should prepare to respond to the upcoming solicitation anticipated for release in April 2025 and can direct inquiries to Mayona Presley or Amy Gil via their provided emails for further clarification on the procurement process.
F-22 Program Office: Environmental Control System and Polyalphaolefin System Bleed Hose Set
Buyer not available
The Department of Defense, specifically the Department of the Air Force, is seeking small businesses to provide Environmental Control System (ECS) Polyalphaolefin (PAO) Bleed Hose Sets for the F-22 aircraft. This procurement aims to acquire essential components, including hydraulic quick disconnect fittings and hose assemblies, necessary for conducting PAO bleed operations following maintenance on the aircraft. The successful delivery of these items is critical for maintaining the operational readiness of the F-22 fleet, with a total of 31 units required for each specified component. Interested vendors must submit their quotations by April 14, 2025, and direct inquiries to the primary contact, Ryan Frost, at ryan.frost.15@us.af.mil or 801-777-9733, with additional details available in the attached documents.