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
    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
    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.
    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.
    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.
    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.
    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.
    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.
    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
    B-2 Landing Gear Valve, Regulation, FL
    Buyer not available
    The Department of Defense, specifically the Department of the Air Force, is seeking sources for the procurement of a B-2 Landing Gear Valve, Regulation, at Hill Air Force Base in Utah. This opportunity is categorized as a Sources Sought notice, indicating the need for valves classified under powered valves (PSC code 4810) as part of the Other Aircraft Parts and Auxiliary Equipment Manufacturing industry (NAICS code 336413). The B-2 Landing Gear Valve is critical for the operational readiness and safety of the B-2 aircraft, underscoring its importance in maintaining air force capabilities. Interested parties can reach out to primary contact Justin Mckinley at Justin.mckinley.2@us.af.mil or by phone at 801-777-8445, or secondary contact Nathan Hirschi at nathan.hirschi@us.af.mil or 801-586-6091 for further information.
    ICBM Minuteman III Weapon System -- VAFB Filter
    Buyer not available
    The Department of Defense, through the Department of the Air Force, is soliciting bids for the procurement of ICBM Minuteman III Weapon System VAFB filters, as outlined in solicitation number FA8206-25-R-0103. This opportunity is specifically set aside for small businesses and requires the submission of sealed bids by February 21, 2025, with a focus on first article approvals, inspection, and quality assurance standards. The filters are critical for maintaining operational readiness and ensuring quality in military supplies, reflecting compliance with the Defense Priorities and Allocations System. Interested parties can reach out to Brad Wood at bradley.wood.11@us.af.mil or Ben J Davies at ben.davies@us.af.mil for further information.
    Eagle Hardware Market Basket Items BPA
    Buyer not available
    The Department of Defense, specifically the Department of the Air Force, is soliciting proposals for a Blanket Purchase Agreement (BPA) titled "Eagle Hardware Market Basket Items BPA," aimed at providing essential hardware and plumbing supplies for Contractor Operated Hardware Stores (COHS) in Okinawa, Japan. This BPA, valued at approximately $7 million over a five-year period starting April 23, 2025, is particularly focused on sourcing high-demand items such as range hood filters, fluorescent bulbs, and toilet components, which are critical for maintaining operational efficiency in government facilities. Interested vendors, especially Women-Owned Small Businesses (WOSB), must adhere to federal acquisition regulations and submit their inquiries by February 18, 2025, to the primary contact, Sierra Mueller, at sierra.mueller@us.af.mil or by phone at 315-634-5508.
    HAFB Boiler Chemicals
    Buyer not available
    The Department of Defense, specifically the Department of the Air Force, is seeking proposals from qualified small businesses for the procurement of boiler chemicals and water treatment reagents at Hill Air Force Base in Utah. The contract, designated as a Total Small Business Set-Aside, aims to secure essential industrial water treatment chemicals necessary for maintaining efficient steam boiler operations, with a five-year ordering period and potential extensions. This procurement is critical for ensuring compliance with safety and environmental regulations, as well as maintaining operational efficiency at the facility. Interested vendors should contact Odalys Molina at odalys.molina@us.af.mil or by phone at 801-777-3536 for further details and to submit proposals in accordance with the outlined requirements.
    Cylinder
    Buyer not available
    The Department of Defense, through the Defense Logistics Agency at DLA Aviation in Ogden, UT, is soliciting proposals for the fabrication and testing of a cylinder assembly for intercontinental ballistic missile systems under contract SPRHA2-25-R-0084. This procurement is designated for full and open competition, with specific considerations for small businesses, including women-owned and service-disabled veteran-owned enterprises. The selected contractor will be responsible for conducting a First Article Test within 550 calendar days of contract initiation, ensuring compliance with rigorous quality assurance standards, including ISO 9001-2015, and maintaining detailed supply chain traceability documentation. Proposals are due by March 21, 2025, and interested parties should contact Scottina Malia at scottina.maila@us.af.mil for further information.
    12875 Mechanical Draftsman
    Buyer not available
    The Department of Defense, specifically the U.S. Air Force, is seeking qualified small businesses to provide Mechanical Draftsman Engineering Data Sustainment Support for the 309 Missile Maintenance Support Group at Hill Air Force Base, Utah. The primary objective of this procurement is to contract a Mechanical Draftsman responsible for developing and maintaining Technical Data Packages (TDP) for Locally Manufactured Tools, which includes creating Model-Based Technical Data Packages and ensuring compliance with military standards and ASME guidelines. This opportunity is crucial for enhancing the efficiency and accuracy of aviation-related data management tasks, ensuring adherence to federal protocols while optimizing service delivery to the government. Interested parties should contact Rachel Wright at rachel.wright.9@us.af.mil or Melissa Huston at melissa.huston.2@us.af.mil for further details, and are encouraged to monitor the Government’s Point of Entry for updates regarding this 8(a) set-aside opportunity.
    Aircraft Coatings and Sealants
    Buyer not available
    The Department of Defense, specifically the Department of the Air Force, is seeking sources for the procurement of aircraft coatings and sealants to support operations at Hill Air Force Base, Utah. The objective is to identify capable vendors who can provide just-in-time delivery of aerospace coatings, sealants, and technical assistance to various maintenance groups within the Ogden Air Logistics Complex (OO-ALC). These materials are critical for maintaining operational readiness and compliance with military specifications, ensuring that the Air Force can effectively support its aircraft maintenance and repair activities. Interested small businesses, including those classified as 8(a), Service-Disabled Veteran-Owned, Hubzone, and Women-Owned, are encouraged to respond to this Sources Sought notice by detailing their capabilities and small business status under NAICS Code 325510. Responses are due by February 24, 2025, and inquiries can be directed to Angie Poll at angela.poll@us.af.mil or Jason Neering at jason.neering@us.af.mil.
    Flange, Companion NSN 1680016780514 Supply Buy
    Buyer not available
    The Department of Defense, specifically the Department of the Air Force, is seeking suppliers for the procurement of Flange, Companion NSN 1680016780514. This presolicitation opportunity falls under the NAICS code 336413, which pertains to Other Aircraft Parts and Auxiliary Equipment Manufacturing, and involves the supply of miscellaneous aircraft accessories and components. The goods are critical for maintaining operational readiness and support for aircraft systems at Hill Air Force Base in Utah. Interested vendors can reach out to primary contact Justin Mckinley at 801-777-8445 or via email at Justin.mckinley.2@us.af.mil, or secondary contact Nathan Hirschi at 801-586-6091 or nathan.hirschi@us.af.mil for further details.
    VALVE ASSEMBLY
    Buyer not available
    The Department of Defense, through the Defense Logistics Agency, is soliciting proposals for the procurement of valve assemblies, specifically for the F-15 aircraft. The contract requires an initial order of 55 units, with a total quantity ranging from 42 to 83 units, to be delivered by July 1, 2026. This valve assembly plays a critical role in controlling the flow of Ram Air to the fuel vent manifold, highlighting its importance in aircraft engine functionality. Interested vendors should direct inquiries to Michael Hannan at Michael.Hannan.1@us.af.mil, with proposals due by March 3, 2025, following the anticipated solicitation release on January 31, 2025.
    B-2 Cylinder Assembly
    Buyer not available
    The Department of Defense, through the Defense Logistics Agency, is seeking proposals for the procurement of B-2 Cylinder Assemblies, specifically designed to activate the main landing gear doors of aircraft. The solicitation requests a 20% reduction in cost and a 25% reduction in production lead time for a total quantity of eight units, which are made from aluminum/alloy materials. This procurement is critical for maintaining the operational readiness of military aircraft, with a delivery deadline set for August 12, 2025. Interested vendors should submit their capability statements or proposals to Dana Craun at dana.craun@us.af.mil or call 405-426-9405, as electronic procedures will be utilized for this solicitation.