Frozen Prepreg Hexcel Material BPA
ID: FA8125-25-Q-0008Type: Solicitation
Overview

Buyer

DEPT OF DEFENSEDEPT OF THE AIR FORCEFA8125 AFSC PZIMATINKER AFB, OK, 73145-3303, USA

NAICS

Adhesive Manufacturing (325520)

PSC

MISCELLANEOUS CHEMICAL SPECIALTIES (6850)

Set Aside

Total Small Business Set-Aside (FAR 19.5) (SBA)
Timeline
  1. 1
    Posted Oct 29, 2024, 12:00 AM UTC
  2. 2
    Updated Oct 29, 2024, 12:00 AM UTC
  3. 3
    Due Dec 2, 2024, 7:00 PM UTC
Description

The Department of Defense, through the Department of the Air Force, is soliciting proposals for a Blanket Purchase Agreement (BPA) for the procurement of Frozen Prepreg Hexcel Materials, specifically aimed at supporting operations at Tinker Air Force Base in Oklahoma. This procurement is set aside for small businesses, particularly women-owned small businesses, and emphasizes compliance with federal regulations, including the Federal Acquisition Regulation (FAR) and the Defense Federal Acquisition Regulation Supplement (DFARS). The materials are critical for aviation safety and operational efficiency, with an estimated value not exceeding $6.5 million per individual call over a maximum span of five years. Interested vendors should contact Tran Tran at Tran.Tran.1@us.af.mil for further details and adhere to the submission guidelines outlined in the solicitation documents.

Point(s) of Contact
Tran Tran, PCO
Tran.Tran.1@us.af.mil
Files
Title
Posted
Oct 29, 2024, 7:47 PM UTC
The Department of the Air Force, specifically the Headquarters Air Force Sustainment Center at Tinker Air Force Base, is issuing a memorandum for a Blanket Purchase Agreement (BPA) regarding the procurement of Frozen Prepreg Hexcel Materials. The memorandum details specifications for six different material items, including part numbers, specific material compositions, and estimated yearly quantities. Important shipping requirements include providing dry ice for preservation, temperature monitoring devices, and a Certificate of Analysis for each batch shipped, ensuring compliance with outlined BMS specifications. Additionally, all products must arrive at Tinker AFB with at least 85% shelf life remaining. This BPA reflects the Air Force's commitment to secure high-quality composite materials necessary for their operations while maintaining strict standards for product integrity and safety during transportation.
Oct 29, 2024, 7:47 PM UTC
The document outlines a BPA (Blanket Purchase Agreement) for the procurement of frozen prepreg Hexcel materials as specified under contract FA8125-25-Q-0008. It includes a detailed breakdown of line items and estimated quantities for five fiscal years. Each section specifies quantities of various materials with associated unit prices, including specifications related to the types and grades of materials (with part numbers) required. The shipping requirements stipulate that all materials must be delivered frozen, below 0 degrees Fahrenheit, using dry ice and fitted with two temperature logging monitor devices per box to ensure proper handling and quality control. The proposal focuses on compliance with specified standards outlined in BMS 8-79, indicating a structured process for accurate procurement to support governmental projects. Overall, this document serves as a procurement guideline for government agencies, which emphasizes critical logistics, material specifications, and compliance requirements necessary for fulfilling the contract's objectives effectively.
Oct 29, 2024, 7:47 PM UTC
The 76th Commodities Maintenance Group (CMXG) at Tinker Air Force Base requires Blanket Purchase Agreements (BPAs) for Hexcel brand frozen prepreg materials due to fluctuating prices and increased demand for their aviation repair and manufacturing operations. This Brand Name Justification (BNJ) outlines the justification for a class action BNJ with a ceiling price and a five-year ordering period, expected to be awarded in September 2024. The materials specified include various types of F155 resin, critical for repairing aircraft like the E-3 and B-52. The document emphasizes that Hexcel is the sole manufacturer of these materials, which are vital aviation safety items, and that alternative manufacturers can apply for inclusion in the specification if necessary. The overall procurement is subject to price competition and includes a focus on small business participation, with identified vendors meeting the applicable criteria. This procurement strategy aims to ensure compliance with government regulations while addressing mission-critical material needs in a cost-effective manner.
Oct 29, 2024, 7:47 PM UTC
The document outlines a solicitation for a Blanket Purchase Agreement (BPA) concerning frozen prepreg Hexcel material, emphasizing compliance with the Federal Acquisition Regulation (FAR). It categorizes this procurement as a restricted opportunity for women-owned small businesses (WOSB) and specifies procedures for submitting offers, including due dates and contacting the issuing office. The BPA facilitates prompt acquisition for Tinker Air Force Base over a maximum span of five years, with an estimated value not exceeding $6.5 million per individual call. The document details requirements for delivery, invoicing, and acceptance processes, underscoring the importance of accurate compliance with federal regulations. Key delivery protocols and contractor obligations are provided, including packaging and labeling specifications to ensure items meet military standards for identification. It also integrates various clauses from both FAR and the Defense Federal Acquisition Regulation Supplement (DFARS), reinforcing the legal framework governing this procurement. By promoting this BPA, the government aims to stimulate economic opportunities for women-owned businesses while securing essential materials consistent with military readiness and operational efficiency.
Lifecycle
Title
Type
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.
Heavy Weight Fairlead Beam Assemblies
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 40 Heavy Weight Fairlead Beam Assemblies to enhance aircraft arresting systems at Tyndall Air Force Base in Florida. The assemblies are critical components that direct the purchase tape path and are essential for the operational integrity of the Aircraft Arresting System (AAS). Interested contractors must comply with stringent technical specifications, including passing a First Article Test (FAT) unless previously qualified, and adhere to national standards for fabrication and delivery. Proposals are due by May 2, 2025, with inquiries directed to SSgt Benjamin Spear at benjamin.spear.1@us.af.mil or Matthew Lahr at matthew.lahr.3@us.af.mil, and the contract is set to be awarded based on both price and technical approach evaluations.
Remanufacture of B-1B Compressor Housing
Buyer not available
The Department of Defense, specifically the Department of the Air Force, is soliciting proposals for the remanufacture of B-1B Compressor Housing under a firm fixed-price contract. This procurement aims to ensure the availability of critical components necessary for the operational readiness of military aircraft, emphasizing the importance of quality and compliance with federal acquisition regulations. The total award amount for this contract is set at $78,776.78, with a bid submission deadline of June 10, 2025, at 3:00 PM. Interested small businesses, particularly those owned by veterans and women, are encouraged to participate, and inquiries can be directed to Mayona Presley at mayona.presley@us.af.mil or Amy Gil at amy.gil@us.af.mil.
F-15 Elastomer Pad (FA8203-25-Q-0003)
Buyer not available
The Department of Defense, specifically the Department of the Air Force, is soliciting proposals for the procurement of elastomer pads (NSN 1680-01-691-7833) essential for aircraft clamp blocks under solicitation FA8203-25-Q-0003. The contract is set aside for small businesses and emphasizes compliance with the Buy American Act, with a delivery date required by April 28, 2025. These elastomer pads are critical components in maintaining the operational integrity of the F-15 aircraft, reflecting the government's commitment to acquiring high-quality materials for defense applications. Interested contractors should direct inquiries to Justin Mckinley at Justin.mckinley.2@us.af.mil or Nathan Hirschi at nathan.hirschi@us.af.mil, and must adhere to specific qualification and packaging requirements as outlined in the attached documents.
Remanufacture of KC-135 Flutter Dampener 1650008983516FL
Buyer not available
The Department of Defense, specifically the Department of the Air Force, is soliciting proposals for the remanufacture of KC-135 Flutter Dampeners under a total small business set-aside contract. The procurement aims to ensure the quality and reliability of critical military equipment, with contractors required to adhere to stringent operational procedures, quality assurance measures, and supply chain risk management protocols as outlined in the Statement of Work (SOW). This contract spans a five-year period, including a three-year basic requirement and a two-year option, with proposals due by May 19, 2025. Interested parties can contact Merry Curry at merry.curry.1@us.af.mil or Jacqueline West at jacqueline.west@us.af.mil for further information.
B-2 Landing Gear Valve, Regulation, FL
Buyer not available
The Department of Defense, specifically the Department of the Air Force, is soliciting proposals for the procurement of elastomer pads used in the B-2 landing gear valve regulation, with the solicitation number FA8203-25-Q-0003. This opportunity is set aside for small businesses and requires compliance with stringent technical and pricing criteria, including a Lowest Price Technically Acceptable (LPTA) evaluation approach. The elastomer pads are critical components for ensuring the operational integrity of military aircraft, emphasizing the importance of quality and adherence to military standards in their production. Interested contractors must submit their proposals by April 28, 2025, and can direct inquiries to Justin Mckinley at Justin.mckinley.2@us.af.mil or Nathan Hirschi at nathan.hirschi@us.af.mil for further information.
Aircraft Stands
Buyer not available
The Department of Defense, specifically the Department of the Air Force, is soliciting proposals from qualified small businesses for the procurement of five aircraft stands to support the 565th Aircraft Maintenance Squadron at Tinker Air Force Base in Oklahoma. The contract requires the selected contractor to handle the construction, inspection, delivery, assembly, and installation of the stands, adhering to specific technical criteria and safety regulations outlined in the Statement of Work. This procurement is crucial for maintaining operational effectiveness and safety in military aircraft maintenance operations. Interested vendors must submit their quotes by the specified closing date and ensure they have an active DD Form 2345 for access to technical specifications; inquiries should be directed to Linsey Laird or Jason Shirazi via their provided email addresses.
BEAM, HANGER, ENGINE / NSN 1560-00-716-5851 / B-52 AIRCRAFT
Buyer not available
The Department of Defense, through the Defense Logistics Agency (DLA Aviation), is seeking proposals for an Indefinite Quantity Contract (IQC) for the BEAM, HANGER, ENGINE, with National Stock Number (NSN) 1560-00-716-5851, specifically for the B-52 aircraft. This procurement is set aside for Women-Owned Small Businesses (WOSB) and aims to establish a contract with an estimated annual quantity of 180 units over a five-year base period, with production units to be delivered FOB Destination and inspected at the origin. The item is critical for operations but is not classified as a Critical Safety Item, and interested contractors must submit a Source Approval Request (SAR) if they are not already an approved source. Proposals are due within 45 days of the notice publication, with the solicitation expected to be issued on April 28, 2025. For further inquiries, interested parties can contact Chris Rose at CHRISTOPHER.ROSE@DLA.MIL or Jeremy Prince at Jeremy.Prince@dla.mil.
B-1B Surface Sensor Gearboxes
Buyer not available
The Department of Defense, specifically the Air Force Sustainment Center, is seeking proposals from small businesses for the remanufacturing of B-1B Surface Sensor Gearboxes. This procurement involves comprehensive remanufacturing processes, including disassembly, cleaning, inspection, maintenance, reassembly, testing, and finishing to restore the gearboxes to like-new condition. The contract will be structured as a firm fixed-price Indefinite Delivery Indefinite Quantity (IDIQ) over a five-year period, with delivery requirements of 15 units every 60 days for two distinct gearbox models. Interested vendors must submit a Source Approval Request (SAR) package and can expect the solicitation to be issued around May 14, 2025. For further inquiries, vendors can contact Merry Curry at merry.curry.1@us.af.mil or Jacqueline West at jacqueline.west@us.af.mil.
FY25 Composite Course Panels
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 Composite Training Panels under Solicitation Number FA302025Q0037. The requirement includes the delivery of 100 units of composite panels, each measuring 18" x 18" x 1", to NAS Pensacola, FL, which are essential for the Supplemental Advanced Composite Repair course. These panels must adhere to stringent manufacturing specifications, including a composite structure with specific materials and construction methods to ensure high quality and compliance with Boeing standards. Proposals must be submitted via email by 1:00 PM CST on May 1, 2025, with all inquiries directed to the primary contact, Mrs. Michael Bolanos, at michael.bolanosvega.hn@us.af.mil or the secondary contact, Marylee Caraballo, at marylee.caraballo@us.af.mil, by April 25, 2025.