C-5 Gear Box Black Oxide Plating BPA
Looking for contract opportunity help?
APEX Accelerators are an official government contracting resource for small businesses. Find your local APEX Accelerator (opens in new window) for free government expertise related to contract opportunities.
APEX Accelerators are funded in part through a cooperative agreement with the Department of Defense.
The APEX Accelerators program was formerly known as the Procurement Technical Assistance Program (opens in new window) (PTAP).
General Information
- Contract Opportunity Type: Combined Synopsis/Solicitation (Updated)
- Updated Published Date: May 16, 2023 10:01 am MDT
- Original Published Date: Apr 18, 2023 12:27 pm MDT
- Updated Date Offers Due: May 24, 2023 03:00 pm MDT
- Original Date Offers Due: May 17, 2023 03:00 pm MDT
- Inactive Policy: 15 days after date offers due
- Updated Inactive Date: Jun 08, 2023
- Original Inactive Date: Jun 01, 2023
- Initiative:
- None
Classification
- Original Set Aside:
- Product Service Code: J016 - MAINT/REPAIR/REBUILD OF EQUIPMENT- AIRCRAFT COMPONENTS AND ACCESSORIES
- NAICS Code:
- 332813 - Electroplating, Plating, Polishing, Anodizing, and Coloring
- Place of Performance:
Description
Combined Synopsis/Solicitation
» Blanket Purchase Agreement (BPA) for C-5 Gear Box Black Oxide «
(i) This is a combined synopsis/solicitation for the acquisition of commercial items prepared in accordance with the format in FAR Subpart 12.6, as supplemented with additional information included in this announcement. This announcement constitutes the only solicitation; a written solicitation will not be issued.
(ii) Solicitation Number: FA8227-23-Q-OXDE
This solicitation is issued as a Request For Quotation (RFQ).
(iii) This solicitation document and incorporated provisions and clauses are in effect through Federal Acquisition Circular 2023-02.
(iv)
Contracting Officer's Business Size Selection Small Business Set Aside
NAICS Code 332813
Small Business Size Standard 500 employees
(v) Description of item(s) to be acquired:
309 Commodities Maintenance Group (CMXG) has a requirement for a Blanket Purchase Agreement (BPA) to support C-5 Gear Box Black Oxide plating. ). The contractor shall perform processes to achieve final A Condition items that meet Government production drawing specifications for size, tolerance, alignment, plating thickness and other final specifications. The contractor shall provide all labor, supplies, tooling, and equipment required to plate the C-5 Gear Box components. The services shall be performed at the contractor’s facility in support of the 309 CMXG located at Hill AFB, Utah. The government shall ship components to the contractor facility. The contractor shall provide secure storage, provide services, and return the components to Hill AFB within 45 business days after receipt of components.
(vi) Delivery and place:
• FOB Destination delivery terms shall apply to all orders.
• est. 13 July 2023 – 12 July 2028
(vii) The provision at 52.212-1, Instructions to Offerors -- Commercial, applies to this acquisition. Offers are due by 1500 MT, 17 May 2023, via electronic mail to david.padgett@us.af.mil
a. Provide Cage code when submitting offer
b. Must be registered in SAM
c. All offerors must submit a completed copy of the attached “Price List - C-5 Black Oxide BPA.” The copy must be submitted in an editable MS Excel format.
d. Contractor must be able to service all the parts identified on the price list
e. Provide background/history of black oxide plating or similar experience.
f. If drawings and the Illustrated Parts Breakdown (16G1-138-3) is requested, each vendor must provide a certified DD Form 2345. Instructions on how to obtain a certified DD Form 2345 will be attached to this solicitation. Once certified, the drawing and IPB will be sent via DoD Safe (due to the size of the files).
(viii) 52.212-2, Evaluation -- Commercial Items
(a) The Government will award a blanket purchase agreement resulting from this solicitation to the responsible offeror(s) whose offer conforming to the solicitation will be most advantageous to the Government, price and other factors considered. The following factors shall be used to evaluate offers:
(i) price;
(ii) technically acceptablity based on background/history of black oxide plating or similar experience
(b) Evaluation is on Best Value. This BPA may be awarded to more than one contractor.
The BPA(s) will be awarded to the company(ies) with lowest price offers, which also fully meets all specifications. Only the three lowest priced offers will be evaluated for technical acceptability (to be based on the responses provided to the technical evaluation criteria). The next lowest offer will only be evaluated if one of the aforementioned offers is not found technically acceptable (and so on). BPAs will be conducted under the provisions of FAR Part 12, Commercial Items, and FAR 13, Simplified Acquisition Procedures. Submit only written offers; oral offers will not be accepted. All firms or individuals responding must be registered with the System for Award Management (SAM).
(c) A written notice of award or acceptance of an offer, mailed or otherwise furnished to the successful offeror within the time for acceptance specified in the offer, shall result in a binding agreement without further action by either party. Before the offer’s specified expiration time, the Government may accept an offer (or part of an offer), whether or not there are negotiations after its receipt, unless a written notice of withdrawal is received before award.
(ix) The clause at 52.212-4, Contract Terms and Conditions -- Commercial Items applies to this acquisition and a statement regarding any addenda to the clause.
(x) FAR 52.212-5 CONTRACT TERMS AND CONDITIONS REQUIRED TO IMPLEMENT STATUTES OR EXECUTIVE ORDERS--COMMERCIAL ITEMS (DEVIATION 2013-O0019)
OTHER FAR CLAUSES AND PROVISIONS
52.204-7 System for Award Management
52.204-13 System for Award Management Maintenance
52.204-16 Commercial and Government Entity Code Reporting
52.204-18 Commercial and Government Entity Code Maintenance
52.204-19 Incorporation by Reference of Representations and Certifications
52.204-22 Alternative Line Item Proposal
52.204-24 Representation Regarding Certain Telecommunications and Video Surveillance Services or Equipment.
52.204-25 Prohibition on Contracting for Certain Telecommunications and Video Surveillance Services or Equipment
52.209-10 Prohibition on Contracting with Inverted Domestic Corporations
52.222-3 Convict Labor
52.222-19 Child Labor—Cooperation with Authorities and Remedies
52.222-35 Equal Opportunity for Veterans
52.222-36 Equal Opportunity for Workers with Disabilities
52.222-37 Employment Reports on Veterans
52.222-41 Service Contract Labor Standards
52.222-42 Statement of Equivalent Rates for Federal Hires
52.222-50 Combating Trafficking in Persons
52.222-62 Paid Sick Leave Under Executive Order 13706
52.223-18 Encouraging Contractor Policies to Ban Text Messaging While Driving
52.232-36 Payment by Third Party
52.232-39 Unenforceability of Unauthorized Obligations
52.232-40 Providing Accelerated Payments to Small Business Subcontractors
52.233-1 Disputes
52.233-3 Protest After Award
52.233-4 Applicable Law for Breach of Contract Claim
52.247-34 F.o.b. Destination
52.252-1 Solicitation Provisions Incorporated by Reference
52.252-2 Clauses Incorporated by Reference
52.252-6 Authorized Deviations in Clauses
252.203-7000 Requirements Relating to Compensation of Former DoD Officials
252.203-7002 Requirement to Inform Employees of Whistleblower Rights
252.204-7003 Control of Government Personnel Work Product
252.204-7004 Alternate A, System for Award Management
252.204-7008 Compliance with Safeguarding Covered Defense Information Controls
252.204-7011 Alternative Line Item Structure
252.204-7012 Safeguarding Covered Defense Information and Cyber Incident Reporting
252.204-7015 Notice of Authorized Disclosure of Information for Litigation Support
252.232-7006 Wide Area WorkFlow Payment Instructions.
252.232-7009 Mandatory Payment by Governmentwide Commercial Purchase Card.
252.232-7010 Levies on Contract Payments
252.243-7001 Pricing of Contract Modifications
252.244-7000 Subcontracts for Commercial Item
5352.223-9000 Elimination of Use of Class I Ozone Depleting Substances (ODS)
5352.201-9101 Ombudsman
"(a) An ombudsman has been appointed to hear and facilitate the resolution of concerns from offerors, potential offerors, and others for this acquisition. When requested, the ombudsman will maintain strict confidentiality as to the source of the concern. The existence of the ombudsman does not affect the authority of the program manager, contracting officer, or source selection official. Further, the ombudsman does not participate in the evaluation of proposals, the source selection process, or the adjudication of protests or formal contract disputes. The ombudsman may refer the interested party to another official who can resolve the concern.
(b) Before consulting with an ombudsman, interested parties must first address their concerns, issues, disagreements, and/or recommendations to the contracting officer for resolution. Consulting an ombudsman does not alter or postpone the timelines for any other processes (e.g., agency level bid protests, GAO bid protests, requests for debriefings, employee-employer actions, contests of OMB Circular A-76 competition performance decisions).
(c) If resolution cannot be made by the contracting officer, the interested party may contact the ombudsman, Melinda M. Schmidt; Hill Ombudsman/Competition Advocate; melinda.schmidt@us.af.mil; 801-777-6549; OL_H AFSC/PZC. Concerns, issues, disagreements, and recommendations that cannot be resolved at the Center/MAJCOM/DRU/HQ AFICA/AFISRA/SMC ombudsman level, may be brought by the interested party for further consideration to the Air Force ombudsman, Associate Deputy Assistant Secretary (ADAS) (Contracting), SAF/AQC, 1060 Air Force Pentagon, Washington DC 20330-1060, phone number (571) 256-2395, facsimile number (571) 256-2431.
(d) The ombudsman has no authority to render a decision that binds the agency.
(e) Do not contact the ombudsman to request copies of the solicitation, verify offer due date, or clarify technical requirements. Such inquiries shall be directed to the Contracting Officer."
(end of clause)
(xi) Additional Contract Requirement or Terms and Conditions:
Blanket Purchase Agreement Details:
(1) Description of agreement.
Orders will not exceed a limit of $25,000.00 and will utilize the Government Purchase Card (GPC) as payment. The agreement will be for a period of five years following execution of the agreement, and price lists will be updated annually.
(2) The Government is obligated only to the extent of authorized purchases actually made under the BPA.
(3) Purchase limitation. A dollar limitation of $25,000 for each individual purchase under the BPA shall apply
(4) A memorandum identifying the individuals authorized to purchase under the BPA and the dollar limitation per purchase for each individual shall be furnished to the supplier by the contracting officer.
(5) Delivery tickets. All shipments under the agreement shall be accompanied by delivery tickets or sales slips that shall contain the following minimum information:
(i) Name of supplier.
(ii) BPA number.
(iii) Date of purchase.
(iv) Purchase number.
(v) Itemized list of supplies or services furnished.
(vi) Quantity, unit price, and extension of each item, less applicable discounts (unit prices and extensions need not be shown when incompatible with the use of automated systems, provided that the invoice is itemized to show this information).
(vii) Date of delivery or shipment.
(6) Invoices. A summary invoice shall be submitted at least monthly or upon expiration of this BPA, whichever occurs first, for all deliveries made during a billing period, identifying the delivery tickets covered therein, stating their total dollar value, and supported by receipt copies of the delivery tickets.
(xii) Defense Priorities and Allocations System (DPAS):
N/A
(xiii) Proposal Submission Information:
All questions or comments must be sent to David “Nick” Padgett by email at david.padgett@us.af.mil, NLT 1500 MT, 3 May 2023. Offers are due by 1500 MT, 17 May 2023, via electronic mail to david.padgett@us.af.mil.
Notice to Offerors:
The Government reserves the right to cancel this solicitation, either before or after the closing date. In the event the Government cancels this solicitation, the Government has no obligation to reimburse an offeror for any costs.
This solicitation incorporates one or more clauses and/or provisions by reference, with the same force and effect as if they were given in full text. Upon request, the Contracting Officer will make their full text available. Also, the full text of a clause may be accessed electronically at this/these address(es):
http://farsite.hill.af.mil
Attachments:
• Statement of Work
• Contract Data Requirements List
• Price List
Attachments/Links
Contact Information
Contracting Office Address
- CP 801 777-8958 6038 ASPEN AVE BLDG 1289
- HILL AFB , UT 84056-5805
- USA
Primary Point of Contact
- Nick Padgett
- david.padgett@us.af.mil
- Phone Number 8017772807
Secondary Point of Contact
History
- Jun 08, 2023 09:59 pm MDTCombined Synopsis/Solicitation (Updated)
- Apr 18, 2023 12:27 pm MDTCombined Synopsis/Solicitation (Original)