Utah Bids > Bid Detail

Hydraulic Lift and Pipe Pusher Maintenance BPA

Agency: DEPT OF DEFENSE
Level of Government: Federal
Category:
  • J - Maintenance, Repair, and Rebuilding of Equipment
Opps ID: NBD00159876986396038
Posted Date: Jan 25, 2023
Due Date: Feb 15, 2023
Solicitation No: FA8227-23-A-HYDL
Source: https://sam.gov/opp/9a369094ff...
Follow
Hydraulic Lift and Pipe Pusher Maintenance BPA
Active
Contract Opportunity
Notice ID
FA8227-23-A-HYDL
Related Notice
Department/Ind. Agency
DEPT OF DEFENSE
Sub-tier
DEPT OF THE AIR FORCE
Major Command
AFMC
Sub Command
AIR FORCE SUSTAINMENT CENTER
Office
FA8227 AFMC OL H PZIMB
Looking for contract opportunity help?

Procurement Technical Assistance Centers (PTACs) are an official government contracting resource for small businesses. Find your local PTAC (opens in new window) for free government expertise related to contract opportunities.

General Information
  • Contract Opportunity Type: Combined Synopsis/Solicitation (Original)
  • All Dates/Times are: (UTC-07:00) MOUNTAIN STANDARD TIME, DENVER, USA
  • Original Published Date: Jan 25, 2023 04:41 pm MST
  • Original Date Offers Due: Feb 15, 2023 03:00 pm MST
  • Inactive Policy: 15 days after date offers due
  • Original Inactive Date: Mar 02, 2023
  • Initiative:
    • None
Classification
  • Original Set Aside:
  • Product Service Code: J017 - MAINT/REPAIR/REBUILD OF EQUIPMENT- AIRCRAFT LAUNCHING, LANDING, AND GROUND HANDLING EQUIPMENT
  • NAICS Code:
    • 811310 - Commercial and Industrial Machinery and Equipment (except Automotive and Electronic) Repair and Maintenance
  • Place of Performance:
    Hill AFB , UT 84056
    USA
Description

Combined Synopsis/Solicitation

» Blanket Purchase Agreement (BPA) for Hydraulic Lift and Pipe Pusher Maintenance «



(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-HYDL

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 2023-01.



(iv)

Contracting Officer's Business Size Selection Full and Open

NAICS Code 811310

Small Business Size Standard $12,500,000.00



(v) Description of item(s) to be acquired:



The 809th Maintenance Support Squadron (809 MXSS) has a requirement for a 5 year Blanket Purchase Agreement (BPA) for the maintenance of various hydraulic bomb lift and pipe pusher equipment. Service shall include all management, tools, supplies, equipment and labor necessary to perform inspection, teardown, repair, re-assembly and test hydraulic components located at Hill AFB, Utah.



(vi) Period of Performance and place:



• Performance of service will be at Hill AFB, Utah.

• FOB Destination delivery terms shall apply to all orders.

• est. 28 March 2023 – 27 March 2028



(vii) The provision at 52.212-1, Instructions to Offerors -- Commercial, applies to this acquisition. Offers are due by 1500 MT, 15 Feb 2023, via electronic mail to david.padgett@us.af.mil

a. Provide Cage code when submitting offer

b. All offerors must submit a completed copy of the attached “Price List – Hydraulic Lift and Pipe Pusher.” The copy must be submitted in an editable MS Excel format.



(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 Hydraulic Lift Maintenance



(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). Multiple awards are anticipated to be made under this soliciation. 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 2018-O0021)



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

52.219-28 Post-Award Small Business Program Rerepresentation

52.222-3 Convict Labor

52.222-19 Child Labor—Cooperation with Authorities and Remedies

52.222-21 Prohibition of Segregated Facilities

52.222-26 Equal Opportunity

52.222-36 Equal Opportunity for Workers with Disabilities

52.222-35 Equal Opportunity for Veterans.

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

52.223-18 Encouraging Contractor Policies to Ban Text Messaging While Driving

52.225-1 Buy American - Supplies

52.225-13 Restrictions on Certain Foreign Purchases

52.232-39 Unenforceability of Unauthorized Obligations

52.232-36 Payment by Third Party

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

252.232-7009 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, 7 February 2023. Offers are due by 1500 MT, 15 February 2023, via electronic mail to david.padgett@us.af.mil.

(xiv) For additional information regarding the solicitation, contact David “Nick” Padgett at david.padgett@us.af.mil or Hideo Mera at hideo.mera.2@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):



Acquisition.gov



Attachments:

• PWS – Hydraulic Lift and Pipe Pusher

• Price List - Hydraulic Lift and Pipe Pusher

• CDRL A001 - Hydraulic Lift and Pipe Pusher

• CDRL A002 - Hydraulic Lift and Pipe Pusher

• Wage Determination


Attachments/Links
Contact Information
Contracting Office Address
  • CP 801-586-8482 6038 ASPEN AVE BLDG 1289
  • HILL AFB , UT 84056-5805
  • USA
Primary Point of Contact
Secondary Point of Contact


History
  • Jan 25, 2023 04:41 pm MSTCombined Synopsis/Solicitation (Original)

TRY FOR FREE

Not a USAOPPS Member Yet?

Get unlimited access to thousands of active local, state and federal government bids and awards in All 50 States.

Start Free Trial Today >