Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF MARCH 30, 2002 FBO #0118
SOLICITATION NOTICE

J -- Cleaning and Refurbishment of F/A-18 Aircraft Canopies

Notice Date
3/28/2002
 
Notice Type
Solicitation Notice
 
Contracting Office
Department of the Navy, United States Marine Corps, Marine Corps Air Bases East - RCO, PSC Box 8018, Cherry Point, NC, 28533-0018
 
ZIP Code
28533-0018
 
Solicitation Number
M00146-02-Q-9020
 
Response Due
4/19/2002
 
Archive Date
5/4/2002
 
Point of Contact
Sherry Kelly, Contract Specialist, Phone 252-466-7765, Fax 252-466-3571, - Anna O'Brien, Procurement Technician, Phone 252-466-2845, Fax 252-466-3571,
 
E-Mail Address
kellysl@cherrypoint.usmc.mil, obrienar@cherrypoint.usmc.mil
 
Description
Marine Aviation Logistics Squadron 31 (MALS 31), MCAS, Beaufort, SC has a requirement for cleaning and refurbishment of F/A-18 aircraft canopies. Work shall be performed in accordance with Statement of Work (See vi). (i) This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in Subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; proposals are being requested and a written solicitation will not be issued. (ii) The solicitation number is M00146-02-Q-9020 and is being issued as a Request for Quote (RFQ). (iii) The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2001-02(b) and Defense Acquisition Circular 98-29. (iv) NAICS Code is 488190 with corresponding dollar value of $6 million. (v) It is the intent of the government to establish a requirements type contract for a base period of one year with provisions for four twelve-month option periods for the following services: Lot I ? Base Year?Clin 0001?Cleaning/refurbishment of F/A-18 aircraft canopies IAW the SOW. Sub-clin 0001AA -Two-seat Canopies, Est. Qty: 36 each; Sub-clin 0001AB?Single-seat canopies, Est. Qty: 75 each. Lot II?First Option?Clin 0002? Cleaning/refurbishment of F/A-18 aircraft canopies IAW the SOW. Sub-clin 0002AA- Two-seat Canopies, Est. Qty: 36 each; Sub-clin 0002AB?Single-seat canopies, Est. Qty: 75 each. Lot III? Second Option?Clin 000 ?Cleaning/refurbishment of F/A-18 aircraft canopies IAW the SOW. Sub-clin 0003AA-Two-seat Canopies, Est. Qty:36 each; Sub-clin 0003AB?Single-seat canopies, Est. Qty: 75 each. Lot IV?Third Option?Clin 0004?Cleaning/refurbishment of F/A-18 aircraft canopies IAW the SOW. Sub-clin 0004AA-Two-seat Canopies, Est. Qty: 36 each; Sub-clin 0004AB?Single-seat canopies, Est. Qty: 75 each. Lot V?Fourth Option?Clin 0005?Cleaning/refurbishment of F/A-18 aircraft canopies IAW the SOW. Sub-clin 0005AA-Two-seat Canopies, Est. Qty: 36 each; Sub-clin 0005AB?Single-seat canopies, Est. Qty: 75 each. (vi) STATEMENT OF WORK: 1.0 Background. There is a critical shortage of replacement F/A-18 canopies and windscreens. Periodically aircraft canopies become discolored/hazy causing the vision of the pilot to be impaired. These canopies have to be refurbished. 2.0 Objective. This statement of work outlines the requirements for the Cleaning/Refurbishment of F/A-18 Aviation Canopies in support of Marine Aircraft Logistics Squadron 31 (MALS 31) efforts to preserve on-hand assets. 3.0 Tasks. The contractor shall perform the specified tasks at MALS-31, MCAS Beaufort, SC. The contractor shall provide all necessary equipment, tools, and materials and shall polish and refurbish F/A-18 canopies and windscreens to improve optical clarity in accordance with Local Engineering Specification (LES) NI 31031-89 (Ref. (c)). The contractor shall utilize only approved methods and materials in the performance of this process as set forth in references a thru c. 3.1 The contractor shall: (1) Clean and refurbish single and two-seat aircraft canopies and windscreens. The process shall preserve the optical integrity of the transparency without any distortion. The contractor shall perform work on installed or uninstalled transparencies. (2) Return the transparency to a designated Quality Assurance Representative (QAR) polished, cleaned, and clear of all surface scratches or hazing with a definite improvement in optical clarity. Workmanship shall be such that all work performed meets all standards of serviceability. (3) Provide, at a minimum, one person to serve as Refurbishment Team Supervisor who shall conduct liaison between the government and the contractor. In addition, this individual shall coordinate the maintenance effort of the team and the induction of aircraft and/or transparencies into the refurbishment process via Visual Information Data Sheet Maintenance Action Form (VIDS MAF) work request, for logbook entries. (4) Ensure that all contractor personnel possess all required physicals and any other qualifications needed in the execution of transparency refurbishment. (5) Complete refurbishment within a three-hour time frame upon aircraft or transparency delivery. (6) Ensure contractor personnel are trained and strictly abide by all the policies and procedures addressed by the references. Maintain total control of equipment and materials utilizing accountability checklists. (7) Coordinate with MALS-31 for the training of contractor personnel for use of ground support equipment and facilities. (8) Track and maintain records by squadron, aircraft bureau number, and canopy or windscreen serial number of all inspections conducted and maintenance performed. (9) Maintain and provide all tools, consumables, and personal protective equipment needed for the performance of work. (10) Utilize only U.S. Navy approved materials and equipment in the performance of work. (11) Coordinate with MALS-31 security manager for verification of security clearances for contractor personnel working with classified materials, publications, or equipment. 3.2 Develop Status Updates and Reports. The contractor shall prepare correspondence and historical data to include Maintenance Records so that the squadron maintenance personnel can account for the refurbishment of the windscreens and transparencies. The contractor shall provide repair data and location of repair so as not to exceed the limitations set forth in the references. The contractor will provide historical data upon request of the government in the form of computer files and paper copies of all work performed. 4.0 Target Deliverables. The successful completion of canopy or windscreen refurbishment will be verified and accepted by a MALS-31 designated Quality Assurance Representative (QAR). The QAR will ensure that the work performed by the contractor meets the criteria set forth by the references and the statement of work. A Quality Assurance worksheet or checklist will be utilized by the QAR, with the contractor correcting any discrepancies noted before acceptance of the aircraft or transparency. The contractor shall not exceed the limitations set forth in the references while performing refurbishment of windscreens or canopies. In the performance of transparency refurbishment the contractor shall conduct an optical inspection of the windscreen and canopy. Imperfections include but are not limited to oxidation, crazing, paint overspray, gun gas scorching, pitting, scratching and swirling. The contractor shall determine acrylic thickness next to areas with imperfections using a Universal Optical Micrometer as outlined in reference b. If local thickness is less than 0.0550 inch, the transparency must be replaced at the organizational level. 5.0 Government Furnished Equipment and Information. The Government will: (1) Provide a facility or hangar equipped to conduct canopy or windscreen refurbishment. (2) Prepare aircraft or transparencies prior to induction in accordance with the references. (3) Provide personnel to conduct all acceptance inspections and services. (4) Coordinate induction of aircraft or transparencies by squadrons to the contractor. (5) Provide and maintain all applicable publications and ground support equipment required to conduct maintenance on aircraft transparencies. (6) Train contractor personnel for the use of applicable ground support equipment and facilities. (7) Track and maintain records by squadron, aircraft bureau number, and canopy or windscreen serial number of all inspections conducted and maintenance performed. (8) Provide access to office or administration materials as needed by the contractor. 8.0Security Requirements. The government will provide assistance to the contractor in obtaining base and workplace access during the period of support. All access documentation will be returned to the government at the completion of the support services. Compliance with all USMC communications regulations pertaining to access to e-mail and Internet activities is mandatory. Failure to comply is grounds for immediate dismissal. A U.S. secret security clearance will not be required. 9.0 References. a. A1-F18AC-SRM-220; b. A1-F18AE-SRM-650; c. F/18 Local Engineering Specification 31031-89. Fax request for copies of references to (252)466-3571, Attn: Anna O?brien. (vii)Performance: The cleaning and refurbishment process shall be performed at the Marine Aviation Logistics Squadron 31 (MALS 31), MCAS, Beaufort, NC. Performance shall begin upon effective date of contract and continue for a period of one year with provisions for four (4) twelve-month option periods. (viii) The following clauses and provisions apply to this solicitation: FAR 52.212-1, Instructions to Offerors-Commercial Items; FAR 52.212-3, Offeror Representations and Certifications?Commercial Items; FAR 52.212-4, Contract Terms and Conditions; FAR 52.212-5, Contract Terms and conditions Required to Implement Statutes or Executive Orders-Commercial Items with the following FAR clauses in paragraph (b) and (c) which shall apply to the resultant contract: 52.203-6, 52.219-4, 52.219-8, 52.219-9, 52.222-21, 52.222-26, 52.222-35, 52.222-36, 52.222-37, 52.222-19, 52.225-13, 52.232-33, 52.222-41 (US Dept of Labor Wage Determination No. 1994-2473, Rev 24, dtd 03/3/2002, Aircraft Worker, $13.30), 52.222-42 (Aircraft Servicer-WG07, $15.81) and 52.222-43; FAR 52.216-19, Delivery Order Limitations; FAR 52.216-21, Requirements; FAR 52.217-5, Evaluation of Options; FAR 52.217-8, Option to Extend Services; FAR 52.217-9, Option to Extend the Term of the Contract with the following in paragraph (c) sixty (60) months; FAR 52.228-5, Insurance-Work on a Government Installation; DFARS 252.212-7000, Offeror Representations and Certifications?Commercial Items; DFAR 252.212-7001, Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items; (ix) INSTRUCTIONS TO OFFERORS: (1) Offerors should fax a request for copies of the references identified in the Statement of Work to (252)466-3571, Attn: Anna O?brien; (2) Offerors are to include completed copies of FAR Clause 52.212-3 and DFARS Clause 252-212-700 with their proposal; (3) Offerors must acquaint themselves with the regulations concerning Commercial Item acquisition contained at FAR Subpart 12 and must ensure that all Representations and Certifications are completed and returned as called for in this solicitation. Offerors not in possession of the above referenced clauses in full text may obtain them at http://farsite.hill.af.mil/. (x)EVALUATION AND AWARD (1) The Government intends to award a firm-fixed price contract as a result of this solicitation to the low, technically acceptable, responsive, responsible offeror whose offer, conforming to the solicitation, will be most advantageous to the Government. The Government may (1) reject any or all offers if such action is in the public interest, (2) accept other than the lowest offer, and (3) waive informalities and minor irregularities in offers received. The government may award a contract on the basis of initial offers received without discussion. Therefore, each initial offer should contain the offeror?s best terms from a cost or price and technical standpoint. (2) Due to the interrelationship of the services to be provided, the government reserves the right to make a single award for all line items. (3) In accordance with FAR 15.304, past performance will be evaluated. Offeror must provide the following information for five (5) of your most recently completed contracts for like or similar services that we may contact to obtain information regarding your past performance: (a)Government Agency or Company Name, (b) POC Name, (c) POC phone and fax numbers, and (d) POC e-mail address. (xi) Offeror must provide company name, complete mailing and remittance addresses, Cage code, Dunn and Bradstreet Number, Taxpayer ID number, and payment terms. Effective 01 March 1998, all contractors must be registered in the Central Contractor Registration (CCR) database as a condition of contract ward. Contractors may register at http://www.acq.osd.mil or by calling 800-334-3414. (xii) Responses to this solicitation are due by 4:30 p.m. on 19 April 2002 and may be submitted to the Contracting Department via one of the following methods: (1) U.S. Postal Service at: Supply Directorate, Attn: Sherry Kelly, Supply MCAS, PSC BOX 8018, Cherry Point, NC 28533-0018, (2) FedEx, UPS, etc. delivery to: Supply Directorate, Contracting Department, Attn: Sherry Kelly, Cunningham Street, Bldg. 159, Door T1, MCAS, Cherry Point, NC 28533, or (3) facsimile at: (252) 466-3571. No oral offers will be accepted. Reference solicitation number M00146-02-Q-9020 on proposal.
 
Place of Performance
Address: Marine Aviation Logistics Squadron 31 (MALS 31), MCAS, Beaufort, SC
Zip Code: 29904
Country: United States
 
Record
SN00049919-W 20020330/020328213452 (fbodaily.com)
 
Source
FedBizOpps.gov Link to This Notice
(may not be valid after Archive Date)

FSG Index  |  This Issue's Index  |  Today's FBO Daily Index Page |
ECGrid: EDI VAN Interconnect ECGridOS: EDI Web Services Interconnect API Government Data Publications CBDDisk Subscribers
 Privacy Policy  © 1994-2020, Loren Data Corp.