Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF AUGUST 16, 2002 FBO #0257
SOLICITATION NOTICE

99 -- Refurbish of aircrafts

Notice Date
8/14/2002
 
Notice Type
Solicitation Notice
 
Contracting Office
Department of the Air Force, Direct Reporting Units, 10 ABW/LGC, 8110 Industrial Drive Suite 200, USAF Academy, CO, 80840-2315
 
ZIP Code
80840-2315
 
Solicitation Number
F05611-02-Q-0700
 
Response Due
8/19/2002
 
Point of Contact
Diana South, Contract Specialist, Phone (719) 333-8650, Fax (719) 333-4404, - Diana South, Contract Specialist, Phone (719) 333-8650, Fax (719) 333-4404,
 
E-Mail Address
diana.myles-south@usafa.af.mil, diana.myles-south@usafa.af.mil
 
Small Business Set-Aside
Total Small Business
 
Description
This is a combined synopsis/solicitation for commercial items or services prepared in accordance with the format in FAR Subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; quotes are being requested and a written solicitation will not be issued. This solicitation is issued as a Request for Quotation (RFQ), solicitation number F05611-02-Q-0700, in accordance with FAR Parts 12 & 13. This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2001-08. The North American Industrial Classification System (NAICS) number is 235210 and the business size standard is $11.5M. The proposed acquisition is 100% small business set aside. Women owned and disabled veteran owned small businesses are encouraged to submit quotes. Requirement is for painting static display aircrafts located on the United States Air Force Academy. The requirement includes the following: (1) Complete exterior aircraft restoration (3) Sanding, polishing, corrosion control, and painting aircraft (4) paint aircraft to its original technical order color schemes (5) Replace stencil markings, and decals to the condition agreed upon by both parties prior to commencement of work on each respective static display (6) paint will be a semi-gloss finish. The post painting requirements shall be in accordance with Technical Order 1-1-4, which includes B-52 Aircraft SEA Camouflage Pattern (Attachment 1), F-16 Aircraft Camouflage Pattern (Attachment 2), and F/RF-4 Aircraft Camouflage Pattern (Attachment 3). The paint colors shall meet the shades listed in accordance with the Federal Standard colors, 595B, dated 1989 or most current listing, NSN 7690-01-162-2210. The desired warranty on the paint should be for two-years. Treat all corroded areas and apply protective coating. The performance period is from date of award not to exceed 30 days. Hours of operation are Monday through Friday from 0700 through 1630, unless prior arrangements have been coordinated with the base-contracting officer. The contractor shall be responsible for complying with federal, state, and local EPA guidance for painting, sanding, and disposing. Contractor shall refurbish (repaint, replace decals or stenciling and provide corrosion control on the B-52 aircraft, the F-16 aircraft, and replace stenciling and decals on the F-4 aircraft) in the authentic color scheme and provide all paint, labor, equipment, and material necessary to paint and/or repair. LINE ITEM 0001: UNIT ISSUE: 1 Job $_____________B-52 Aircraft, F-16 Aircraft, and the F-4 Aircraft. Note: The F-4 Aircraft only needs to have the stenciling and decals replaced. Offerors must comply with all instructions contained in FAR 52.212-1, Instructions to Offerors--Commercial Items, applies to this acquisition and no addenda applies. The provisions at 52-212-2, Evaluation--Commercial Items applies to this acquisition. The following factors shall be used to evaluate offers: Award will be made on the basis of low price. The Government intends to evaluate offers and make award without discussions; however, this does not preclude the Government from having discussions if it is in the best interest of the Government to do so. Offers shall include a completed copy of the provision at 52.212-3, Offeror Representations and Certifications--Commercial Items, with its offer (Attachment 5). The clause 52.212-4, Contract Terms and Conditions--Commercial Items, with the following addenda applies to this: 52.237-2 Protection of Government Buildings, Equipment, and Vegetation; and 52.242-15 Stop Work Order. The clause at 52.212-5, Contract Terms and Conditions Required To Implement Statutes or Executive Orders--Commercial Items, to include clauses by reference (b)12, 13, 14, 15, 16, 24 and (c) 1,2,3, Statement of Equivalent Rates for Federal Hires, Employee Class 23740, Aircraft Painter, WG-8, $14.83. THIS STATEMENT IS FOR INFORMATION ONLY: IT IS NOT A WAGE DETERMINATION. Pursuant to the Service Contract Act of 1965, as amended, Wage Determination 1994-2079, Revision 23, dated 05/28/2002 will apply to the solicitation/contract contemplated hereby (Attachment 4). DFARS 252.212-7001, Contract terms and conditions required to implement statutes of Executive Orders applicable to Defense Acquisitions of Commercial Items, applies to this acquisition with the inclusion of the following DFARS: 252.204-7004, Required Central Contractor Registration, 252.225-7000, Buy American Act - Balance of Payments Program Certificate, 252.225-7001, and Buy American Act and Balance of Payments Program. Offers must be received NLT 4:30 pm Mountain Daylight Savings Time, 19 August 2002, at 10th ABW/LGCB, Operational Contracting Office, 8110 Industrial Drive, Suite 200, USAF Academy, CO 80840-2315. Quotes may be faxed to the attention of Diana South at 719-333-9103.
 
Place of Performance
Address: USAF Academy CO
Zip Code: 80840
 
Record
SN00140656-W 20020816/020814213622 (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.