Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF APRIL 13, 2003 FBO #0499
SOLICITATION NOTICE

93 -- Refurbish/Build KC-135 MODEL AIRCRAFT

Notice Date
4/11/2003
 
Notice Type
Solicitation Notice
 
Contracting Office
Department of the Air Force, Air Mobility Command, 6th Contracting Squadron, 2606 Brown Pelican Ave., MacDill AFB, FL, 33621-5000
 
ZIP Code
33621-5000
 
Solicitation Number
MC0069
 
Response Due
4/25/2003
 
Archive Date
5/10/2003
 
Point of Contact
Michael Calloway, Contract Specialist, Phone 813-828-3092, Fax 813-828-3667, - Thomas Moss, Jr., Contracting Specialist, Phone 813-828-2936, Fax 813-828-3667,
 
E-Mail Address
michael.calloway@macdill.af.mil, thomas.moss@macdill.af.mil
 
Description
This is a combined synopsis/solicitation for commercial services 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. The solicitation incorporates provisions and clauses as those in effect through Federal Acquisition Circular 01-05. DESCRIPTION: Manufacture/Refurbish KC-135 Model Aircraft. 1. Description of Services. Contractor shall furnish all materials, transportation/shipping to restore one 12ft KC-135 Model Aircraft to new condition, Re-engine one 8ft KC-135 aircraft and install mounting base, and design and build one interior display 8ft scale KC-135. Model #1: This model is an existing 12’ wingspan, exterior scale model aircraft of a KC135r. This model was built by a contractor several years ago for display at the Main Gate of MacDill AFB. Contractor shall repair existing viewed damage to Model #1 aircraft to a “New” condition. Repairs shall include, but not limited to repainting with automotive grade paints and application of new automotive grade graphics, pick-up and delivery. Contractor shall arrange with the designated representative of the USAF, the necessary model detailing and markings for the model. Model #2: This model is an existing 8’wingspan, wind tunnel testing model of a full size KC135r. Contractor shall design and build an appropriate mounting base being attached to bottom of existing 2 mounting bolts protruding thru the bottom of existing model fuselage. Contractor shall coordinate with USAF and provide the dimensions required for USAF to design and built a support pedestal for the final exterior mounting location. Contractor shall endeavor to ensure that model is water tight, and as structurally sound as possible within the parameters specified above. Only modification to this existing model is to replace existing engines with appropriate engines as directed by USAF. No horizontal radio antenna is to be mounted on the existing rudder assembly. Existing model lighting in wingtips and other areas of model are to be removed and/or disabled, and locations of existing lighting to be filled and painted. Entire aircraft shall be repainted and detailed as per USAF requirements using automotive grade paints and graphics. Contractor shall deliver finish model. Model #3: Contractor shall design and build an interior display scale model measuring 8’ in wingspan for the purposes of interior display of a KC135r aircraft. Model shall be constructed, and to be mounted by USAF from a structurally sound ceiling support structure. Model shall be suspended primarily from two (2) removable attachment points on top of the model fuselage, with additional removable Non-Supportive points approximately mid-wing on each wing. The two Non-supportive attachment points located in the wings are to provide model with anti-tilt capabilities due to possible air conditioning vents that may be present in the immediate area of the model at the ceiling level. Model shall be constructed of lightweight composite materials appropriate for interior model aircraft display usage. USAF to coordinate with Contractor desired detailing and unit designations for graphics. Model shall not be internally lighted with running lights. USAF shall provide Contractor with drawings, materials, digital images or photos as may be required by Contractor for the design and construction of said model. Contractor shall deliver model. In addition, a 3 year warranty is also desired. DEADLINE: Offers are due on 25 April 2003 by 3:00PM EST., via email or fax. Please direct any questions concerning requirement to SSgt Michael Calloway by email: Michael.calloway@macdill.af.mil PROVISIONS/CLAUSES: The following FAR and DFARS provisions and clauses apply: 52.212-1, Instruction to Offerors-Commercial. In accordance with 52.212-2, Evaluation-Commercial Items, offers will be evaluated based on price, technical acceptability, delivery schedule, adherence to applicable clauses and provisions, as well as past performance records. 52.208-4, 52.208-5, 52.208-6, 52.208-7, 52.228-8, 52.212-4, 52.212-5, 52.222-21, 52.222-26, 52.222-35, 52.222-36, 52.222-37, 52.222-19, 52.225-13, 52.232-33, 252.212-7001, 252.225-7001, 252.247-7024, 52.222-41, 52.222-42, 52.222-47. Offerors are also to submit with their offers, a completed copy of FAR 52.212-3, Offeror Representations and Certifications-Commercial Items. For the exact text and wording of clauses and provisions please see http://farsite.hill.af.mil.
 
Web Link
Link to FedBizOpps document.
(http://www.eps.gov/spg/USAF/AMC/6CS/MC0069/listing.html)
 
Place of Performance
Address: MacDill AFB, Fl
Zip Code: 33621
 
Record
SN00302366-F 20030413/030411222359 (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.