Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF AUGUST 10, 2003 FBO #0619
SOLICITATION NOTICE

J -- Equipment Painting/Corrosion Control

Notice Date
8/8/2003
 
Notice Type
Solicitation Notice
 
Contracting Office
193 Special Operations Wing, Contracting Office Alley, 79 Mustang Alley, Middletown, PA 17057
 
ZIP Code
17057
 
Solicitation Number
DAHA36-03-R-0002
 
Response Due
9/5/2003
 
Archive Date
11/4/2003
 
Point of Contact
Austin Sachs, 717-948-2360
 
E-Mail Address
193 Special Operations Wing
(kimball.sachs@paharr.ang.af.mil)
 
Small Business Set-Aside
Total Small Business
 
Description
NA 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 b eing requested and a written solicitation will not be issued. Pennsylvania Air National Guard, 193rd Special Operations Wing desires to have paint work/corrosion control done on sixty-three pieces of equipment including an 8.5-ton crane, engine shop equip ment, and mobility equipment. This solicitation is 100% set aside for small business concerns. This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2001-08. The North American Indust ry Classification System (NAICS) code is 238320 and the small business size standard is $12,000,000 annual gross income. All firms or individuals responding must be registered with the Central Contractor Registration (CCR) www.ccr.gov. All prospective of ferors interested in submitting a quote must have a commercial and government entity code (CAGE code). All responsive small business offerors will be considered by the agency. The paint and primer will be supplied to your firm. Primer supplied will be P MIL-P-85582 epoxy. Paint supplied will be Hi-Solids-Semi-Gloss Green-24052. Equipment transportation to and from painting facility will be your firm's responsibility. We are requiring a one-year warranty for all paintwork. Also, we are requiring qualit y assurance inspections prior to each delivery of painted equipment to be performed by our own personnel. The equipment paint work can be done in bulk, for example, you can pickup as many pieces at a time that your firm can handle with the exception of a few pieces that are marked by an asterisk on the list below, which are unique pieces of equipment where only one can be out for painting at a time. In addition, required turn-around time for each piece/pickup of equipment is 10 calendar days. Total perfo rmance period is 120 calendar days once work begins. Miscellaneous information: feather & blend during prep stage, remove rust corrosion & treat metal surfaces where needed, avoid hitting hydraulics & cylinders when performing sandblasting or scuff/sandi ng. Equipment to be painted (complete list): * = Mission essential equipment where only one piece can be out for painting at a time. SB= SANDBLAST SS= SCUFF & SAND 8.5 Ton Crane SS B-1 Maintenance Stand SB B-1 Maintenance Stand SB Pod Cradles SB *Scimitar Stand SB *Scimitar Stand SB *Blower Nozzle Stand SB *Blower Nozzle Stand SB *VTWA Reel Removal Stanchion SB *VTWA Reel Removal Stanchion SB *Drougue Handling Cart SB *Drougue Handling Cart SB Trailer, Aircraft, Engine SB Trailer, Aircraft, Engine SB Trailer, Aircraft, Engine SB Trailer, Aircraft, Engine SB Trailer, Aircraft, Engine SB Trailer, Aircraft Propeller SB Trailer, Aircraft Propeller SB Trailer, Aircraft Propeller SB Trailer, Aircraft Propeller SB Sling, Propeller SB Sling, Propeller SB Sling, Aircraft Engine SB Sling, Aircraft Engine SB Engine Stand, Portable SB Engine Stand, Portable SB Engine Stand, Portable SB A/M32A-86D Generator Set SS A/M32A-86D Generator Set SS A/M32A-86D Generator Set SS A/M32A-103 Generator Set SS A/M32A-103 Generator Set SS MA-3D Air Conditioner SS MA-3D Air Conditioner SS H-1 Heater SS H-1 Heater SS MC-2A Lowpack SS MC-2A Lowpack SS FL-1D Floodlight Set SS FL-1D Floodlight Set SS FL-1D Floodlight Set SS FL-1D Floodlight Set SS *MHU-83C/E Bomblift SS *MHU-83C/E Bomblift SS B-1 Maintenance Stand SB B-1 Maintenance Stand SB B-1 Maintenance Stand SB B-1 Maintenance Stand SB B-5 Maintenance Stand SB B-5 Maintenance Stand SB B-5 Maintenance Stand SB Axle Jack SS Axle Jack SS Axle Jack SS Towbar SS Towbar SS *TWA Blower SS *TWA Blower SS LOX Cart SS LOX Cart SS 2 Bottle Nitrogen Cart SS 2 Bottle Nitrogen Cart SS The provision at FAR 52.212-1, Instructions to Offerors-Commercial, applies to this acquisition. The provision at FAR 52.212-2, Evaluation-Commercial Items, applies to this acquisition . Award will be based on lowest price best value, responsible offer. The provision at FAR 52.212-3, Offeror Representations and Certifications-Commercial Items, applies to this acquisition and the offeror must include a completed copy of this provision with their proposal. The clause at FAR 52.212-4, Contract Terms and Co nditions-Commercial Items, applies to this acquisition. The clause at FAR 52.212-5, Contract Terms and Conditions Required To Implement Statutes Or Executive Orders-Commercial Items, applies to this acquisition. The clause at DFARS 252.212-7001, Contract Terms and Conditions Required To Implement Statutes Or Executive Orders Applicable To Defense Acquisition Of Commercial Items, applies to this acquisition. Some of this equipment is unique to the military, therefore a mandatory site visit providing an op portunity to inspect the equipment and to assist with your quote will be conducted 8 September 2003, Building 79, Room 107, 10:00AM. Afterward, all final quotes will need to arrive in the 193rd Contracting Office NLT 12:00 PM EST, Tuesday, 16 September 20 03. The magnitude of this requirement is expected to be greater than $25,000, but not to exceed $100,000. Interested parties should contact SSgt K. Austin Sachs (717)948-2360, or TSgt Tammy Little (717)948-2361, or SRA Nadeem Shah (717)948-3105 no later than 5 September 2003 to arrange for base access on the 8 September 2003 site visit.
 
Web Link
Link to FedBizOpps document.
(http://www.eps.gov/spg/USA/NGB/DAHA36-1/DAHA36-03-R-0002/listing.html)
 
Place of Performance
Address: 193 Special Operations Wing Contracting Office Alley, 79 Mustang Alley Middletown PA
Zip Code: 17057
Country: US
 
Record
SN00396747-F 20030810/030808223338 (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  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.