Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF AUGUST 28, 2003 FBO #0637
SOLICITATION NOTICE

99 -- Aircraft Painting/Restoration

Notice Date
8/26/2003
 
Notice Type
Solicitation Notice
 
Contracting Office
Department of the Air Force, Air Mobility Command, 436th CONS, 639 Atlantic Street, Dover AFB,, DE, 19902-5639
 
ZIP Code
19902-5639
 
Solicitation Number
Reference-Number-F73MUS32330200
 
Response Due
9/12/2003
 
Archive Date
9/27/2003
 
Point of Contact
Clinton Varner, Contract Specialist, Phone 302-677-5232, Fax 302-677-2309, - Mark Benson, Contract Specialist, Phone 302-677-6722, Fax 302-677-5217,
 
E-Mail Address
clint.varner@dover.af.mil, mark.benson@dover.af.mil
 
Small Business Set-Aside
Total Small Business
 
Description
The 436th Contracting Squadron at Dover AFB Delaware intends to award a purchase order under Simplified Acquisition Procedures (SAP) for the purchase of painting/restoring a museum C-141A aircraft, a museum C-141B aircraft, and a museum C-123 aircraft. FUNDS ARE NOT PRESENTLY AVAILABLE FOR THIS PROJECT. ALL, SOME, OR NONE OF PAINTING/RESTORING PLANES MAY BE AWARDED. 52.232-18, Availability of Funds (Apr 1984) Funds are not presently available for this contract. The Government's obligation under this contract is contingent upon the availability of appropriated funds from which payment for contract purposes can be made. No legal liability on the part of the Government for any payment may arise until funds are made available to the Contracting Officer for this contract and until the Contractor receives notice of such availability, to be confirmed in writing by the Contracting Officer. (End of Clause) This a combined synopsis/ solicitation for commercial items prepared in accordance with the format in FAR Subparts 12.6 and 13.5, 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. The solicitation number is F73MUS32330200 and is issued as a Request for Quotation (RFQ). The solicitation document, incorporated provisions, and clauses are those in effect through the Federal Acquisition Circular 2001-15 and Defense Acquisition Circular 20030722. The solicitation is issued as a Total Small Business Set-Aside. The North American Industry Classification System Code (NAICS) is 488190, Maintenance and repair services, aircraft (except factory conversion, factory overhaul, factory rebuilding), the small businesses size standard is $6M. The contractor shall provide the following: 1) The contractor shall provide all necessary material, tools, equipment, supplies, labor, transportation, and lodging to complete the restoration process. 2) Repair cracks and delamination in composite radomes and seal to achieve a smooth surface for painting. Repair other composite panels prior to painting. Repair all sheet metal damage, dents, corrosion, etc. The aircraft shall be mechanically sanded after all repairs have been accomplished. Any bare aluminum shall be primed with corrosion resistant epoxy primer. The entire aircraft shall be sealed with polyurethane sealer and three (3) coats of the primary color. The entire aircraft shall be clear coated with three (3) coats of polyurethane clear. All landing gears, gear wells, and inner gear doors will be degreased, cleaned, and painted the correct colors using base coat / clear coat polyurethane finish. All hydraulic lines, clamps, actuators, hoses, strut cylinders, decals, and placards shall be masked prior to painting. Areas that require anti-glare shall be painted semi-gloss black. Camouflage colors shall be applied using a low-luster paint. All other colors shall be applied in high-gloss finish. All paintwork and workmanship shall carry a minimum 5-year warranty. Please acknowledge all requirements on quotations. Discussions may or may not be held with offerors; therefore, each offeror?s initial proposal should be complete and accurate. FOB point is Dover AFB DE. The required delivery date is NLT 1 March 2004. The following provisions and clauses can be viewed through Internet access at the Air Force FAR Site, http://farsite.hill.af.mil. In Accordance with FAR 52.252-1 (FEB 1998) and FAR 52.252-2 (FEB 1998), the following provisions and clauses are incorporated by reference: FAR 52.212-1, Instructions to Offerors, Commercial Items (Oct 2000); FAR 52.212-2, Evaluation, Commercial Items (JAN 1999). Award will be made to the offeror whose proposal represents the best value to the Government. Past performance will be used to evaluate the contractor?s ability to perform. Along with price, the following factor shall be used to evaluate offers: 1) Offerors must submit company names, addresses, telephone numbers, name of contacts, contract numbers, and any other pertinent information to document past performance required by the Government. This information must include at a minimum three contracts of similar nature placed over the past three years. OFFERORS MUST INCLUDE WITH THEIR QUOTE A COMPLETED COPY OF THE PROVISION AT 52.212-3, OFFEROR REPRESENTATIONS AND CERTIFICATIONS-COMMERCIAL ITEMS (JUN 2002) AND DFARS 252.212-7000 OFFEROR REPRESENTATIONS AND CERTIFICATION, COMMERCIAL ITEMS (NOV 1995) WITH THEIR QUOTE. FAR 52.212-4 Contract Terms and Conditions-Commercial Items (FEB 2002); it is tailored as follows: subparagraph c is changed to read: ?Changes. Changes in the terms and conditions of this contract may be made only by written agreement of the parties with the exception of administrative changes such as changes in paying office, appropriations data, etc. which may be changed unilaterally by the Government.? FAR 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders ? Commercial Items (Alt I)(JUN 2003); FAR 52.222-20, Walsh-Healey Public Contracts Act (Dec 1996); FAR 52.222-35, Affirmative Action for Disabled Veterans and Veterans of the Vietnam Era, and other Eligible Veterans (Dec 2001); FAR 52.232-33, Payment by Electronic Transfer-Central Contractor Registration (May 1999); 52.233-3, Protest after Award (Aug 1996); 52.244-6, Subcontracts for Commercial Items (May 2002); 52.247-34, F.O.B. Destination (Nov 1991). In accordance with DFARS 252.204-7004, REQUIRED CENTRAL CONTRACTOR REGISTRATION (Nov 2001), prior to receiving any contract award, contractors must be registered in the Central Contract Registration (CCR). If not already registered, you should immediately register with CCR by calling 1-888-227-2423 or via the Internet at http://ccr.gov. On-line registration with the CCR is also available at the Small Business Administration Internet address (www.sbaonline.sba.gov). Confirmation of CCR registration must be obtained before award can be made. DFARS 252.225-7001, Buy American Act and Balance of Payment Program (APR 2003); DFARS 252.225-7012, Preference for Certain Domestic Commodities (FEB 2003); DFARS 252.225-7036, Buy American Act -- North American Free Trade Agreement Implementation Act ? Balance of Payment Program (APR 2003); DFARS 252.227-7015, Technical Data -- Commercial Items (NOV 1995); DFARS 252.227-7037, Validation of Restrictive Markings in Technical Data (SEP 1999); DFARS 252.243-7002, Requests for Equitable Adjustment (MAR 1998). A SITE VISIT IS SCHEDULED FOR FRIDAY, 5 SEPTEMBER AT 1:00PM LOCAL TIME. THE SITE VISIT LOCATION IS THE AIR MOBILITY COMMAND MUSEUM ON DOVER AIR FORCE BASE, DELAWARE. Attending the Site visit is highly recommended. If you plan on attending the site visit, contact Lt Clinton Varner by 4:00 PM local time on Wednesday, 3 September 03. Quotes should reference RFQ No. F73MUS32330200. Quotes must be sent in writing/fax to the Purchasing Agent no later than 12 September at 4:30 P.M. (EDT). The address is ATTN: Lt Clinton Varner, 436 CONS/LGCB, 639 Atlantic Street, Dover AFB, DE 19902-5639. For more information contact the administrator Lt Clinton Varner at phone number (302) 677-5232 or fax at (302) 677-2309. You may also email at clint.varner@dover.af.mil.
 
Place of Performance
Address: DOVER AFB DE
Zip Code: 19902
Country: USA
 
Record
SN00412735-W 20030828/030827074624 (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.