Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF AUGUST 31, 2003 FBO #0640
MODIFICATION

99 -- Painting of Oxygen Tanks

Notice Date
8/29/2003
 
Notice Type
Modification
 
Contracting Office
Department of the Air Force, Air Combat Command, 347 CONS, 4380B Alabama Rd, Moody AFB, GA, 31699-1794
 
ZIP Code
31699-1794
 
Solicitation Number
F09607-03-Q-0052
 
Response Due
9/5/2003
 
Archive Date
9/20/2003
 
Point of Contact
Kelli Justice, Contracting Apprentice, Phone 229-257-3629, Fax 229-257-4032,
 
E-Mail Address
kelli.justice@moody.af.mil
 
Small Business Set-Aside
Total Small Business
 
Description
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. The solicitation number for this procurement is F09607-03-Q-0052 and is issued as Request for Quotation. This solicitation document and incorporated provisions and clauses are those in effect through the Federal Acquisition Circular (FAC) 2001-13, Defense Acquisition Circular (DAC) 91-13 and Air Force Acquisition Circular (AFAC) 2003-0501. The solicitation is 100% small business set-aside. The North American Industry Classification System is 332420. The small business size is 500 employees. The BID SCHEDULE SHALL BE FOR PAINTING OF (2) 5,000 GALLON LIQUID OXYGEN STORAGE TANKS. QTY: 2 EA. Contractors may contact A1C Kelli Justice to schedule a site visit to view the oxygen tanks. All labor to be performed must be completed in accordance with the Service Contract Act Wage Determination NO: 94-2131 REV (22). This Wage Determination can be viewed at http://www.ceals.usace.army.mil. Provision at FAR 52.212-1, Instruction to Offerors Commercial Items applies to this acquisition. The following addenda is provided to this provision: The Contractors response to the Request for Quotation should be submitted and shall contain the following information: SOLICITATION NUMBER; NAME; ADDRESS; TELEPHONE NUMBER OF OFFEROR; TERMS OF WARRANTY; DISPOSAL METHODS; UNIT PRICE; TOTAL AMOUNT; ANY DISCOUNT TERMS AND ACKNOWLEDGEMENT OF ALL SOLICITATION AMENDMENTS. Offerors that fail to furnish the required representations or information, or reject the terms and conditions of the solicitation may be excluded from consideration. EVALUATION/AWARD: IAW FAR 52.212-2, Evaluation-Commercial Items, the Government will award a purchase order resulting from this solicitation to the responsive responsible low offeror. All offerors MUST BE CENTRAL CONTRACTOR REGISTERED (CCR). Information concerning CCR registration requirements may be viewed via the internet at http://www.ccr.gov or by calling the CCR Registration Centers at 1-888-227-2423. OFFEROR?S SHALL INCLUDE A COMPLETE COPY OF THE PROVISION AT FAR 52.212-3, OFFEROR REPRESENTATIONS AND CERTIFICATIONS-COMMERCIAL ITEMS, WITH THEIR OFFER. The following listed FAR clauses apply to this solicitation and are incorporated by reference. All FAR Clauses may be viewed in full text by viewing the Federal Acquisition Regulation Table of Contents via the Internet at http://farsite.hill.af.mil/. FAR 52.212-4, Contract Terms and Conditions-Commercial Items; FAR 52.211-2, Contract Terms and Conditions Required to Implement Statutes or Executive Orders-Commercial Items. Pursuant to FAR Clause 52.212-5 the following clauses are hereby incorporated by reference: FAR 52.222-3 Convict Labor (E.O. 11755), FAR 52.233-3 Protest After Award (31 U.S.C. 3553 and 40 U.S.C. 759), FAR 52.219-8, Utilization of Small Business Concerns and Small Disadvantaged Business Concerns (15 U.S.C. 637 (d)(2) and (3)), FAR 52.222-26 Equal Opportunity (E.O. 11246) FAR 52.222-35, Affirmative Action for Special Disabled and Vietnam Era Veterans (38 U.S.C. 4212) FAR 52.222-36 Affirmative Action for Handicapped Workers (29 U.S.C. 793) FAR 52.222-37, Employment Reports on Special Disabled Veterans and Veterans of the Vietnam Era (38 U.S.C. 4212) FAR 52.225-3, Buy American Act-Supplies (41 U.S.C. 10) FAR 52.225-21, Buy American Act-North American Free Trade Agreement Implementation Act-Balance of Payments Program (41 U.S.C. 10, pub.L.103-187) FAR 52.247-64, Preference for Privately Owned U.S. Flag Commercial Vessels (46 U.S.C. 1241) FAR 52.232-33, Mandatory Information for Electronic Funds Transfer Payment, FAR 52.228-5 Insurance-Work on a Government Installation, FAR 52.219-6, Notice of Total Small Business Set-Aside. RESPONSE TIME: REQUEST FOR QUOTATION WILL BE ACCEPTED AT THE 347 CONTRACTING SQUADRON LOCATED AT 4380B ALABAMA ROAD, MOODY AFB GA 31699 NO LATER THAN 2:00 P.M. EST ON 05 SEPT 2003. ALL PROPOSALS SHALL BE MARKED WITH REQUEST FOR QUOTATION, SOLICITATION NUMBER, RECEIPT OF QUOTATION DATE & TIME, AND PROJECT TITLE ON THE OUTSIDE OF THE PROPOSAL ENVELOPE. FACSIMILE AND EMAIL OFFERS WILL BE ACCEPTED. CONTRACTING OFFICER: SSGT BRYAN EWING. The point of contact for this solicitation is A1C Kelli Justice, 229-257-3629, 229-257-4032 (fax). The secondary point of contact for this solicitation is SSgt Millard 229-257-4717, 229-257-4032 (fax).Requirements for Painting two 5,000-gallon Liquid Oxygen Storage Tanks. Abrasive blasted- The abrasive blasting and application epoxy primer, MIL-P-23377, Type I, Class 2, or MIL-P-85582 (Water Borne Epoxy Primer), or MIL-P-53030 (Lead and Chrome Free, Water Reducible Primer), (MIL-C-85285 remains the topcoat). The blasted surfaces will be in a near-white condition per Steel Structure Painting Council (SSPC-SP 10-85). A Near-White Blast Cleaned Surface Finish is defined as one from which all oil, grease, dirt, mill scale, rust, corrosion products, oxides, paint or other foreign matter have been completely removed from the surface except for very light shadows, very slight streaks, or slight discolorations caused by rust stain, mill scale oxides, or sight, tight residues of paint or coating that may remain. At least 95 percent of each square inch of surface area shall be free of all visible residue, and the remainder shall be limited to the light discoloration mentioned above. The blast cleaned surface must be primed before any rusting occurs, otherwise the benefit of the near-white blast cleaning is lost. Under normal atmospheric conditions it is best practice to prime within one hour of blast cleaning. The following areas are exceptions to blasting A. Abrasive blasting will not be performed on surfaces where there is a danger of warping or distorting the base metal. Sheet metal thinner than 0.0625 inch (U.S. Standard 16 gauge) will not be abrasive blasted. B. Parts whose dimensions must be retained or parts with deep crevices, threads of machined surfaces will not be abrasive blasted. C. Areas were gaskets meet stainless steel tank components. NOTE: Teflon gaskets will be protected from sand blast material. D. Stainless steel components, valves, piping, gauges and accessories will not be sand blasted. Additional Items to be Blasted and Painted- Blast 1 ft inside the fork lift portholes of the tanks, and exterior of components cabinet (48?W 74?H 24?D). Interior of components cabinet must be pressure washed. The same primer and finish specifications apply as listed below. Primer ? Abrasive Blast. Prime with two coats MIL-P-23377, Type I, Class 2, or MIL-P-85582 (Water Borne Epoxy Primer), or MIL-P-53030 (Lead and Chrome Free, Water Reducible Primer) Finish - Paint with two coats of MIL-C-85285. Cleaning - The contractor is responsible for all waste material and will clean area back to original condition. Contractor will remove all paint over spray and sand blast material upon completion of project. Schedule - Contractor will paint one tank at a time. Contractor will be notified by Air Force Representative when second tank will be ready for painting. Second tank will be ready for painting approximately two weeks after completion of the initial tank. Area Cleanliness - Adjacent areas will be clean at all times. Contractor will be responsible for installing temporary shielding to enclose sand blast materials and over spray from exiting specific work area. Work Schedule - Contractor will only be allowed to work Monday thru Friday from 0800 - 1600 hrs. Contractor will be observed throughout entire process. Materials - Contractor will purchase all materials required to perform scope of work identified above.
 
Place of Performance
Address: 4380B Alabama Road, Moody AFB GA
Zip Code: 31699
Country: USA
 
Record
SN00416110-W 20030831/030829213624 (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.