Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JANUARY 16, 2005 FBO #1147
MODIFICATION

V -- Disassemble, transport and reassemble 2 C-130's

Notice Date
12/7/2004
 
Notice Type
Modification
 
NAICS
488190 — Other Support Activities for Air Transportation
 
Contracting Office
Department of the Air Force, Air Education and Training Command, Goodfellow AFB, Contracting Squadron, 210 Scherz Blvd Bldg 707, Goodfellow AFB, TX, 76908-4705
 
ZIP Code
76908-4705
 
Solicitation Number
Reference-Number-F72DOF43060100
 
Response Due
1/21/2005
 
Point of Contact
Brande Davis, Contact Administrator, Phone 325-654-5164, Fax 325-654-4427,
 
E-Mail Address
brande.davis@goodfellow.af.mil
 
Small Business Set-Aside
Total Small Business
 
Description
The Response Date has changed *21 Jan 05* This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in FAR Subpart 12.6, streamlined procedures for evaluation and solicitation for commercial items, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; quotations are being requested, and a written solicitation document will not be issued. Solicitation number is F72DOF43060100 issued as a request for quotation (RFQ). All responsible sources may submit a quote. The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2001-19. The associated North American Industry Classification System (NAICS) for this procurement is 488190 and the small business size standard is $6.0 Million. This procurement is advertised as a 100 percent small business set-aside. Services Non-personal: To disassemble, transport, and reassemble 2 each, C-130 aircraft from Sheppard AFB to Goodfellow AFB, TX. Aircraft are to be used for non-flying static training use. This quote includes all cost: Labor, transportation, oversize permits, cranes, and materials. Aircraft will be delivered to owner in a structurally sound condition. Cosmetic work is the responsibility of the owner. Unserviceable part or component replacements are the responsibility of the owner. Aircraft will be delivered to an ICC regulated carrier for transport. Aircraft owner acknowledges this notice and that the cargo carrier’s cargo liability insurance is not less than $100,000 per trainer load. STATEMENT OF WORK FOR MOVEMENT OF 2EA. C-130 AIRCRAFT FROM SHEPPARD AFB TX to GOODFELLOW AFB TX 1. PROGRAM SCOPE: This Statement of Work (SOW) establishes the minimum work requirements to relocate 2 each C-130 aircraft for static training aids from Sheppard AFB to Goodfellow AFB. 2. PROGRAMS OBJECTIVES: Using best maintenance practices, disassemble, ship, and reassemble 2ea. C-130 aircraft. · The USAF will: a. Provide a suitable disassembly and reassembly site. b. Remove all pyrotechnic devices prior to delivery. c. Provide an on-site supervisor if requested and will provide accessible POC’s at both Sheppard and Goodfellow. d. Dispose of all fluids recovered from the aircraft during disassembly at a base collection point. e. Coordinate all actions involving exiting and entering base perimeters with oversize loads between WWAR, security police, and base CE. f. Provide needed contractor’s passes and will allow WWAR to work our “normal” operating hours/days. · The Contractor will: a. Perform all work using established commercial methods for moving aircraft. b. Plug and bag all lines and fittings that may contain residual fluids. c. Ensure that the aircraft structural integrity is maintained to the extent needed to allow the aircraft to be transport over the road and will reassemble the aircraft to insure it is structurally safe when used as a static training aid. d. Provide all labor, materials, and equipment necessary for movement of aircraft. e. Build any special jigs or necessary fixtures to secure parts or shipment. g. Disassemble the aircraft in transportable sections as necessary for movement by ground transportation governed by Texas oversize load regulations. h. Systems components that are un-needed/un-seen, (electrical wiring, fuel lines, hydraulic lines), may be eliminated during disassembly. · The Contractor will: a. Have specific approval from an on-site representative if any structural components are required to be cut and splice to accommodate state oversize load regulations. Interested parties capable of providing the above must submit a written quote to include company name, address, telephone and fax numbers, email address, business size/type, unit price and estimated total cost, Commercial and Government Entity (CAGE) code, DUNS number, tax identification number, and discount terms. All interested parties must be registered with the DoD Central Contractor Registration (CCR) database as prescribed in FAR 52.204-7 and DFARS 252.204-7004 (Alt A). CCR information can be obtained by accessing the Internet at http://www.ccr.gov/ or by calling 1-888-227-2423 or 269-961-5757. Registration must be obtained prior to award. The following clauses and provisions can be viewed through Internet access at the Federal Acquisition Regulation website http://farsite.hill.af.mil. FAR 52.212-1, Instructions to Offerors-Commercial Items, applies to this acquisition. Offerors shall complete and present with their offers FAR 52.212-3, Offeror Representations and Certifications - Commercial Items (July 2002). In addition, the clause at 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders-Commercial Items, applies to this solicitation. Specifically, the following clauses cited are applicable: FAR 52.222-26, Equal Opportunity, and FAR 52.232.33, Payment by Electronic Funds Transfer- Central Contractor Registration. Wage Determiniation 1994-2517,27 and 1994-2525,24 are applicable. Award will be based on meeting the requirement, evaluation of lowest price, and responsible offer/quote. The due date for all quotes is 7 Dec 04, 4:30 p.m. Central Standard Time (CST). Oral quotes will not be accepted. All offers should be faxed or emailed to the attention of SSgt Brande Davis at facsimile (325) 654-4427 or email to: brande.davis@goodfellow.af.mil. Written offers may also be submitted to: 17 CONS, Attn: SSgt Brande Davis, 212 Scherz Blvd Bldg 707, Goodfellow AFB TX 76908. Telephone number: (325) 654-5216. NOTE: THIS NOTICE MAY HAVE POSTED ON WWW.FEDBIZOPPS.GOV ON THE DATE INDICATED IN THE NOTICE ITSELF (07-DEC-2004). IT ACTUALLY APPEARED OR REAPPEARED ON THE FEDBIZOPPS SYSTEM ON 14-JAN-2005, BUT REAPPEARED IN THE FTP FEED FOR THIS POSTING DATE. PLEASE CONTACT fbo.support@gsa.gov REGARDING THIS ISSUE.
 
Web Link
Link to FedBizOpps document.
(http://www.eps.gov/spg/USAF/AETC/GAFBCS/Reference-Number-F72DOF43060100/listing.html)
 
Place of Performance
Address: Sheppard AFB, TX and Goodfellow AFB, TX
Zip Code: 76908
Country: USA
 
Record
SN00735683-F 20050116/050114214320 (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.