Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF APRIL 08, 2006 FBO #1594
SOLICITATION NOTICE

J -- Aircraft Exterior Paint and (Partial) Interior Refurbishment

Notice Date
4/6/2006
 
Notice Type
Solicitation Notice
 
NAICS
488190 — Other Support Activities for Air Transportation
 
Contracting Office
Department of Agriculture, Forest Service, R-8 Southern Region, 1720 Peachtree Rd. NW Suite 876 South Regional Office, Atlanta, GA, 30309
 
ZIP Code
30309
 
Solicitation Number
AG-43ZP-S-6-0018
 
Response Due
4/14/2006
 
Archive Date
5/31/2006
 
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 supplemental and additional information included in this notice. This announcement constitutes the only solicitation; quotes are being requested and a written solicitation will not be used. This solicitation is issued as a request for quotation (RFQ). The solicitation number is AG-43ZP-S-6-0018. The solicitation and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 05-08. The North American Industry Classification System (NAICS) Code is 488190 and the small business size standard is $6.5 million dollars. The USDA, Forest Services, Southern Region is soliciting the acquisition of the following services: Item Number (01) ? Exterior Paint -Completely strip, corrosion proof, and repaint Beechcraft King Air KA200, N182Z, applying three (3) coats of paint using a single-color, base paint (Sherwin-Williams JetGlo or equivalent), and three (3) trim colors. Remove all require flight controls for individual process, balance, and reinstall, and check for bonding by licensed mechanics. Paint landing gear and gear wells. Rejuvenate de-ice boots using Goodrich Shine Master. Pre-seal and clean windows. Re-placard aircraft using silk screen process. Polish spinners and re-chrome pitot tubes. Replace landing gear grease caps. Remove and replace fasteners and screws with stainless steel hardware (airlocks, camlocks, dzus fasteners). Do not paint stainless steel hardware. Include and install a PM Research Radome Boot. Add faux boots on leading edges on inboard main wings. Item Number (02) ? (Partial) Interior Refurbishment ? Refurbishing interior (partial) includes: Recovering lower side panels, six (6) cabin chairs, two (2) cockpit chairs in customer-specified material. Install new, 100% wool carpet. Refurbish the entry way door and interior baggage compartments. Also included are vinyl runners, throw mats, seatbelt re-webbing, (if the existing belts have acceptable T.S.O. tags), and cleaning and detailing of instrument panel and console. No obligation will exist until the Government places an order for this service. Payment will be made by Government credit card only. Offerors must be set-up to receive payment by credit card. The USDA, Forest Service, Southern region is soliciting quotes from companies whose home bases are located in the following states/territory: Alabama, Florida, Georgia, Kentucky, North Carolina, South Carolina, Tennessee, Virginia, Arkansas, Louisiana, Mississippi, Oklahoma, Texas, and Puerto Rico. An invoice of the service placed under the proposed contract must be mailed to the Contracting Officer. The proposed contract start date is on/or about April 17, 2006. The requested completion date is on/or about May 31, 2006. The provisions at FAR Clause 52.212-1, Instructions to Offerors - Commercial Items, will apply without addenda. The Government will award a contact, resulting from this solicitation, to the responsible offeror whose offer conforming to the solicitation will be most advantageous to the Government, price and other factors considered. The following factors shall be used to evaluate offers in descending order of importance: (1) Performance Start Date, (2) Performance Period, (3) Past Performance, and (4) Price. Technical and past performance, when combined, are approximately equal to cost or price in accordance with FAR 15.304, the relative importance of all other evaluation factors, when combined, when compared to price. Offerors shall include a complete copy of the FAR 52.212-3, Offeror Representations and Certifications Commercial Items, with their quotes. Under the FAR Clause 52.212-4, Contract Terms and Conditions - Commercial Items, will apply, without any addenda, to the clause to this acquisition. The FAR Clause 52.212-5 - Contract Terms and Conditions Required to Implement Statutes or Executive Orders - Commercial Items, applies to this acquisition. The successful offeror shall comply with FAR 52.204-7, Central Contractor Registration (Oct 2003) and FAR 52.232-33, Payment by Electronic Funds Transfer - Central Contractor Registration (Oct 2003) prior to contract award. The FAR clauses and provisions can be access via Internet at www.arnet.gov/far.html. Please complete the ?Experience Questionnaire? Form, listed below, and return it with your quote: EXPERIENCE QUESTIONNAIRE INSTRUCTIONS: If extra space is needed use the reverse side of this form. Mark "X" in appropriate boxes. CONTRACTOR NAME, ADDRESS & TELEPHONE ____________________________________________ ____________________________________________ ____________________________________________ How many years do you or your firm have in the line of work contemplated by this solicitation ______? How many years experience in contracting have you or your business had as : (a) Prime Contractor _____ and/or (b) Subcontractor _____? List below the projects your business has completed within the last 3 years: Contract Amount Type of Project Date Completed Name Address & Telephone No. of Person to Contact for Project Info. List below all of your firm's contractual commitments running concurrently with the work contemplated by this solicitation: Contract No. Dollar Amt. of Award Name, Address & Phone No. of Business Govt./Agency Awarded (Units) % Completed Date Contract Completed Have you ever failed to complete any work awarded to you? Yes ( ) No ( ) Has work ever been completed by performance bond? Yes ( ) No ( ) If "Yes" to either item above specify location(s) and reason(s) why: Organization and work that will be available for this project: a. Minimum number of employees: ( ) and a Maximum number of employees: ( ) b. Are employees regularly on your payroll: Yes ( ) No ( ) c. Specify equipment available for this contract:________________________________________ d. Estimate rate of progress below (such as 2.0 acres/man/day): Minimum progress rate: __________ Maximum progress rate: _____________ List below the experience of the principal individuals of your business: Name Present Position Years of Experience Magnitude and Type of Work CERTIFICATION I certify that all of the statements made by me are complete and correct to the best of my knowledge and that any persons named as references are authorized to furnish the Forest Service with any information needed to verify my capability to perform this project. ___________________________________________ ____________________________ Signature Date _________________________________________ ____________________________ (in Blue ink) Certifying Official Name and Title Date Submit written quotations to the USDA, Forest Service, Southern Region, Attn: Welch Fair/AG-43ZP-S-6-0018, 1720 Peachtree Road, N.W., Suite 876 South, Atlanta, GA 30309 no later than 4:00 P.M. (E.S.T.) on Friday, April 14, 2006. Quotations need to be submitted in an envelope and address properly for identification purposes. Do not ?fax? your quotations. No paper solicitation will be issued. Please contact Welch Fair for contractual information at (404) 347-1761 or Dave Broadnax for technical information at (404) 309-3880, regarding this solicitation. For award information, interested offerors may access the website at http://www.fedbizopps.gov.
 
Place of Performance
Address: Locations within USDA, Forest Service, Southern Region
Country: United States
 
Record
SN01021876-W 20060408/060406220314 (fbodaily.com)
 
Source
FedBizOpps 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.