Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JUNE 09, 2006 FBO #1656
SOLICITATION NOTICE

J -- Aircraft Painting

Notice Date
6/7/2006
 
Notice Type
Solicitation Notice
 
NAICS
488190 — Other Support Activities for Air Transportation
 
Contracting Office
Department of the Air Force, Air Mobility Command, 437th CONS, 101 E. Hill Blvd, Charleston AFB, SC, 29404-5021
 
ZIP Code
29404-5021
 
Solicitation Number
Reference-Number-FOXU1N61280001
 
Response Due
6/16/2006
 
Archive Date
7/1/2006
 
Description
(i) This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in Subpart 12.6, under 13.5 Test Program as supplemented with additional information included in this notice. * * * THIS ANNOUNCEMENT CONSTITUTES THE ONLY SOLICITATION. * * * Proposals are requested and a written solicitation will not be issued. (ii) This solicitation/synopsis reference number is FOXU1N61280001 and is being issued as a Request for Quote (RFQ). ?This is a nonappropriated fund purchase and it does not obligate approrpirated funds of the United States Government. Nonappropriated funds are generated by the military community through the sale of goods and services and the collection of fees and charges for participation in military community programs. This purchase does not involve federal tax dollars? (See AFMAN64-302, Chapter 8, Solicitations and Award) (iii) This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-09. (iv) This acquisition is solicited unrestricted. The associated NAICS code is 488190. (v) Offerors shall submit two (2) separate lump sum quotations for all labor and materials needed to perform this service. One quote for seven (7) aircraft painting and one quote for six (6) aircraft paiting. Number of aircraft contracted will be based on the availability of funds. Type of the aircraft includes: C-172RG, PA23, C-172R (2 each), and T-41 (2 each). Quote for 6 aircrafts includes one (1) T-41 and quote for 7 aircrafts include two (2 ) T-41. The awarded vendors facility must be within 250 nautical mile radius around Charleston. All responsible sources may submit a proposal, which shall be considered by the agency. (vi) The requirement is to paint either 6 or 7 aircrafts, depending upon the availability of funds, in accordance with the performance work statement below. The following documentation is available upon request: (1) final diagram of what the painted aircraft should look like. Contact SrA Gilbert Mincey at (843) 963-5168 or email gilbert.mincey@charleston.af.mil (vii) FOXU1N61280001 ? Aircraft Painting. The award will be made on a Purchase Order (PO), FOB Destination. (viii) The following clauses and provisions are incorporated and will remain in full force in any resultant award: (full text of clauses and provisions may be assessed electronically at this website: http://farsite.hill.af.mil) FAR 52.212-1, Instructions to Offerors-Commercial. (ix) FAR 52.212-2 Evaluation-Commercial Items Evaluation. The Government will award a contract resulting form 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: 1.Technical capability of the item offered to meet the Government requirement. 2. Price- The Government will evaluate offers for award purposes or the total price for the requirement. Technical and price factors, when combined, are equal. (x) Contractors shall include a completed copy of FAR 52.212-3, Offerors Representation and Certifications Commercial Item or complete electronic annual representations and certifications at http//orca.bpn.gov. (xi) FAR 52.212-4 Contract Terms and Condition?Commercial Items (xii) FAR 52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders?Commercial Item are incorporated by reference, however, for paragraphs (b) and (c) the following clauses apply; FAR 52.222-21 -Prohibition Of Segregated Facilities; FAR 52.222-26 Equal Opportunity; FAR 52.222-35- Affirmative Action for Disabled Veterans and Veterans of the Vietnam Era; FAR 52.222-36 Affirmative Action for Workers With Disabilities; FAR 52.222-37 -Employment Reports On Disabled Veterans And Veterans Of The Vietnam Era; FAR 52.232-33 -Payment by Electronic Funds Transfer--Central Contractor Registration; 52.225-1, Buy American Act - Supplies (xiii) The following additional clauses are applicable to this procurement. DFARS 252.204-7004 Alt-A -Required Central Contractor Registration (CCR); Contractors must be registered in the CCR database prior to award. Offerors not registered in the CCR will be ineligible for award (register at http://www.ccr.gov or call 1-800-334-3414). DFARS 252.225-7000, Buy American Act (BAA) - Balance of Payments Program Certificate DFARS 252.225.7001, Buy American Act (BAA) - Balance of Payments Program DFARS 252.225-7002, Qualifying Country Sources as Subcontractors DFARS 252.232-7003, Electronic Submission of Payment Requests DFARS 252.246-7000, Material Inspection And Receiving Report AFFARS 5352.201-9101, Ombudsman (IAW 5301-9103). Complete paragraph as follows: Mr. Michael R. Jackson, HQ AMC/A7K, 507 Symington Dr., Scott AFB, IL, 62225-5022, (618) 229-0267, fax (618) 256-6668, e-mail: michael.jackson@scott.af.mil. (xiv) Response to this combined synopsis/solicitation must be received via email, fax, mail, or delivery by 16 June 2006 no later than 4:30 PM Eastern Standard Time. Requests should be marked with solicitation number FOXu1N61280001. (xv) Addressed to SrA Gilbert Mincey, Contract Specialist, Phone 843-963-5168, fax 843-963-5183, email gilbert.mincey@charleston.af.mil or Jacqueline Brown, Contracting Officer, Phone 843-963-5166, email jacqueline.brown@charleston.af.mil. For business opportunities, visit http://www.selltoairforce.org, http://public.charleston.amc.af.mil/organizations/437AW/437MSG/437CONS/index.htm, and http://www.sba.gov. STATEMENT OF WORK PAINTING OF AERO CLUB FLEET N6208V, N450AF, N98528, N450AF, N33SA, N7892N FOR PR FOXU1N61280001/2 Each aircraft will be flown to the aircraft painting facility or nearby airport by an aero club pilot from Charleston Air Foce Base. Upon completion of the first aircraft, the aero club pilot will return the aircraft to Charleston AFB Aero Club and fly the second aircraft to the awarded vendor for painting and each thereafter. (Note: aircraft seven N5220F and eight, N5261F ?both Agency Owned? will be painted only with the availability of funds after the first six are completed) The awarded vendor will complete an inspection of each aircraft upon arrival for any pre-existing discrepancies. Aircraft will be prepared for chemical stripping by removing primary flight controls and covering all windows, composites, skin laps and any other areas not to be stripped with a protective covering op paper, plastic and foil. A non-corrosive chemical stripper will be applied as necessary to remove existing paint. Aircraft will then be washed with fresh water, any remaining paint will be removed by hand using an alum-oxide sand paper and scotch-brite scuff pads. Aircraft will again be washed with fresh water, acid-etched; a water bread test will be performed to insure cleanliness is 100%. Aircraft will be alodined and primed with a corrosion resistant primer, painted with two coats of base color (materhorn white PN#G8003) using an electro-static paint system. Trim colors applied to customer?s specifications. The gray area depicted in the diagram color PN#429C and the blue area depicted in the diagram color PN#287C. N6208V, N450AF, N98528, N450AF, N33SA, N7892N will be painted the same paint scheme. All exterior placards will be accordance with the manufacturer?s, Cessna and Piper specifications and Federal Aviation Administration regulations. N6208V, N450AF, N98528, N450AF, N33SA, and N7892N will have all FAA approved placards returned to the aircraft after painting as per the Type Certificate Data Sheets, aircraft flight manual/pilot operating handbook, or maintenance manuals. Flight controls balanced and reinstalled. Exterior placards installed and aircraft detailed for delivery. The awarded vendor will also paint landing gear, redress props, and balance flight controls. All painting and replacement will be in accordance with Federal Aviation Administration Regulations. Two-year warranty against material and workmanship will also be provided by the awarded vendor.
 
Place of Performance
Address: 437 CONS/LGCA, 101 E. Hill Blvd, Charleston AFB, SC
Zip Code: 29404
Country: USA
 
Record
SN01064188-W 20060609/060607221415 (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.