Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF MAY 20, 2007 FBO #2001
SOLICITATION NOTICE

P -- Restoration Services of F-4D Static Aircraft Display

Notice Date
5/18/2007
 
Notice Type
Solicitation Notice
 
NAICS
541990 — All Other Professional, Scientific, and Technical Services
 
Contracting Office
119 FW, 1400 28 Avenue North, Fargo, ND 58102-1051
 
ZIP Code
58102-1051
 
Solicitation Number
F7B0FW7095A100
 
Response Due
5/31/2007
 
Archive Date
7/30/2007
 
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 purchase request number is F7B0FW7095A100 and this solicitation is being issued as a Request for Quotation (RFQ). The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-16, dated 22 MARCH 2007. This solicitation and proposed contract are 100% set-aside for small business concerns; the size standard is $6.5 million for NAICS code 541990. This RFQ shall consist of on e contract line item number (CLIN) for the complete surface restoration of (1 each) F-4D Static Aircraft (A/C) Display. Description of the service requirements are: Corrosion Control, Surface Preparation, Decal Application, Painting and Clear Coating of an F-4D Static A/C Display located at the Main Gate Entrance of Hector Field, (NDANG Base) Fargo, ND, 58102-1051. The static display can not and shall not be moved from its current location. Work shall be performed on the A/C on-site and in-place. Digital ph otographs shall be sent via e-mail with written requests to brit.stevens@ndfarg.ang.af.mil in order to gauge the size, height and complexity of the site conditions. The work shall be performed outside during the summer months in North Dakota, from JUNE to SEPTEMBER of 2007. The contractor shall provide all personnel, tools, materials, vehicles, transportation, shipping costs, labor, supervision, equipment, service, and other items related and incidental to this request for A/C restoration services. The cont ractor shall utilize acceptable commercial practices in preparing all surfaces for priming, topcoat painting, A/C marking painting, decal placement and clear coating. The bidder (contractor) shall detail their A/C surface sanding, cleaning and paint dust c ollection or mitigation method(s) by addendum to this RFQ notice. The proposed method(s) shall be of an acceptable standard which the North Dakota State Health Department would approve. The rationale: The ND State Health Department requires this prior to i ssuing an AIR PERMIT for this restoration project. Reference the ND State Century Code Chapter 23-25, Air Pollution Control, and the Air Pollution Control Rules Article 33-15 or contact the ND State Health Department Division of Air Quality, directly for f urther guidance. The contractor shall be required to work directly with 119 WG personnel to ensure the A/C is restored to acceptable standards as required by Air Force Instruction AFI 84-103, page 41, paragraph 7.3. The contractor shall provide and ensure that only Deft Manufacturing Incs paint products are utilized on this A/C restoration project. The paint color codes shall be provided to the contractor at the time of award. If any of the product codes to be specified at time of award are not available, the contractor shall obtain substitution approval from the 119 WG Sheet Metal Shops Supervisor PRIOR to their application. Substitutions shall also be approved PRIOR to their application by 119 WG / BIO-ENV, to include any products offered by other manufa cturers. All areas not to be painted shall be protected from overspray using a masking products & techniques common to this industry. All A/C surfaces applied with top-coat, clear-coat and paint shall be free of drips, runs, streaks and excess contaminants leaving a smooth finish. The Government shall furnish the necessary Air Permit for this project and shall also provide specific vinyl A/C decals and markings to be applied by the contractor. Oversight of Hazardous Waste Disposal: Oversight of all potentia l hazardous waste materials used or generated by a contractor on this project; within the confines of the 119 WG facility proper, falls under the responsibility of the Government. All potential hazardous waste materials utilized or generated on this project shall to be sampled and disposed of in accordance with all mandated laws and regulations. The Government shall not conduct any sampling or disposal, but shall approve the contractors sampling or disposal methods and ensure that they followed. The bidder (contractor) shall detail their sampling and disposal methods by addendum to this RFQ notice. The contractor shall be required to remove all debris generated b y this restoration project, (masking paper, tape, paint, cans, etc) from the worksite area daily. At the time of work completion, the contractor shall return the work site and adjacent areas affected by the work to conditions as they were prior to the star t of the restoration project. All excess products paid for by the Government and utilized on this restoration project shall be returned to the 119 WG at the completion of the project. Landscaping, display mounts and concrete pads under and around the displ ayed A/C shall be protected from overspray throughout job performance. It shall be the responsibility of the contractor to replace any grass, plants, other landscaping or display items damaged during the job performance at their cost. Additionally, the con crete and surrounding areas affect by the job performance shall be returned back to their original conditions after job completion. A/C control surfaces must present a serviceable and authentic appearance. Surface areas with noticeable corrosion or rust; t hat may require patching with sheet metal shall be reported to the 119 WG Technical POC for this project as they are discovered and not just painted over without being corrected. All color schemes, tail markings, decals and stencils shall be re-applied as they were taken off. All work shall be checked and verified for quality and satisfactory results upon completion by the 119 WG Technical POC. All discrepancies shall be annotated in writing and corrected before work shall be considered complete. The contra ctor shall be responsible for complying with all OSHA/AFOSHA safety, personnel and environmental protection requirements and shall utilize personnel/technicians who have been trained and/or certified to accomplish all contracted work as specified/required by the commercial standards in this industry. The contractor shall specify the proposed period of performance start & end dates here: ___________________________, for a total of __________ days. A contractors labor and materials warranty shall be applied in the contract against any peeling, chipping or fading of the A/C. The contractor shall coordinate and correct any such defects free of charge to the Government in a timely manner during the proposed warranty period. Contractor shall specify the length of warranty in days, month and or years here: ___________________. The contractors shall provide the FOB Destination pricing for this requirement here: $___________________. FOB shipping point shall be DESTINATION, Fargo, ND 58102-1051. The following provis ions are applicable FAR Part 52.212-1, Instructions to Offerors -- Commercial, applies to this acquisition and a statement regarding any addenda to the provision. 52.212-2, Evaluation -- Commercial Items, shall be used. The Government will award a contract resulting from this RFQ solicitation to the responsible offeror whose offer conforming to the solicitation will be most advantageous to the Government. Price and technical capability, of the services offered meeting the Government requirement, shall be co nsidered. Include a completed copy of 52.212-3 Alt 1, Offeror Representations and Certifications -- Commercial Items with your proposal. 52.212-4, Contract Terms and Conditions -- Commercial Items, and 52.212-5, Contract Terms and Conditions Required To Im plement Statutes Or Executive Orders -- Commercial Items, DFAR Part 252.232-7003, Electronic Submission of Payment Requests. All contractor personnel required t o access Hector Field, ANG Base shall under go a background investigation check through the National Crime Information Center (NCIC). The NCIC check shall be performed by the 119th WG Security Forces at the time of award. The successful bidder shall ensure all personnel performing on this proposed contract at the 119 WG facilities, shall bring a current/valid photo identification that contains the individuals Date of Birth, Drivers License Number and/or Social Security Number. At the time of award, all con tractor personnel shall be issued photo ID work badges and vehicle passes that shall be valid for the bidders proposed period of performance dates above. At time of award & performance, all the contractors owned, leased or rented vehicles utilized on thi s proposed contract shall have valid/current registrations, proof of insurance, and license plate tabs. Information shall be required to issue vehicle passes and gain access to Hector Field, (NDANG Base). Quotes are due 31 MAY 2007 by 1300hrs CST at Hector Field, Fargo, ND via fax 701-451-2334 and/or email at brit.stevens@ndfarg.ang.af.mil. For more information regarding this RFQ contact SMSGT Brit D. Stevens via e-mail.
 
Place of Performance
Address: 119 WG 1400 28 Avenue North, Fargo ND
Zip Code: 58102-1051
Country: US
 
Record
SN01298236-W 20070520/070518221353 (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  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.