Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JULY 20, 2007 FBO #2062
SOLICITATION NOTICE

J -- Paint F-111A (Aircraft)

Notice Date
7/18/2007
 
Notice Type
Solicitation Notice
 
NAICS
488190 — Other Support Activities for Air Transportation
 
Contracting Office
Department of the Air Force, Air Combat Command, 366 CONS, 366 Gunfighter Ave Ste 498, Mountain Home AFB, ID, 83648-5296, UNITED STATES
 
ZIP Code
00000
 
Solicitation Number
F3F2EF7163AQ01_Watkins
 
Response Due
7/24/2007
 
Archive Date
8/8/2007
 
Small Business Set-Aside
Total Small Business
 
Description
(i) This is a combined synopsis/solicitation for commercial items in accordance with the format in FAR Subpart 12.6 as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; proposals are being requested and written solicitation will not be issued. (ii) Request for Quote (RFQ) F3F2EF7163AQ01 is a combined synopsis/solicitation for commercial items. This combined synopsis/solicitation is issued as a RFQ. Submit written offers only, oral offers will not be accepted. All firms or individuals responding must be registered with the Central Contractor Registration (CCR). (iii) This combined synopsis/solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-18 and through Department of Defense Acquisition Regulation Change Notice 20070531. It is the contractor?s responsibility to be familiar with applicable clauses and provisions. Clauses and provisions can be found at: http://farsite.hill.af.mil/vffar1.htm (iv) This procurement is being issued as 100% Small Business Set-Aside. North American Industrial Classification Standard: 488190; Small Business Size Standard: $6.5M (v) CLIN (0001) Furnish all labor, tools, and materials to prep and wash 7 static aircraft. CLIN (0002) Furnish all labor, tools, and materials to prep and paint 1 F-111A. Scope of work to include pressure wash, apply a primer coat and finish coat IAW Statement of Work. (vi) See below for Statement of Work and drawings. (vii) FOB-Destination for delivery to: Mountain Home AFB. Completion date NLT 15 September 2007. Responsibility and Inspection: Unless otherwise specified in the contract or purchase order, the supplier is responsible for the performance of all inspection requirements and Quality Control (QC). (viii) The Government will award a firm-fixed price contract resulting from this combined synopsis/solicitation to the responsible offeror whose offer conforming to the synopsis/solicitation will be most advantageous to the Government, price and other factors considered. Award shall be based on All or None and Best Value to the Government. Best value can include but is not limited to price, delivery date, and technical capability. (ix) The clause at FAR 52.212-4 Contract Terms and Conditions-Commercial Items, applies to this acquisition. FAR 52.212-4 addendum is also included. (x) The following provisions and clauses apply to this acquisition: FAR 52.204-7 Central Contractor Registration; FAR 52.204-9 Personal Identity Verification of Contractor Personnel; FAR 52.219-6 Notice of Total Small Business Aside; FAR 52.222-3 Convict Labor; FAR 52.222-19 Child Labor-Cooperation with Authorities and Remedies; FAR 52.222-21 Prohibition of Segregated Facilities; FAR 52.222-26 Equal Opportunity; FAR 52.222-36 Affirmative Action for Workers with Disabilities; FAR 52.222-41 Service Contract Act of 1965; FAR 52.222-42 Statement of Equivalent Rates for Federal Hires; FAR 52.225-13 Restrictions on Certain Foreign Purchases; FAR 52.232-33 Payment by Electronic Funds Transfer?Central; Contractor Registration; FAR 52.233-3 Protest After Award; FAR 52.233-4 Applicable Law for Breach of Contract Claim; FAR 52.237-1 Site Visit; FAR 52.247-34; F.O.B.?Destination; FAR 52.252-2 Clauses Incorporated by Reference; FAR 52.252-6 Authorized Deviations in Clauses; DFARS 252.204-7004 Alternate A; DFARS 252.232-7003 Electronic Submission of Payment Requests; AFFARS 5352.201-9101 Ombudsmen (see below POC) **Raymond Carpenter 130 Douglas Street, Suite 210, Langley AFB VA 23665-2791, phone:(757) 764-5371 fax:(757) 764-4400 email: raymond.carpenter@langley.af.mil ** (xi) The clause at FAR 52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders-Commercial Item (DEVIATION). (xii) The clause at DFAR 252.212-7001 Contract Terms and Conditions Required to Implement Statues or Executive Orders applicable to Defense Acquisition of Commercial Items (DEVIATION). (xiii) The provision at FAR 52.212-1 Instructions to Offerors?Commercial Items, applies to this acquisition. (xiv) The clause at FAR 52.212-3 Offeror Representations and Certifications ? Commercial Items, applies to this acquisition. Complete only paragraph (j) of this provision if the annual representations and certificates have been completed electronically at http://orca.bpn.gov. If the annual representations and certifications has not been completed electronically at the ORCA website, then only paragraphs (b) through (i) of this provision need to be completed. (xvii) Quotes must be emailed to SSgt Mistelle Watkins at mistelle.watkins@us.af.mil, or faxed to (208) 828-2658. Quotes are required to be received no later than 16:00 MST, 24 July 2007. STATEMENT OF WORK Initial Inspection The aircraft will be thoroughly checked for sheet metal damage, corrosion and composite damage. The quote should include approximately 24 man hours for corrosion and composite repair for the F-111A Painting Procedure Temporary fencing will be placed around the F-111A during the prep and paint process to secure work area. All equipment will be kept inside the secured area. and must be supplied. After all corrosion is treated and repaired the entire aircraft will be sanded down to produce a smooth surface prior to painting. All paint schemes and camouflage paint patterns will be IAW Air force Technical Order 1-1-4. There is a need to ensure that original tail markings and aircraft specific marking are documented and measured to allow to exact reproduction. (Example Tail numbers, Tail flash/colors and pilot/co pilot names). To comply with current permits held by Mountain Home AFB painting cannot exceed 16 gallons per day. Spraying operations must be with approved low emissions equipment.
 
Place of Performance
Address: Mountain Home AFB, Idaho
Zip Code: 83648
Country: UNITED STATES
 
Record
SN01345428-W 20070720/070718221016 (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.