Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JULY 21, 2007 FBO #2063
SOLICITATION NOTICE

15 -- T-33 & F-84F Static Display Restoration

Notice Date
7/19/2007
 
Notice Type
Solicitation Notice
 
NAICS
336411 — Aircraft Manufacturing
 
Contracting Office
Department of the Air Force, Air Education and Training Command, Maxwell AFB Contracting Squadron, 50 LeMay Plaza South Bldg 804, Maxwell AFB, AL, 36112-6334, UNITED STATES
 
ZIP Code
00000
 
Solicitation Number
F2XJA57184A001
 
Response Due
7/27/2007
 
Archive Date
8/11/2007
 
Small Business Set-Aside
Total Small Business
 
Description
42nd Contracting is trying to obtain services to restore/repair our static display T-33 and F-84F at the following locations: Louisiana Technical University (Ruston, LA), North Carolina A&T State University (Greensboro, NC), and Oklahoma State University (Stillwater, OK). (See SOW BELOW) It needs minor metal work, paint, and the decals need to be replaced. Please let me know if you can provide these services. SSgt Emary Head 334-953-3530, emary.head@maxwell.af.mil. Thank you for your time. STATEMENT OF WORK STATIC DISPLAY AIRCRAFT MAINTENANCE 1. All static display renovation/maintenance will be accomplished on site, as is, where is. Contractor shall provide all plant, labor, materials, and equipment necessary to provide major/full paint, removal of all areas of corrosion, removal of dents from aircraft and external fuel tanks, prime all bare spots, seal airframe and canopies to prevent water seepage, replace marking decals, serial, gear door, and aircraft radio call numbers, secure all windows, doors and hatches, birdproof all vents, nozzles, wheel wells, cowlings and cowl flap areas, intakes, airscoops and exhausts, repair/replace broken windows, canopies, and missing panels, provide structural maintenance to include modification, manufacture, and replacement of sheetmetal, fiberglass, plastic components, birdscreens, and related hardware for historical/static display aircraft. 2. Contractor shall make repairs/replace with material of existing quality in accordance with applicable directives. (See Paragraph 8) 3. Contractor shall remove all surface contamination such as oil, grease, loose paint, mill scale, dirt, foreign matter, rust, mold mildew to assure sound bonding to the tightly adhering old paint. Spot prime any bare areas with an appropriate primer. Loose, cracked or spider webbed existing coating should be power tool cleaned to bare metal. All aircraft shall be painted with polyurethane paint. Contractor shall also paint all clear and Plexiglas windows/windscreens. 4. Contractor shall apply coatings between the temperatures of 55 to 110 degrees Fahrenheit, no colder, no hotter. No painting is to be done above 85% relative humidity. No exterior painting will be done immediately after a rain, during foggy weather, when rain is predicted and painting should cease four hours prior to sundown to allow the coating sufficient time to cure prior to dew and moisture setting in. 5. Contractor is required to comply with all Federal, State, County, City, Base Bio-Environmental, OSHA, EPA and or any other applicable guidelines pertinent to outdoor preparation/painting of static displays to include collection and disposal of waste materials. 6. Repairs do not have to meet aircraft airworthyness standards; however, they must meet the original shape and cosmetic appearance. 7. Secure all landing gear wheels, if exposed. Check all arresting hooks for security and secure if needed. 8. All work will be accomplished in accordance with, but not limited to; Technical Orders (T.O.s) 1-1-3, 1-1-4, 1-1-8, 1-1-691, AFI 84-103 ?Museum System?, Historical Property Agreement (HPA), and AETCI 21-101 ?Maintenance Management of Aerospace Equipment?, or as directed by the Contracting Officer. Technical Data will be made available to Contractor. 9. Paint/repair crews shall not be released until work has been inspected and accepted by 42 LG/LGM maintenance representative(s) and all discrepancies corrected. 10. Contractor shall provide a supervisor who may be a member of the paint/repair crew. The supervisor will perform a walk around with the 42 LG/LGM maintenance representative(s) to check the aircraft for any damage before work begins and after completion of painting/repairs with this same person. The initial walk around will also be used to coordinate any requirements the contractor needs the 42 LG/LGM representative(s) to accomplish before work begins. Contractor will give 10 (ten) days notice to 42 LG/LGM before beginning any painting. 11. The contractor will provide required safety equipment. All equipment used under this contract shall meet all OSHA, EPA and or any other applicable guidelines. All safety equipment must be used for its intended and designed purpose. 12. The contractor will make available to the paint/repair crew the Material Safety Data Sheets (MSDS) for all paints, solvents, and chemicals used during the work. Contractor shall ensure all his personnel are aware of the purpose and all the precautions associated with these documents. 13. The contractor shall clean up the work area and ensure grass areas around static displays are not damaged. The contractor shall be held responsible for any damage to the vegetation surrounding the work area unless noted prior to the start of work. If any damage is noted prior to accomplishing the work, it will be noted and the contractor will not be held responsible. Any further damage to the already damaged areas and the contractor assumes full liability for all damaged area. This is to include shrubs and any additional vegetation. 14. Contractor assumes all responsibility for overspray on vehicles, buildings, landscaping, etc. 15. Paint/repair equipment and supplies shall be removed from the work site after work has been completed. Project site shall be cleaned of all existing debris and removed from the installation daily. If, a dumpster is needed for any portion of this project, the contractor is to arrange the delivery and pickup for this. Mr. Tyrone Johnson, 42 LG/LGM will give you instructions as to where you can place it while the work being accomplished. 16. Work will be performed during normal duty hours, 0730 to 1630 Monday through Friday with any additional time coordinated with this office and the Project Manager (Mr. Tyrone Johnson 42 LG/LGM).
 
Place of Performance
Address: Louisiana Technical University
Zip Code: 71273
Country: UNITED STATES
 
Record
SN01346793-W 20070721/070720001340 (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.