Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF AUGUST 29, 2008 FBO #2468
SOLICITATION NOTICE

J -- Paint Aerospace Ground Equipment (AGE)

Notice Date
8/27/2008
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
811310 — Commercial and Industrial Machinery and Equipment (except Automotive and Electronic) Repair and Maintenance
 
Contracting Office
Department of the Air Force, Air Mobility Command, 43rd CONS, 1443 Reilly Rd, Suite C, Pope AFB, North Carolina, 28308-2896, United States
 
ZIP Code
28308-2896
 
Solicitation Number
08T9999
 
Archive Date
9/23/2008
 
Point of Contact
Cynthia Williams,, Phone: 910-394-5688
 
E-Mail Address
Cynthia.Williams@pope.af.mil
 
Small Business Set-Aside
Total Small Business
 
Description
(1)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 requested and a written solicitation will not be issued. (ii)This solicitation/synopsis reference number is F3MRMX8220A001 and is being issued as a Request for Quote (RFQ). (iii)This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-16. (iv)This acquisition is 100% set-aside for small businesses. The associated NAICS code is 811310 with a $7.0 Million size standard. (v)This requirement consists of one Line Item: The contractor shall provide all tools, parts, transportation, facilities, and labor required to sand or scuff, mask, prime and paint equipment listed on Attachment 1 as requested by the Contracting Officer or authorized representative at the rates specified on the contractor's bid Schedule. The contractor is required to refurbish/paint Aerospace Ground Equipment (AGE) per the POC for the AGE Branch, Pope AFB, NC and transport it to the contractor's facility. All equipment will be sanded or scuffed, masked, primed, painted and stenciled. All inside doors, control panels and interior areas (that are readily accessible) will be sanded or scuffed, masked, primed and painted. Once painted, contractor will notify customer. Customer will send an authorized representative to the contractor's facility to perform a quality verification inspection of the equipment. Once inspection is complied with and any deficiencies in workmanship are corrected, the contractor will then transport the equipment back to the Base. Once the contractor notifies the customer of work completion, an authorized representative from the AGE Flight will go to the contractor's location, and both parties will inspect the equipment to verify there are no damages and that the new paint was applied satisfactorily. Upon both parties agreeing that the equipment is in satisfactory condition, equipment will be returned to Pope AFB, NC. The completion/return date will be annotated on the Temporary Issue Receipt (AF Form 1297). Early completion is authorized. When difficulties/delays occur that neither party has control of (weather delays, supply difficulties, or oversized equipment), a completion/return date will be agreed upon between the Government and an authorized contractor representative. GOVERNMENT FURNISHED MATERIALS AND ITEMS: •1. Primer •2. Paint •3. Stencils The Air Force will supply the required paint kits consisting of the primer coat, and the final finish coat to the contractor. The contractor shall comply with all state and federal safety and environmental regulations in the disposition of excess products. Contractor will comply with all Material Safety Data Sheets (MSDS) recommendations. All MSDS recommendations will be supplied by AGE Flight. The contractor shall pick up and return all equipment to Pope AFB, NC. All work must be completed and returned within two (2) weeks (14 calendar days), or as otherwise stated, from the date the equipment is picked up. The contractor will be required to sign an AF Form 1297, Temporary Issue Receipt at time of pick up of equipment. By signing the Temporary Issue Receipt, the contractor agrees that while equipment is in his/her possession, they are solely responsible for the disposition of all equipment listed on the AF Form 1297, and that they are liable for any damage to the equipment. Any obvious dents or other damages noted by both parties prior to the loading of equipment for transportation to contractor's business location shall be annotated on the Temporary Issue Receipt. The contractor shall fill out and return Pope AFB IMT 3140 (consent for background check) for all employees assigned to the poject immediately after recieveing "Notice of Award". TYPES OF EQUIPMENT REQUIRING PAINTING: Nomenclature Qty -86 Diesel Generator 19 FL-1D Floodlight 12 Hyd. Test Stand, Diesel 1 Hyd. Test Stand, Electric 1 Nitrogen Cart 4 MA-3D Air Conditioner 4 -95 Gas Turbine Compressor 5 Electric heater 3 Diesel heater 6 Jacking Manifold 2 MC-7 Air Compressor 1 MC-2A Air Compressor 3 Engine Water Wash Cart 1 35 Ton Axle Jack 1 B-1 Maintenance Stand 16 B-4 Maintenance Stand 6 B-5 Maintenance Stand 7 B-7 Maintenance Stand 2 Hyd. Servicing cart 2 MD-1 Towbar 3 C-17 Towbar 1 Oil Bowsser 3 Deicer Bowser 1 Raydome Dolly 1 (vi) Pricing shall be FOB Destination. (vii)The following clauses and provisions apply to this acquisition: FAR 52.212-1: Instructions to Offerors-Commercial FAR 52.212-2 Evaluation-Commercial Items Evaluation. The Government will award a contract resulting from this solicitation to the responsible offeror whose offer conforming to the solicitation will be most advantageous to the government: Lowest Price Technically Acceptable. 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. The following clauses are incorporated by reference: FAR 52.212-4 Contract Terms and Condition-Commercial Items FAR 52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders FAR 52.223-5 Pollution Prevention and Right-to-Know Information 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 52.222-41 Services Contract Act of 1965 and Wage Determination # 2005-2393 (Rev 5), dated 08/15/2007 FAR 52.232-33 Payment by Electronic Funds Transfer--Central Contractor FAR 52.237-2 Protection of Government Buildings, Equipment, and Vegetation FAR 52.204-7 Central Contract Registration FAR 52.219-6 Notice of Total Small Business Set-Aside DFARS 252.204-7003 Control of government personnel work product DFARS 252.204-7004 Alt A Required Central Contractor Registration (CCR); Contractors not registered in the CCR will be ineligible for award (register at http://www.ccr.gov/ or call 1-800-334-3414). DFARS 252.223-7006 Prohibition on storage and disposal of toxic and hazardous materials DFARS 252.225-7000 Buy American Act (BAA) - Balance of Payments Program Certificate DFARS 252-225.7001 BAA - Balance of Payments Program DFARS 252.225-7002 Qualifying Country Sources as Subcontractors DFARS 252.232-7003 Electronic Submission of Payment Requests (Vendors shall submit invoices utilizing Wide Area Work Flow (WAWF) for the creation of electronic receiving reports (DD250) and electronic invoices IAW DFARS 252.232-7003 Electronic Submission of Payment Request. The WAWF routing information will be provided upon award. DFAR 252.204-7003 Control of Government Personnel Work Product DFARS 252.246-7000 Material Inspection and Receiving Report AFFARS 5352.201-9101 Ombudsman (IAW 5301-9103); complete paragraph c 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. AFFARS 5352.223-9001 Health and Safety on Government Installations AFFARS 5352.242-9000 Contractor Access to Air Force Installations Wage Determination No. 2005-2393. Rev7 dated 5292008 is applicable to this requirement. (viii)Defense Priorities and Allocation System: Not Applicable. (ix)Response to this combined synopsis/solicitation must be received via email, fax, mail, or delivery by 8 SEP 08 not later than 4:00 PM Eastern Standard time. Requests should be marked with purchase request number. F3MRMX8220A001. All responsible sources may submit a quotation; all prospective contractors must be registered in the CCR data base prior to submitting a proposal. (x)Address questions to Cynthia Williams, at (910) 394-5688, fax (910) 394-6279, email: Cynthia.Williams@pope.af.mil. (xi)For more opportunities, visit http://www.selltoairforce.org, and http://www.sba.gov.
 
Web Link
FedBizOpps Complete View
(https://www.fbo.gov/?s=opportunity&mode=form&id=cce90197c59cc88b465d9a3152a7b48b&tab=core&_cview=1)
 
Place of Performance
Address: Pope AFB, Fayetteville, North Carolina, 28308, United States
Zip Code: 28308
 
Record
SN01653605-W 20080829/080827223141-cce90197c59cc88b465d9a3152a7b48b (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.