Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF SEPTEMBER 11, 2003 FBO #0653
SOLICITATION NOTICE

J -- Sandblasting and Repainting Maintenance Stands

Notice Date
9/9/2003
 
Notice Type
Solicitation Notice
 
Contracting Office
Department of the Air Force, Air Mobility Command, 60th CONS, 350 Hangar Ave. Bldg 549, Travis AFB, CA, 94535
 
ZIP Code
94535
 
Solicitation Number
F04626-03-Q-0035
 
Response Due
9/19/2003
 
Point of Contact
Rena Fagan, Contract Specialist, Phone 707-424-7737, Fax 707-424-0288, - Clifford St Sauver, Team Leader, Phone 707-424-7739, Fax 707-424-0288,
 
E-Mail Address
rena.fagan@travis.af.mil, clifford.stsauver@travis.af.mil
 
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 the notice. This announcement constitutes the only solicitation; proposals are being requested and a written solicitation will not be issued. This solicitation, F04626-03-Q-0035, is issued as a request for quotation. This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular (FAC) 01-15 and Defense DCN 2030821. The solicitation listed here is 100% small business set aside. The Federal Supply Class (FSC) is J099. The North American Industry Classification System is 332812 and the associated business size standard is 500 employees. This request for quotation consists of the following: Services, Nonpersonal, Contractor is to provide all labor, equipment, and material, and transportation to for sandblasting and repainting WRM equipment as follows: Item 0001 Repaint Dash 86 (Diesel Generator Set), Dimensions 100 inches length 80 inches width 70 inches. Quantity Four (4) Unit Each. Services must comply with Air Force Painting Permit and include Sand Blasting base to bare metal, hand sanding upper doors, painting with epoxy base primer and a semi-gloss finish coat. Paint Color: AF Green. Price includes labor, media blasting, sanding, equipment rental, disposal costs, paint and primer, and setting up and completely removing a small portable emission free building/tent in the open area between Bldg P-42 and overhang for painting and blasting on Travis AFB CA. Item 0002 Repaint Dash 95 (95 Start Cart). Dimensions 117 inches length 60 inches width 80 inches high. Quantity Two (2) Unit Each. Services must comply with Air Force Painting Permit and include hand sanding from top to bottom so as not to damage aluminum, painting with epoxy base primer and a semi-gloss finish coat. Color: AF Green. Price includes labor, sanding, equipment rental, disposal, paint and primer, setting up and completely removing a small portable emission free building/tent in the open area between Bldg P-42 and overhang for painting and blasting on Travis AFB CA. Item 0003 Repaint B-5 Maintenance Stand. Dimensions 115 inches length 100 inches width 96 inches high. Quantity Six (6) Unit Each. Services must comply with Air Force Painting Permit and include sand blasting to bare metal and painting with epoxy base primer and semi-gloss finish coat. Color: AF Green. Price includes labor, sanding, equipment rental, disposal, paint and primer, and setting up and completely removing a small portable emission free building/tent in the open area between Bldg P-42 and overhang for painting and blasting on Travis AFB CA. Item 0004 Repaint B-1 Maintenance Stand. Dimensions 176 inches length 60 inches width 44 inches height. Quantity Three (3) Unit Each. Services must comply with Air Force Painting Permit and include sand blasting to bare metal and painting with epoxy base primer and a semi-gloss finish coat. Paint Color: AF Green. Price includes labor, sand, equipment rental, disposal, paint and primer, and setting up and completely removing a small portable emission free building/tent in the open area between Bldg P-42 and overhang for painting and blasting on Travis AFB CA. Items 0001-0004 shall comply with the following: Services must comply with Air Force Painting Permit and include Sand Blasting base to bare metal, hand sanding upper doors, painting with epoxy base primer and a semi-gloss finish coat. Paint Color: AF Green. Price includes labor, media blasting, sanding, equipment rental, disposal costs, paint and primer, and setting up and completely removing a small portable emission free building/tent in the open area between Bldg P-42 and overhang for painting and blasting on Travis AFB CA. Mask control panels, data plates, castors and tires to prevent these areas from being painted. Also, mask hydraulic lines/components with protective tape to minimize potential damage during media blasting (hydraulic lines require painting after they have been blasted). Remove all existing paint coatings and primers by media/sand blasting. Treat corrosion IAW Technical Order 35-1-3 Technical manual Corrosion Prevention, Painting and Marking of USAF Support Equipment (SE) Change 48. The blasting surfaces will be in near white-condition per Steel Structures Painting Council (SSPC-SP-10-85). Near-white blast clean area is defined as one from which all oil, dirt, mill scale, rust, corrosion products, oxides, paint or other foreign matter have been completely removed. Exceptions will be, very light shadows, very light streaks, or slight discolorations caused by rust stain, mill scale oxides, or slight tissue residues of paint or coating that remain. At least 95% of each square inch of surface area shall be free of visual residues, the remainder shall be limited to slight discoloration as listed above. The National Association of Corrosion Engineers (NACE) Standard TM-01-70 (Visual standard for surfaces of steel air blast cleaned with sand abrasive) will be used as a guide to ensure a near white is produced. The blast cleaned area must be primed before any rusting occurs, otherwise the near -white blast cleaning is lost. Under normal atmospheric conditions, prime the unit within one hour of blast cleaning. Abrasive blasting will not be performed on surfaces where there is a danger of warping or distortion of base metal. Sheet metal thinner than 0.0625 inch (U.S. standard 16 gauge) will not be abrasive blasted. Parts whole dimensions must be retained or parts with deep crevices, threads or machined surfaces will not be machine blasted. Heavy cast iron or tempered steel components such as engines, transmissions, gear boxes, differentials, leaf or coil springs, etc will not be abrasively blasted. Surface areas that are lubricated must not be media blasted. Inspect entire steel structure for cracks and MIG weld as required. Tighten loose hardware as required, damaged hardware will be verified and replaced as necessary by 60 EMS Aerospace Ground Equipment Flight. Clean all surfaces prior to applying primers and paint coatings. Apply Primer coating to the entire unit/structure to include bottom side stair areas, undercarriages and grates with one coat of non-chromated primer, military specification MIL-PRF-23377. Dry film thickness shall be 0.9 to 1.1 mils. Apply finish coat. Paint entire unit/structure with one coat of MIL-C-85285 semi-gloss green (Federal standard 595 Color No. 24052) paint applied to a dry film thickness of 1.6 to 2.4 mils. Total dry thickness for MIL-P-53030 primed surfaces shall be 2.5 to 3.5 mils. Remove barrier material and masking tape prior to releasing each unit to 60th Aerospace Ground Equipment Flight. The installation contractor is responsible for all removal, transport, and disposal of existing spent media and soiled materials from the job site/installation. Disposal shall meet all local, state, and federal regulations. Period of performance: 30 Calendar Days after receipt of order. Price is to include FOB Destination charges to Travis AFB, CA. Site visit is scheduled for 1 P.M. Pacific Time 15 Sep 2003. Contractors are to meet at the 60th Contracting Squadron, 350 Hangar Ave, Travis AFB, CA. Contractors are asked to provide a list of attendees no later than 12 Sep 03 for the site visit. Instructions to Offerors - Commercial Items (Jul 2003), applies to this acquisitions with blanks filled in as follows: Does the delivery schedule meet the delivery objective? Does the contractor past performance demonstrate satisfactory service? Offerors shall provide company past performance information on at least two contracts with the Federal government or Commercial industry that are similar in terms of cost and service, performed over the past two years. Past performance information shall include the contract number and the name and phone number of a point of contact to verify past performance. Ability to provide the requested items, delivery schedule, and past performance, when combined, are equally important to price. If all factors are equal, price will be the determining factor. Offerors who fail to quote the exact items listed in this RFP will be considered non-responsive. Past Performance will be evaluated on a basis of acceptable, unacceptable, or not applicable. Delivery schedule will be evaluated by less than 30 days, good; 30 days, acceptable; greater than 30 days, unacceptable. Items will be graded as follows: Does not meet the standard (-). Meets or exceeds the standard (+). The offeror who has the most (+) signs on the evaluation factors, and is considered the most advantageous to the government, will be considered the apparent awardee. The following provisions and or clauses apply to this acquisition. Offerors must comply with all instruction contained in FAR 52.212-1, Instructions to Offerors-Commercial. Instructions to Offerors - Commercial Items Offerors who fail to quote the exact items listed in this RFP will be considered non-responsive. FAR 52.212-2 Evaluation-Commercial Items, paragraph (a) to this provision is completed as follows: (a) Price (b) Past Performance. FAR 52.212-3, Offeror Representation and Certification-Commercial Items, a completed copy of this provision shall be submitted with the offer. Quotes without this provision will not be considered for an award. DFARS 252.225-7000, Buy American Act-Balance of Payments Program Certificate applies and must be furnished. The following clauses will be incorporated into any resultant Purchase Order by reference: FAR 52.209-6 Protecting the Government?s Interest When Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment; FAR 52.212-4 Contract Terms and Conditions Commercial Items; 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 52.222-35 Equal Opportunity for Special Disabled Veterans, Veterans of the Vietnam Era and Other Eligible Veterans, FAR 52.222-36, Affirmative Action for Workers With Disabilities; FAR 52.222-37, Employment Reports on Special Disabled Veterans, Veterans of the Vietnam Era and Other Eligible Veterans; FAR 52.232-33, Payment of Electronic Funds Transfer Central Contractor Registration; FAR 52.233-3, Protest After Award; FAR 52.247-34 F.o.b. Destination; FAR 52.253-1, Computer Generated Forms; DFARS 252.204-7004, Required Central Contractor Registration; FAR 52.219-6 Notice of Small Business Set-Aside; FAR 52.222-3, Hazardous Material Identification and Material Safety Data. . FAR 228-5, Insurance - Work on A Government Installation, DFAR 252.212-7001, Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items; DFARS 252.225-7001 Buy American Act and Balance of Payments Program; DFARS 252.225-7002 Qualifying country sources as subcontractors. DFARS 252.204-7004, Required Central Contractor Registration. 52.222-41, Service Contract Act of 1965, as Amended, 52.222-42, Statement of Equivalent Rates for Federal Hires. 52.222-42 is filled in as follows: This statement is for information only. This is not a wage determination. WG-7, $19.33/hour, fringe benefits, +/- 30%. Wage Determination 94-2069, Rev 22, dated 6/5/03 is applicable to this order. The following clauses will be incorporated by full text: FAR 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders Commercial Items (DEV); FAR 52.252-2 Clauses Incorporated by Reference; and FAR 52.252-6, Authorized Deviations in Clauses. AFFARS 5352.242-9000 Contractor Access to Air Force Installations. AFFARS 5352.242-9000 is filled in as follows: Social Security Numbers. Required Insurance: $100,000 Workman?s Compensation and Employers Liability Insurance, $500,000 per occurrence General Liability Insurance, Bodily injury, Automobile Liability Insurance $200,000 per person, $500,000 per occurrence for bodily injury and $20,000 per occurrence for property damage. Clauses may be accessed electronically in full text through http://farsite.hill.af.mil/VFFARA.HTM. Environmental Compliance: The contractor shall comply with all Federal, state, local and Travis AFB environmental laws, regulations and directives, store and properly mark all hazardous materials, dispose of all hazardous waste products generated by actions in appropriate containers and locations, monitor and inspect all equipment to ensure all equipment does not leak or release fluids into the environment and clean up any hazardous fluid spills. Security compliance: All contractor personnel shall abide by all security regulations of the installation. Base Access: The contractor shall obtain personal identification photo passes for all employees/subcontractors/representatives and vehicle passes from Security Forces Pass with vehicle registration, valid driver?s licenses, and proof of insurance. Vendors must be actively registered with the Central Contractor Registration (CCR). The CCR website is http://www.ccr.gov. Contractors are asked to submit their TAX ID number with their proposal. Quotes may be transmitted by e-mail or FAX to (707) 424-0288 and are to be received at the 60th Contracting Squadron no later that 4:30 PST on 19 Sep 2003. The point of contact for this solicitation is Rena. Fagan, Contract Specialist, (707) 424-7737, rena.fagan@travis.af.mil. SEE NOTE 1.
 
Place of Performance
Address: Bldg P-42, Travis AFB, CA
Zip Code: 94535
Country: U.S
 
Record
SN00430046-W 20030911/030909213336 (fbodaily.com)
 
Source
FedBizOpps.gov 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.