SOLICITATION NOTICE
15 -- Refurbish T-38 static display aircraft
- Notice Date
- 9/16/2003
- Notice Type
- Solicitation Notice
- 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
- ZIP Code
- 36112-6334
- Solicitation Number
- Reference-Number-F73AUO32451500
- Response Due
- 9/24/2003
- Archive Date
- 10/9/2003
- Point of Contact
- Michael Verbitski, Contract Specialist, Phone (334)953-8083, Fax (334)953-9872, - Michael Verbitski, Contract Specialist, Phone (334)953-8083, Fax (334)953-9872,
- E-Mail Address
-
michael.verbitski@maxwell.af.mil, michael.verbitski@maxwell.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 FAR Subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation. Firm quotes are requested and a written solicitation will not be issued. This is a Request for Quotations (RFQ), and the reference number is F73AUO32451500. This solicitation document and incorporated provisions are those in effect through Federal Acquisition Circular 2001-15. This is a 100 % Small Business Set-Aside. The NAICS code is 238320 and the size standard is $12,000,000.00. The contractor shall refurbish a T-38 static display aircraft, located on the Tennessee State University Campus, east side of Kean Hall, Nashville, TN in accordance with the following statement of work. STATEMENT OF WORK 1. All static display renovation/maintenance will be accomplished on site, as is, where is. Contractor shall provide all 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. 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 airworthiness 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 AU/HO and or 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 AU/HO and/or 42 CONS/LGCM-3 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 AU/HO and/or 42 CONS/LGCM-3 representative(s) to accomplish before work begins. Contractor will give 10-day notice to AU/HO and/or 42 CONS/LGCM-3 before beginning any painting. 11. The contractor will provide required safety equipment. 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. 14. Contractor assumes all responsibility for over spray on vehicles, buildings, landscaping, etc. 15. Paint/repair equipment and supplies shall be removed from the work site after work has been completed. 16. Work will be performed during normal duty hours, Monday through Friday with some weekend work. The provision in FAR 52.212-1, Instructions to Offerors-Commercial items, is applicable to this solicitation. FAR 52.212-2, Evaluation-Commercial Items, is applicable to this solicitation and the blanks in section (a) are completed as follows: Price considerations. Offerors shall include with their quotes, a completed copy of FAR 52.212-3, Offeror Representations and Certifications--Commercial Items. FAR 52.212-4, Contract Terms and Conditions--Commercial Items, FAR 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders--Commercials Items, FAR 52.232-33, Payment by Electronic Funds Transfer--Central Contractor Registration, and DFARS 252.204-7004, Required Central Contractor Registration, are applicable to this acquisition. The full text of these clauses may be accessed electronically at this address: http://farsite.hill.af.mil. Quotes are due by 3:00pm central standard time, 24 September 2003. Responses to this RFQ must be received via fax or USPS by the stated response time at the 42nd Contracting Squadron, 50 LeMay Plaza South, Maxwell AFB, AL, 36112. Quotes should be marked with the reference number. Vendors not registered in the Central Contractor Registration (CCR) database prior to award will be ineligible for award. No written request for quote is available.
- Place of Performance
- Address: Tennessee State University, AFROTC Detachment 790, 3500 John Merritt Blvd, East side of Kean Hall, Nashville, TN 37209-1561
- Zip Code: 37209-1561
- Country: USA
- Zip Code: 37209-1561
- Record
- SN00435433-W 20030918/030916213155 (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 |