SOLICITATION NOTICE
99 -- REFURBISHING F/A-18 CANOPIES
- Notice Date
- 4/22/2004
- Notice Type
- Solicitation Notice
- NAICS
- 488190
— Other Support Activities for Air Transportation
- Contracting Office
- Department of the Navy, Naval Supply Systems Command, Regional Supply Office Oceana, 983 D Avenue (CODE 194), Virginia Beach, VA, 23460-2208
- ZIP Code
- 23460-2208
- Solicitation Number
- N60191-04-Q-0005
- Response Due
- 5/7/2004
- Archive Date
- 5/25/2004
- Point of Contact
- Lou Hemmings, Purchasing Agent, Phone 757-433-3442, Fax 757-433-2176, - Lou Hemmings, Purchasing Agent, Phone 757-433-3442, Fax 757-433-2176,
- E-Mail Address
-
hemmingsl@nasoceana.navy.mil, hemmingsl@nasoceana.navy.mil
- Small Business Set-Aside
- Total Small Business
- Description
- The COMSTRKFIGHTWINGLANT, NAS Oceana, Virginia Beach, VA has a requirement for the cleaning and refurbishment of 30 ea F/A-18 aircraft canopies. All work shall be performed in accordance with the Statement of Work (See (vi)) (i) 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 being requested and a written solicitation will not be issued. (ii) The solicitation number is N60191-04-Q-0005 and is issued as a Request for Quote (RFQ). (iii) The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2001-22 and Defense Far Supplement (DFARS) Change Notice 20040323 (iv) The NAICS Code is 488190. (vi) STATEMENT OF WORK: 1.0 Background. There is a critical shortage of replacement F/A-18 canopies and windscreens. Periodically aircraft canopies become discolored/hazy causing the vision of the pilot to be impaired. These canopies have to be refurbished. 2.0 Objective. This scope of work outlines the requirements for the Cleaning/Refurbishment of F/A-18 Aviation Canopies in support of COMSTRKFIGHTWINGLANT?s efforts to preserve on-hand assets. 3.0 Tasks. The contractor shall perform the specified tasks at COMSTRKFIGHTWINGLANT, Sqds VFA-15, VFA?34, VFA?37, VFA?81, VFA?83, VFA?87, VFA?105, VFA?106, VFA?131 and VFA-136, NAS Oceana, Virginia Beach, VA; and at COMSTRKFIGHTWINGLANT DET, Sqds VFA-82 and VFA-86, Beaufort, SC. The contractor shall provide all necessary equipment, tools, and materials and shall polish and refurbish F/A-18 canopies and windscreens to improve optical clarity in accordance with Local Engineering Specification (LES) NI 31031-89 (Attachment 03). The contractor shall utilize only approved methods and materials in the performance of this process as set forth in references A thru C. 3.1 The contractor shall: (1) Clean and refurbish single and two-seat aircraft canopies and windscreens. The process shall preserve the optical integrity of the transparency without any distortion. The contractor shall perform work on installed or uninstalled transparencies. (2) Return the transparency to a designated Quality Assurance Representative (QAR) polished, cleaned, and clear of all surface scratches or hazing with a definite improvement in optical clarity. Workmanship shall be such that all work performed meets all standards of serviceability. (3) Provide, at a minimum, one person to serve as Refurbishment Team Supervisor who shall conduct liaison between the government and the contractor. In addition, this individual shall coordinate the maintenance effort of the team and the induction of aircraft and/or transparencies into the refurbishment process via a Visual Information Data Sheet Maintenance Action Form (VIDS MAF) work request, for logbook entries. (4) Ensure that all contractor personnel possess all required physicals and any other qualifications needed in the execution of transparency refurbishment. (5) Complete refurbishment within a three-hour time frame upon aircraft or transparency delivery. (6) Ensure contractor personnel are trained and strictly abide by all the policies and procedures addressed by the references. Maintain total control of equipment and materials utilizing accountability checklists. (7) Coordinate with COMSTRKFIGHTWINGLANT for the training of contractor personnel for use of ground support equipment and facilities. (8) Track and maintain records by squadron, aircraft bureau number, and canopy or windscreen serial number of all inspections conducted and maintenance performed. (9) Maintain and provide all tools, consumables, and personal protective equipment needed for the performance of work. (10) Utilize only United States Navy approved materials and equipment in the performance of work. (11) Coordinate with COMSTRKFIGHTWINGLANT security manager for verification of security clearances for contractor personnel working with classified materials, publications, or equipment. 3.2 Develop Status Updates and Reports. The contractor shall prepare correspondence and historical data to include Maintenance Records so that the squadron maintenance personnel can account for the refurbishment of the windscreens and transparencies. The contractor shall provide repair data and location of repair so as not to exceed the limitations set forth in the references. The contractor will provide historical data upon request of the government in the form of computer files and paper copies of all work performed. 4.0 Target Deliverables. The successful completion of canopy or windscreen refurbishment will be verified and accepted by a COMSTRKFIGHWINGLANT designated Quality Assurance Representative (QAR) and the Contracting Officer?s Representative (COR) (to be assigned at time of contract award). The QAR and COR will ensure that the work performed by the contractor meets the criteria set forth by the references and the statement of work. A Quality Assurance worksheet or checklist will be utilized by the QAR, with the contractor correcting any discrepancies noted before acceptance of the aircraft or transparency. The contractor shall not exceed the limitations set forth in the references while performing refurbishment or windscreens or canopies. In the performance of transparency refurbishment the contractor shall conduct an optical inspection of the windscreen and canopy. Imperfections include but are not limited to oxidation, crazing, paint over spray, gun gas scorching, pitting, scratching and swirling. The contractor shall determine acrylic thickness next to areas with imperfections using a Universal Optical Micrometer as outlined in reference b. If local thickness of windscreen is less than 0.550 inch and canopy is less than 0.180 inch, the transparency must be replaced at the organizational level. 5.0 Government Furnished Equipment and Information. The Government will: (1) Provide a facility or hangar equipped to conduct canopy or windscreen refurbishment. (2) Prepare aircraft or transparencies prior to induction in accordance with the references. (3) Provide personnel to conduct all acceptance inspections and services. (4) Coordinate induction of aircraft or transparencies by squadrons to the contractor. (5) Provide and maintain all applicable publications and ground support equipment required to conduct maintenance on aircraft transparencies. (6) Train contractor personnel for the use of applicable ground support equipment and facilities. (7) Track and maintain records by squadron, aircraft bureau number, and canopy or windscreen serial number of all inspections conducted and maintenance performed. (8) Provide access to office or administration materials as needed by the contractor. 8.0 Security Requirements. The government will provide assistance to the contractor in obtaining base and workplace access during the period of support. All access documentation will be returned to the government at the completion of the support services. Compliance with all USN communications regulations pertaining to access to e-mail and Internet activities is mandatory. Failure to comply is grounds for immediate dismissal. A U.S. secret security clearance will not be required. 9.0 References. a) A1-F18AC-SRM-220; (b) A1-F18AE-SRM-650; (c) F/18 Local Engineering Specification 31031-89. Copies of references may be requested by facsimile to AMCS Vernon Hinson, facsimile # (757)433-9193, phone (757)433-9191. (vii) Performance: The cleaning and refurbishment process shall be performed at the COMSTRKFIGHTWINGLANT Squadrons, NAS Oceana, Virginia Beach, VA ? VFA-15, VFA-34, VFA-37, VFA-81, VFA-83, VFA-87, VFA-105, VFA-106, VFA-131, VFA 136 and COMSTRKFIGHTWINGLAND DET Beaufort, SC, VFA-82 and VFA-86. Performance shall begin upon effective date of contract and continue for a period of . (viii) The following clauses and provisions apply to this solicitation: FAR 52.212-1, Instructions to Offerors-Commercial Items; FAR 52.212-3, Offeror Representations and Certifications ? Commercial Items; FAR 52-212-4, Contract Terms and Conditions FAR 52-212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders ? Commercial Items with the following FAR clauses in paragraph (b) and (c) which shall apply to the resultant contract: 52.222-19, 52.222-21, 52.222-26, 52.222-35, 52.222-36, 52.222-37, 52.225-13, 52.232-33, 52.222-41, 52.222-41; FAR 52-228-5, Insurance-Work on a Government Installation; DFARS 252.212-7000, Offeror Representations and Certifications ? Commercial Items; DFARS 252.212-7001, Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items; (ix) INSTRUCTIONS TO OFFERORS: (1) Offerors should fax a request for copies of the references identified in the Statement of Work to AMCS Vernon Hinson, facsimile (757)433-9193, phone (757)433-9191 (2) Offerors are to include completed copies of FAR Clause 52.212-3 and DFARS Clause 252.212-7000 with their proposal; (3) Offerors must acquaint themselves with the regulations concerning Commercial Item acquisition contained at FAR Subpart 12 and must ensure that all Representations and Certifications are completed and returned as called for in this solicitation. Offerors not in possession of the above referenced clauses in full text may obtain them at http://farsite.hill.af.mil/. (x) EVALUATION AND AWARD (1) The Government intends to award a firm-fixed price contract as a result of this synopsis/solicitation to the low, technically acceptable, responsive, responsible offeror whose offer, conforming to the solicitation, will be most advantageous to the Government. The Government may (1) reject any or all offers if such action is in the public interest, (2) accept other than the lowest offer, and (3) waive informalities and minor irregularities in offers received. The government may award a contract on the basis of initial offers received without discussion. Therefore,. each initial offer should contain the offeror?s best terms from a cost or price and technical standpoint. (2) Due to the interrelationship of the services to be provided, the government reserves the right to make a single award for all line items. (3) In accordance with FAR 15.304, past performance will be evaluated. Offeror must provide the following information for five (5) of your most recently completed contracts for like or similar services that we may contact to obtain information regarding your past performance: (a) Government Agency or Company Name, (b) POC Name, (c) POC phone and fax numbers, and (d) POC e-mail address. (xi) Offeror must provide company name, complete mailing and remittance addresses, Cage code, Dunn and Bradstreet Number, Taxpayer ID number, and payment terms. Effective 01 March 1998, all contractors must be registered in the Central Contractor Registration (CCR) database as a condition of contract award. Contractors may register at http://www.acq.osd.mil or call the DoD Electronic Commerce Information Center at 800-334-3414. (xii) Responses to this solicitation are due by 4:00 p.m. on 07 May 2004 and may be submitted to the Contracting Department via one of the following methods: (1) U.S. Postal Service at: Regional Supply Officer, Regional Supply Oceana, 983 D Avenue (code 194), Attn Lou Hemmings, Virginia Beach, VA 23460-2208. (2) FedEx, UPS, etc. delivery to: RSO Oceana, Purchasing Branch, Attn Lou Hemmings, Bldg 730, NAS Oceana, Virginia Beach, VA 23460, or (3) facsimile at (757) 433-2176. The offeror is responsible for insuring that proposals are received at the Contracting Department before closing date and time specified. No oral offers will be accepted. Reference solicitation number N60191-04-Q-0005 on proposal. (xiii) For questions regarding this solicitation contact Lou E. Hemmings, 757-433-3442 or e-mail, hemmingsl@nasoceana.navy.mil
- Place of Performance
- Address: NAS OCEANA, VIRGINIA BEACH, VIRGINIA AND BEAUFORD, SOUTH CAROLINA
- Record
- SN00571263-W 20040424/040422212450 (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 |