Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JUNE 22, 2005 FBO #1304
SOLICITATION NOTICE

Z -- Static Aircraft Repair/Paint

Notice Date
6/20/2005
 
Notice Type
Solicitation Notice
 
NAICS
336413 — Other Aircraft Parts and Auxiliary Equipment Manufacturing
 
Contracting Office
Department of the Air Force, Air Force Special Operations Command, 16th CON - Hurlburt, 350 Tully Street, Hurlburt Field, FL, 32544
 
ZIP Code
32544
 
Solicitation Number
Reference-Number-F2F2015109A100
 
Response Due
7/7/2005
 
Archive Date
7/22/2005
 
Description
This is a combined synopsis/solicitation for the 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; a quote is being requested and a written solicitation will not be issued. Solicitation Reference number F2F2015109A100 is hereby issued as a Request for Quotation. The incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2001-14. This solicitation is 100 percent set-aside for Full and Open Competition and is under North American Industry Classification System Code 336413, with a small business size standard of 1000 employees. Hurlburt Field intends to purchase services to repair and paint two static aircraft, one U-10A and one O-1E, in accordance with the following statement of work: (Begin statement of work) C.1.0 Special Note: This Task Order (T.O.) Statement of Work (SOW) is provided as a supplement and further definition of the requirements contained in the SOW in the basic Contract. It is intended to implement specific contract SOW paragraph(s) by providing information which further defines the requirement(s) contained in the contract SOW. Where conflicts between this T.O. SOW and the contract SOW arise, the contract SOW shall govern. Nothing in this SOW is intended to supersede applicable laws or regulations. C.1.1 Program Goals/Objectives: The contractor shall provide any personnel, supervision, and other items and services, specifically listed as contractor furnished, as are necessary to perform repair actions for the 16th Special Operations Wing as defined in this Statement of Work (SOW). The contractor shall perform to the standards and specifications contained in the contract, as supplemented by this T.O. SOW. C.1.2 Background: This SOW is provided in response to damage sustained to two static display aircraft as a result of Hurricane Ivan in September of 2004. C.1.3 Personnel: C. 1.3.1 Conflicts of Interest: The contractor shall not employ any person who is an employee of the US Government of the Department of Defense (DoD), either military or civilian, if the employment of that person would create a conflict of interest. Nor shall the contractor employ any person who is a civilian or military employee of the DoD unless such person seeks and receives approval from the organization in which they are currently assigned. C.1.4 Quality Assurance: The government will evaluate the Contractor?s performance through periodic, random quality control visits to the Contractor?s facility, during the contractor?s normal work hours. Monitoring will be accomplished once a week to ensure compliance with this SOW. The Government may decrease the number of quality control inspections if performance dictates. C.1.4.1 Unsatisfactory Services: All customer complaints shall be provided to the Contracting Office Representative (COR). The Contractor shall be responsible for initially validating customer complaints. However, the COR shall make a final determination of the validity of customer complaint(s) in cases of disagreement with the customer(s). Resolution of customer complaints determined to be valid by either the Contractor or the Government point of contact shall be initiated within two hours of receipt of the complaint. When an observation indicates defective performance, the COR will require contractor personnel at the site to initial the observation. The initialing of the observation does not necessarily constitute concurrence with the observation, only acknowledgment that he or she has been made aware of the defective performance. C.1.5 Government Furnished Property and Services: C.1.5.1 Property: One U-10A and one O-1E aircraft. C.1.5.2 Facilities: N/A C.1.5.3 Equipment: N/A C.1.5.4 Inventory: N/A C.1.5.5 Material: All markings and insignia will be provided by the government. C.1.5.6 Services: Pictures of aircraft will be provided by the 16 EMS Structural Maintenance element upon request to aid in repair or re-paint of aircraft. C.1.6 Contractor Furnished Items or Services: Given the items or services listed specifically as Government Furnished, the contractor shall furnish the personnel required to perform this SOW. C.1.6.1 Material : All materials and parts required to accomplish the specific tasks of this SOW will be procured and maintained by the contractor except as noted in government furnished property and services. C.1.6.2 Services: Transportation of aircraft from Hurlburt Field to the contractor?s repair facility and transportation back to Hurlburt Field once repair and repainting have been accomplished. Transportation services will be FOB destination and must be large enough to accommodate one aircraft in its entirety. Removal of the wings is permissible and will be accomplished by contractor. The contractor shall provide atleast a 2 year warranty on visible defects and peeling of the paint, and a 2 year warranty on visual corrosion and fastener defects for this contract. C1.7 Specific Tasks: C.1.7.1 Scope: The scope of this effort establishes the requirement to provide repair and repainting to two aircraft owned by the government and maintained at Hurlburt Field, FL. The subject aircraft (SA) to be repaired are a U-10A and O-1E. C.1.7.2 Tasks: The following actions will be performed on the SA and all standard commercial practices of aircraft repair will be accepted, unless otherwise noted: a) A thorough inspection of all damaged areas to include structural members, engine mounts, flight controls, windows, tires and wheels. b) Repair or replacement of all damaged parts that will retain SA?s strength requirements as static display aircraft. Method of repair will be at the discretion of the contractor concerning repair or replacement, so long as original structural integrity is retained. c) Repaint of complete exterior of SA to match original configurations. The paint will include blacking out the windows as well. The paint coating system used will be epoxy primer, MIL-P-23377 and polyurethane topcoat, MIL-PRF-85285D, applied via spray equipment. d) Re-apply markings and insignia to exterior of aircraft to match original configuration. e) Any equipment removed to perform repairs or painting will be reinstalled in original configuration. Minor repairs that occur during transportation of the aircraft back to Hurlburt Field are allowed to be performed on base. (End statement of work) The following clauses and provisions are hereby incorporated either by reference or full text are to remain in full force and effect in any resultant purchase order: FAR 52.212-1, Instructions to Offerors- Commercial Items (Jan 2005). It applies to this acquisition and is amended to read: Far clauses and provisions can be located via the Internet at: http://farsite.hill.af.mil. Submit signed and dated quotations on company letterhead or quotation form. The Government reserves the right to evaluated proposals and award a contract without discussions with offerors. Offers shall be evaluated in accordance with FAR 52.212-2, Evaluation of Commercial Items (Jan 1999), which is incorporated into the Request for Quote, with addendum to paragraph (a) as follows: The following factors shall be used to evaluate offers: (i) technical capability of the item(s) offered to meet the Government requirement as stated in this synopsis; (ii) price. The Government will make award to the responsible offeror whose offer conforms to the solicitation and is the greatest value to the Government. Technical capability and price are of equal importance. Each offeror shall include a completed copy of provisions at FAR 52.212-3, Offeror Representations and Certifications Commercial Items (Mar 2005), with the quotations. Submit signed and dated offer to: Department of the Air Force, 16 CONS/LGCY, Attn: Garry Conn, 350 Tully Street, PO Box 9190, Hurlburt Field FL 32544-9190 at or before 1630 (4:30 PM Central Standard Time), 7 July 2005. The clauses at FAR 52.212-4, Contract Terms and Conditions ? Commercial Items (Oct 2003), applies to this acquisition with the following addendum: DFARS 252.204-7004, Required Central Contractor Registration (Nov 2003). The clause at FAR 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders (Apr 2005), applies to this acquisition and is incorporated by reference. The clause at FAR 52.232-33, Payment by Electronic Funs Transfer- Central Contractor Registration ( 31 U.S.C. 3332) (Oct 2003) applies to this acquisition and is incorporated by reference. The clause at DFARS 252.212-7001, Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisition of Commercial Items (Jan 2005) applies to this acquisition and is incorporated by reference. A Firm-Fixed-Price Purchase Order will be issued in writing. All questions must be in writing and may be faxed to (850) 884-5372. All answers to questions will be posted on EPS. A SITE VISIT HAS BEEN SCHEDULED FOR 29 JUNE 2005 at 9:00 A.M. LOCAL TIME. ALL VENDORS WILL MEET ON THE SOUND-SIDE PARKING LOT OF HURLBURT FIELD, FL 32544 WHERE THEY WILL BE MET BY A CONTRACTING REPRESENTATIVE AND THEN ESCORTED TO THE SITE. Fax or email written request with name of those who will attend the site visit to Garry Conn, Contract Specialist, Fax (850) 884-5372 or email at garry.conn@hurlburt.af.mil. Requests must be received no later than 27 June 2005 @ 9:00 A.M., currently this is the only site visit planned however the contracting representative may schedule another if he/she sees fit.
 
Place of Performance
Address: Hurlburt Field, FL
Zip Code: 32544
Country: USA
 
Record
SN00832704-W 20050622/050620212007 (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.