Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF AUGUST 26, 2006 FBO #1734
SOLICITATION NOTICE

J -- Refurbishment of Predator MQ-9 PB001

Notice Date
8/24/2006
 
Notice Type
Solicitation Notice
 
NAICS
336413 — Other Aircraft Parts and Auxiliary Equipment Manufacturing
 
Contracting Office
Department of the Air Force, Air Education and Training Command, Sheppard AFB Contracting Office, 82d Contracting Squadron 136 K Avenue Ste 1, Sheppard AFB, TX, 76311-2746
 
ZIP Code
76311-2746
 
Solicitation Number
F3V5L16228A100
 
Response Due
8/30/2006
 
Archive Date
9/14/2006
 
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 this notice. This announcement constitutes the only solicitation; quotes are being requested and a written solicitation will not be issued. This solicitation, F3V5L16228A100, is being issued as a Request for Quotation (RFQ). This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular (FAC) 2005-12 and DCN 20060814. This procurement is a 100% Small Business set-aside, NAICS code is 336413 and the small business size standard is 1000 employees. The following commercial items are requested in this solicitation: A Site Visit is scheduled for 28 Aug 06, 1000 Hrs. All interested parties must reply to SrA Kevin Garrison to ensure accountability by COB on 25 Aug 06. Contact information for SrA Garrison is below. Technical specifications will be distributed at the site visit for interested contractors. STATEMENT OF WORK FOR MQ-9 PREDATOR WEAPONS TRAINER REFURBISHMENT 1. DESCRIPTION OF SERVICES/GENERAL INFORMATION. The contractor shall provide all management, tools, supplies, equipment, and labor necessary to refurbish the MQ-9 Predator Weapons Trainer. The following specifications are intended to outline requirements for the MQ-9 Predator Weapons Trainer. No deviations shall be accepted unless approved by the contracting officer. 2. BASIC SERVICES: The MQ-9 Predator air vehicle shall be refurbished using composite materials and metal structures to specifications matching production configuration of the MQ-9 Predator air vehicle. The government shall provide MQ-9 Predator technical data and any additional information required. The refurbished fuselage shall be an empty cavity unless otherwise indicated below. The air vehicle paint color shall match production configuration as closely as possible. Contractor shall coordinate all transportation, maintenance and repairs with the designated site manager at 940-676-7141. 2.1. Fuselage: 2.1.1. External structure shall replicate production configuration. 2.1.2. Air vehicle hoist hard points shall replicate production configuration in form, fit, and function. 2.1.3. Wiring harnesses routing shall replicate production configuration. 2.2. Removable Panels. All panels shall replicate production configuration. 2.3. Removable Radomes and Antennas. All radomes and antennas shall replicate production configuration. 2.4. Left and Right Wings. Wings shall be provided for repair of fuselage. 2.5. Left and Right Tail Plane Assembly. 2.5.1. External structure shall replicate production configuration. 2.5.2. Attaching hardware shall replicate production configuration and shall hold tail assembly at the neutral position. 2.6. Ventral Fin and Rudder: The external structure and attaching hardware shall replicate production configuration. 2.7. Nose and Main Landing Gear Structures and Assemblies: 2.7.1. Nose and main landing gear structure, bulkheads two, five and six, shall replicate production configuration in form, fit and function. 2.7.2. Main and nose landing gear assemblies to mount per production configuration in form, fit and function. 2.8. Engine Air Inlet Housing: Structural repair of the engine air inlet housing will replicate production configuration. 2.10. Metal Fabrication and Machine Work: 2.10.1. The contractor shall coordinate all requirements associated with metal fabrication and machine work with 982 MXS/LGMX. 2.10.2. 982 MXS/LGMX shall provide the contractor all associated metal fabrication and machine work as needed in a timely manner, or shall provide contractor authorization to have work performed locally. 2.11. Site Visits: The contractor shall receive weekly site visits by inspection personnel to monitor progress of refurbishment. 2.12. The government recognizes that some damage may not be detected during a visual inspection. Should the contractor encounter any unforeseen structure problems during the work process they shall notify 982 MXS/LGMX prior to taking action. Further, the contractor shall notify 982 MXS/LGMX with any requirements for technical specifications needed as work progress. 2.13. All work shall be completed within 90 days of contract award unless agreed to by the contracting officer. Work shall be completed when the contractor notifies the contracting officer that all areas of the statement of work are complete and 982 MXS/LGMX concurs in writing. 3. PREDATOR AIR VEHICLE TRANSPORTATION. Upon award and termination of contract the contractor shall provide transportation to and from the contractor?s facility. Shipping container and maintenance stands shall be provided by 982 MXS/LGMX. 4. GOVERNMENT REMEDIES. The contracting officer shall follow the requirements of FAR 52.212-4, Contract Terms and Conditions?Commercial Items (September 2005), for contractor?s failure to correct nonconforming services. 5. LOCATION OF WORK: The work shall be performed at the contractor?s facility. 6. GOVERNMENT-FURNISHED PROPERTY. The government shall provide the contractor a damaged, full-scale MQ-9 Predator air vehicle fuselage, control surfaces and shipping container within five days of contract award. The following can be found at http://farsite.hill.af.mil/farsite.htm, provisions and clauses apply to this acquisition: FAR 52.211-6 Brand Name or Equal. The provision at FAR 52.212-1, Instructions to Offerors--Commercial Items. FAR 52.212-2, Evaluation--Commercial Items quotes will be evaluated and awarded to the offeror with the lowest price technically acceptable. The provision at FAR 52.212-3, Offeror Representations and Certifications -- Commercial Items, and the offeror must include a completed copy of this provision with their proposal. The clause at 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--Commercial Items. Specifically, the following clauses cited are applicable to this solicitation: FAR 52.219-6 -- Notice of Total Small Business Set-Aside, FAR 52.222-3, Convict Labor, FAR 52.222-19, Child Labor, FAR 52.222-21, Prohibition of Segregated Facilities, FAR 52.225-13, Restrictions on Certain Foreign Purchase, FAR 52.222-41, Service Contract Act of 1965, As Amended, FAR 52.222-42Statement of Equivalent Rates for Federal Hires, FAR 52.252-1, Solicitation Provisions Incorporated by Reference, FAR 52.252-2 -- Clauses Incorporated by Reference, 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 Handicapped Workers; FAR 52.222-37, Employment Reports on Disabled Veterans and Veterans of the Vietnam Era. The clause at FAR 52.232-33, Payment by Electronic Funds-Central Contractor Registration. The clause at DFARS 252.204-7004, Required Central Contractor Registration; DFARS 252.212-7001, Contract Terms and Conditions Required to Implement Statues or Executive Orders. The Government reserves the right to award on a multiple award or an all or none basis. All firms must be registered in the Central Contractor Registration database @ www.ccr.gov and shall be considered for award. All quotes must be sent to SrA Kevin Garrison at: Fax 940-676-7652; e-mail kevin.garrison@sheppard.af.mil; or mail directly to 82 CONS 136 K Avenue Suite 1, Sheppard AFB TX 76311. Quotes are required to be received no later than 12:00 PM CST, Wednesday, August 30, 2006.
 
Record
SN01124639-W 20060826/060824220943 (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  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.