SOLICITATION NOTICE
15 -- Aircraft Engine Repair
- Notice Date
- 1/18/2007
- Notice Type
- Solicitation Notice
- NAICS
- 336412
— Aircraft Engine and Engine Parts Manufacturing
- Contracting Office
- Department of the Air Force, Air Mobility Command, 437th CONS, 101 E. Hill Blvd, Charleston AFB, SC, 29404-5021, UNITED STATES
- ZIP Code
- 00000
- Solicitation Number
- FOXU1N70050001
- Response Due
- 1/25/2007
- Archive Date
- 2/9/2007
- Description
- (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 requested and a written solicitation will not be issued. (ii) This solicitation/synopsis reference number is FOXPLANES and is being issued as a Request for Proposal (RFP). ?This is a nonappropriated fund purchase and it does not obligate appropriated funds of the United States Government. Nonappropriated funds are generated by the military community through the sale of goods and services and the collection of fees and charges for participation in military community programs. This purchase does not involve federal tax dollars.? (See AFMAN64-302, Chapter 8, Solicitations and Award) (iii) This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-14, Effective 22 Nov 2006. (iv) This acquisition is solicited unrestricted. The associated NAICS code is 336412. (v) Contractors shall submit a lump sum quote for Air Craft Repair. All responsible sources may submit proposal, which shall be considered. The price schedule is available upon request. Contact SSgt Gilbert Mincey at (843) 963-5168 or email gilbert.mincey@charleston.af.mil. (vi) FOXPLANES ? The requirement is to provide repairs to the Charleston Air Force Base Aero AirCraft, N450AF. The awarded vendors facility must be within 250 nautical mile radius around Charleston, SC. The repairs should be completed and be received no later than 60 calendar days of award. STATEMENT OF WORK Repair to N450AF Aero Club aircraft with damage discovered. The Aircraft, N450AF, will ferried (by Aero Club personnel) to the contractor. The work will entail removal of engine, engine mount, subsequent structures associated with the firewall and parts forward and reward. All structures on the engine will be inspected and repaired as necessary by the awarded contractor. The firewall will be removed (then be replaced) and the ?tunnel? (structure located directly behind the firewall) and the external/internal skin and structures attached to the firewall will be inspected and parts replaced as necessary. The nose and main landing gear will be inspected and repaired as necessary. The Nose strut will expect to be repaired/replaced as necessary. The contractor is required to inspect all ports on the aircraft including structures in the rear of the aircraft to determine subsequent damage. The aircraft is NOT to be painted (prime is approved) by the contractor for the aircraft delivered to the paint shop (Salisbury, NC) by Aero Club personnel directly after repairs are completed by the contractor. All work will be accomplished in accordance with FAA, USAF (Aero Club), aircraft manufacture maintenance manual and local government rules and regulations. USAF/Aero Club rules and regulations will be supplied to the contractor upon request. The contractor is expected to be familiar with FAA, local, and aircraft manufacture rules and regulations. (vii) The award will be made on a Purchase Order (PO), FOB Destination. (viii) The following clauses and provisions are incorporated and will remain in full force in any resultant award: (full text of clauses and provisions may be assessed electronically at this website: http://farsite.hill.af.mil) FAR 52.212-1, Instructions to Offerors-Commercial. (ix) FAR 52.212-2 Evaluation-Commercial Items Evaluation. The Government will award a contract resulting from this solicitation to the responsible offeror whose offer conforming to the solicitation will be most advantageous to the government, price and other factors considered. The following factors shall be used to evaluate offers: 1. Technical capability of the item offered to meet the Government requirement. 2. Price- The Government will evaluate offers for award purposes or the total price for the requirement. The government reserves the right to award to other than the low offeror. (x) Contractors shall include a completed copy of FAR 52.212-3, Offerors Representation and Certifications Commercial Item or complete electronic annual representations and certifications at http//orca.bpn.gov. (xi) FAR 52.212-4 Contract Terms and Condition?Commercial Items; (xii) FAR 52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders?Commercial Item are incorporated by reference, however, for paragraphs (b) and (c) the following clauses apply; FAR 52.222-21 -Prohibition Of Segregated Facilities; 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 Workers With Disabilities; FAR 52.222-37 -Employment Reports On Disabled Veterans And Veterans Of The Vietnam Era; FAR 42.222-42 Statement of Equivalent Rates for Federal Hires; FAR 52.222-44 Fair Labor Standards Act and Service Contract Act ? Price Adjustment; FAR 52.232-33 -Payment by Electronic Funds Transfer--Central Contractor Registration; 52.225-1, Buy American Act - Supplies; (xiii) The following additional clauses are applicable to this procurement. FAR 52.211-17 Delivery of Excess Quantities FAR 52.219-6, Notice of Total Small Business Set-Aside (if applicable) DFARS 252.204-7004 -Required Central Contractor Registration (CCR); Contractors must be registered in the CCR database prior to award. Offerors not registered in the CCR will be ineligible for award (register at http://www.ccr.gov.com or call 1-800-334-3414). DFARS 252.225-7000, Buy American Act (BAA) - Balance of Payments Program Certificate DFARS 252-225.7001, Buy American Act (BAA) - Balance of Payments Program DFARS 252.225-7002, Qualifying Country Sources as Subcontractors DFARS 252.232-7003, Electronic Submission of Payment Requests DFARS 252.232-7009, Mandatory Payment by Government Purchase Card DFARS 252.246-7000, Material Inspection And Receiving Report AFFARS 5352.201-9101, Ombudsman (IAW 5301-9103); complete paragraph c as follows: Mr. Michael R. Jackson, HQ AMC/A7K, 507 Symington Dr., Scott AFB, IL, 62225-5022, (618) 229-0267, fax (618) 256-6668, e-mail: Michael.jackson@scott.af.mil. (xiv) Response to this combined synopsis/solicitation must be received via email, fax, mail, or delivery by 25 January 2007 no later than 4:30 PM Eastern Standard Time. Requests should be marked with solicitation number FOXPLANES. (xv) Addressed to SSgt Gilbert Mincey, Contract Specialist, Phone 843-963-5168, fax 843-963-5183, email gilbert.mincey@charleston.af.mil or Jacqueline Brown, Contracting Officer, Phone 843-963-5169, email jacqueline.brown@charleston.af.mil. For business opportunities, visit http://www.selltoairforce.org, http://public.charleston.amc.af.mil/organizations/437AW/437MSG/437CONS/index.htm, and http://www.sba.gov.
- Place of Performance
- Address: 437 CONS/LGCA, 101 E. Hill Blvd, Charleston AFB, SC
- Zip Code: 29404-5021
- Country: UNITED STATES
- Zip Code: 29404-5021
- Record
- SN01214637-W 20070120/070119093136 (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 |