SOLICITATION NOTICE
10 -- CANNON RESTORATION
- Notice Date
- 8/26/2008
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 712120
— Historical Sites
- Contracting Office
- Department of the Army, Army Contracting Agency, North Region, Army Reserve Contracting Center - East, Army Reserve Contracting Center - East, 5418 South Scott Plaza, Fort Dix, NJ 08640-5097
- ZIP Code
- 08640-5097
- Solicitation Number
- W911S1-08-T-00-66
- Response Due
- 9/4/2008
- Archive Date
- 11/3/2008
- Point of Contact
- Deborah E. Terrell, 609-562-2093<br />
- Small Business Set-Aside
- Total Small Business
- Description
- This is a combined synopsis/solicitation for commercial services prepared in accordance with the format in FAR Subpart 12.6 and 13.5, 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. This is a Request For Quote (RFQ) and the solicitation number is W911S1-08-T-0066. The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-26 effective 12 June 2008. FedBizOps Numbered Notes per FAR Part 5.207-13(e) apply: 12 and 13. The North American Industry Classification System code (NAICS) is 712120, Historical Sites. The Standard Industrial Classification (SIC) is 8412, Museums & Art Galleries. This requirement is being solicited as a small business set-aside and the size standard is $6.5M. A firm fixed price contract will be awarded. Award will be made to the vendor which offers the best value to the government. The Government also reserves the right to make no award at all. DESCRIPTION OF REQUIREMENT: Restoration of a M1897A4 French 75 Gun. Disassemble completely and determine damaged and missing parts. Inventory, clean, remove and return any sensitive items, i.e., optics, firing pins, in nonreactive containers. Clean the metal, remove all of the rust, and stabilize non-removable rust by removing its oxidizing ability. Water jet the metal to remove all hazmat paint and material. Dispose of HAZMAT paints and primers, asbestos brake shoes, and compensator washers (if intact). Restore/replace and repair damaged metal and strengthen old metal. NOS parts are mandatory except tires, tubes, stems, and ceramic brake shoes. Damaged metal parts must be rebuilt using original materials, i.e. bronze, steel, copper, or oak/ash/hickory (in mounting boxes). No plastics or fillers. Remove the armor from the frame and clean by water jet (CARE MUST BE TAKEN NOT DAMAGE ANY INSPECTION PLATES OR MANUFACTURERS MARKINGS). If the frame is damaged, repair it to its original condition. Repair and rebuild the breach block. Remove the breach ring from the barrel and inspect the steel vapor gasket. Replace the gasket if not found. Lubricate and reassemble. Remove all rust from the barrel. Inspect rifling and photograph to document condition. Use hydroscopic sealant on the bore to prevent future deterioration. Remove trail mountings and remove old paint coating and rust. Inspect non-visible areas for rust, damage, or structural problems, then repair by cutting out the weak areas and replacing them with steel plates. Fix small holes with weld and blend (less than 3/8m deep). Clean and rebuild the elevation and traverse system and components. Remove all of the existing fluids and lubricants and replace with fluids that will not damage the artifact (no hazmat lubricants). Guarantee fluids will not leak for at least 6 years. Replace worn or inoperable parts for safety: i.e. brake linings, tires, and any lubrication fitting cables and wires. Painted metal must receive 2 coats of a black hydroscopic metal stabilizer and 3 coats of olive drab, which can be found in Federal Standard 595B Colors, Amended July 1994, and 2 coats of an ultraviolet sealant. All brass fittings including barrel sections are to be polished, not painted, and coated with a UV sealant to prevent tarnishing. Rebuild the Gun and Carriage using non-reactive barriers to interface friction points so there is no damage to the body work. Heat shrink mounting barriers work best. Do not use adhesives or dry power lubricants in primary assembly stage. This artifact is to be fully functional in all aspects except detonation. Do not paint over data plates. Any parking that is removed because of painting must be painted back on the gun in the same color, size, and location of the original marking. Contractor will pick up the artifact from the Fort Dix Museum, Fort Dix, NJ, and take it to his/her work site. When the work is completed, the artifact will be returned to the location in which the item was picked up. DELIVERY ADDRESS: Fort Dix Museum, 6501 Pennsylvania Avenue, Fort Dix, New Jersey PROVISIONS/CLAUSES: The following Federal Acquisition Regulation (FAR), provisions and clauses apply to this solicitation and are incorporated by reference (provisions and clauses may be obtained via the internet: http://farsite.hill.af.mil, http://www.arnet.gov/far/, or http://safaq.hq.af.mil/contracting): FAR 52.204-7, Central Contractor Registration; FAR 52.212-1, Instruction to Offerors-Commercial Items; FAR 52.212-4, Contract Terms and Conditions-Commercial Items; FAR 52.225-13 -- Restrictions on Certain Foreign Purchases; FAR 52.247-34, F.O.B. Destination. The following FAR clauses apply to this solicitation and are incorporated in full text: FAR 52.212-3, Offeror Representation and Certifications-Commercial Items (Offeror must submit a completed copy of this prevision with its proposal for the proposal to be considered. See https://orca.bpn.gov/ for online submittal); FAR 52.212-5, Contract Terms and Conditions Required to Implement Statutes Or Executive Orders-Commercial Items, within FAR 52.212-5, the following clauses apply: FAR 52.219-28, FAR 52.222-3, Convict Labor; FAR 52.222-19, Child Labor-Cooperation with Authorities and Remedies; FAR 52.222-21, Prohibition of Segregated Facilities; FAR 52.222-26, Equal Opportunity; FAR 52.222-35, Equal Opportunity for Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans; FAR 52.222-36, Affirmative Action for Workers with Disabilities; FAR 52.222-37 -- Employment Reports on Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans; FAR 52.222-41, Service Contract Act of 1965; FAR 52.222-42, 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; FAR 52.252-2, Clauses Incorporated by Reference. The following Defense Federal Acquisition Regulation Supplement (DFARS) clauses apply to this solicitation and are incorporated by reference: DFARS 252-204-7004 Alt A, Required Central Contractor Registration (52.204-7) Alternate A. The following DFARS clauses apply to this solicitation and are incorporated in full text: 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, within DFARS 252.212-7001, the following clauses apply: DFARS 252.225-7001, Buy American Act and Balance of Payment Program; DFARS 252.232-7003, Electronic Submission of Payment Requests; DFARS 252.247-7024, Notification of transportation of Supplies by Sea. Also your quote must list your DUNS number, CAGE code, and Federal TIN with Company name, POC and phone number. If you need to obtain or renew a DUNS number or CAGE code, please visit www.ccr.gov. Lack of registration in the CCR database will make an offeror ineligible for award. Vendor must also be registered in Wide Area Work Flow to receive payment through electronic funds transfer. If you are not currently registered, please visit the following website https://wawf.eb.mil/ to complete your registration. DEADLINE: Offers are due on Sep 04, 2008 at 10:00 am EST. Submit offers or any questions to the attention of Deborah Terrell, ARCC-E, via email deborah.terrell@us.army.mil. AND deborah.blasingame@us.army.mil.
- Web Link
-
FedBizOpps Complete View
(https://www.fbo.gov/?s=opportunity&mode=form&id=e35e45baf4ff100a8ee6ea2185735935&tab=core&_cview=1)
- Place of Performance
- Address: Fort Dix Museum 6501 Pennsylvania Ave Fort Dix NJ<br />
- Zip Code: 08640-5097<br />
- Zip Code: 08640-5097<br />
- Record
- SN01652195-W 20080828/080826231014-e35e45baf4ff100a8ee6ea2185735935 (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 |