SOURCES SOUGHT
J -- Static Display
- Notice Date
- 9/11/2023 9:15:59 AM
- Notice Type
- Sources Sought
- NAICS
- 488190
— Other Support Activities for Air Transportation
- Contracting Office
- W7NR USPFO ACTIVITY NYANG 107 NIAGARA FALLS NY 14304-6601 USA
- ZIP Code
- 14304-6601
- Solicitation Number
- W50S8H23T0001
- Response Due
- 9/20/2023 7:00:00 AM
- Archive Date
- 10/05/2023
- Point of Contact
- Philip J Rott, Phone: 7162362493, Rusty Renn, Phone: 7162362492
- E-Mail Address
-
philip.rott@us.af.mil, rusty.renn@us.af.mil
(philip.rott@us.af.mil, rusty.renn@us.af.mil)
- Small Business Set-Aside
- SBA Total Small Business Set-Aside (FAR 19.5)
- Description
- The Govermnent is seeking interested Small Business entites capable of supporting minor repair and repaining of static display aircraft.� In 2015, one F-4 & one F-100 static display aircraft were completely restored at the Niagara Falls ARS, NY.� While these displays are still in superb condition and do look good from 50 feet away, a closer inspection reveals some oxidation on top of both. Any interested Small Businesses can contact the below Organizational Box for further information: 107ATKW.MSG.MSC@us.af.mil �PERFORMANCE WORK STATEMENT � 107ATKW STATIC DISPLAY AIRCRAFT CORROSION REPAIR AND PAINT 07 SEP 2023 107th Attack Wing Niagara Falls Air Reserve Station, N.Y. Sep 2023 Paragraph����� Title���������������������������������������������������������������������������������������������������� Page Number���������������������������������������������������������������������������������������������������������������������� Number Section I � Description of Services��������������������������������������������������� 3 1.0������������������ Scope of Work����������������������������������������������������������������������������������� 3 1.1������������������ Maintenance�������������������������������������������������������������������������������������� 3 1.1.1��������������� Corrosion Repair������������������������������������������������������������������������������ 3 1.1.2��������������� Painting���������������������������������������������������������������������������������������������� 3 ����������������������� 2.0������������������ Section II � General Requirements��� ����������������������������������������������� 4, 5 Section III - Government-Furnished Property And Services���������� 6 3.0������������������ General���������������������������������������������������������������������������������������������� 6 3.1������������������ Government-Furnished Services������������������������������������������������������ 6 Section IV - General Information����������������������������������������������������� 7 4.0������������������ Hazardous Material Identification��������������������������������������������������� 7 4.1������������������ HAZMART��������������������������������������������������������������������������������������� 7 4.2������������������ Hazardous Material/Waste Management���������������������������������������� 7 4.3������������������ Hazardous Material Handling���������������������������������������������������������� 7 4.4������������������ Environmental Protection���������������������������������������������������������������� 7 4.5������������������ Contract Management���������������������������������������������������������������������� 7 4.6������������������ Hours of Operation��������������������������������������������������������������������������� 8 4.7������������������ Traffic Laws�������������������������������������������������������������������������������������� 8 4.8������������������ Security���������������������������������������������������������������������������������������������� 8 SECTION I DESCRIPTION OF SERVICES 1.0. Scope of Work: �The contractor shall be responsible for providing qualified personnel, supervision, tools, materials, and equipment for corrosion repair and painting of one static aircraft, F4 Phantom.� The F4 Phantom is located at: Building 202, Niagara Falls Air Reserve Station (NFARS) New York, where all work shall be performed.� 1.1. Maintenance: �The performance of the contract will be in two stages: corrosion repair and painting. Completion of both stages for the F-4 will not exceed 70 days. �The contractor shall, to the best of its ability, protect any and all landscaping adjacent to aircraft. �The contractor shall prevent ruts in the turf caused by equipment. �All adjacent plants will be protected from damage and paint overspray. �All damage by the contractor to the landscaping shall be repaired or replaced by the contractor at no additional cost to the government within 10 days after identification/notification. 1.1.1. Corrosion Repair: �Any required repair shall produce a smooth, flush appearance similar to the original surface. �Any maintenance shall be performed and documented in accordance with (IAW) AFI 84-103, paragraph 7.3 in its entirety. 1.1.2. Painting: �Painting shall not be performed on aircraft that have not been inspected for sheet metal damage, corrosion and composite repairs in conjunction with approval from the Historical Property Custodian, 107 Airlift Wing, Niagara Falls Air Reserve Station. Prior to painting, the contractor shall secure the work area using temporary fencing. �All equipment shall be placed inside the secured area at the end of the work day. If any additional space is required for storage of contractor equipment it shall be coordinated with the Historical Property Custodian. Painting shall be performed so there are no runs, drips, sags, light spots, excessive �orange peel� (as viewed from a normal viewing distance), or bubbled paint. �If any marking is obliterated, unreadable, or color scheme is undetermined, the contractor shall contact the Historical Property Custodian to determine correct marking or color.� The F-4 will be a gloss light grey coating. Any paint used shall have an expected lifespan of at least five years. �Contractor will ensure compliance with all air permit, environmental and hazardous materials/hazardous waste requirements.� Spraying operation shall be accomplished with approved low emissions equipment. �The contractor is responsible for paint preparation functions as necessary, i.e. scraping, sanding, surface washing, and priming. �During the painting process, any parking lots downwind of operation and with possibility of paint overspray should have signs declaring the following: ��Open air painting in progress. Park at own risk�. �The contractor shall coordinate between 107th Civil Engineering Squadron and 914th Security Forces Squadron prior to painting any aircraft. � SECTION II GENERAL REQUIREMENTS 2.1. Point of Contact: �The POC for this project is James Nagelhout, (716) 236-2514, james.nagelhout@us.af.mil 2.2. Work Restrictions: The Contractor shall not work Federal Holidays. 2.3. Normal Duty Hours:� Normal duty hours shall be from 7:00 am to 4:00 pm.� Requests for work during non-normal hours require written approval from the Contracting Officer 7 days in advance. 2.4. Project Safety: �In accordance with FAR 52.236-13, Accident Prevention, construction contractors are required to use the U.S. Army Corps of Engineers Safety and Health Requirements Manual, EM 385-1-1.� 2.5. Notice to Commence Work:� The Contractor shall give the Contracting Officer at least a 48 hour notice of Contractor�s intent to commence work. 2.6. Performance Period: Work to be completed 70 calendar days from notice to proceed. 2.7. Daily Sign In: Prior to starting work each day, the Contractor designated superintendent must fill out the Sign-In Sheet located at Base Civil Engineer Building 202. 2.8. Removal of Waster Material: �During the progress and the completion of work, all refuse and waste materials shall be removed from Government property and disposed of according to Federal, State and local environmental requirements.� If waste material is not removed daily, the Contractor shall provide a covered waste container at their expense.� Recycling of refuse shall be considered for all demolished materials.� Documentation of recycled materials shall be submitted in accordance with section 2.9. Contractor Submittals: ����������� The following items shall be submitted for approval: ����������� AF3065 Contract Progress Report ����������� AF3064 Contract Progress Schedule ����������� Material Submittals (Paint) ����������� Warranty To the greatest extent possible, all submittals shall be accomplished electronically through e-mail.� Samples are to be submitted to the COTR by the Contractor for approval using AF Form 3000.� The Contractor is responsible for all submittals on this listing and any others as required by the specifications and/or as requested by the Contracting Officer. Approval must be obtained from the Contracting Officer prior to the commencement of any Work requiring submittals as specified. All submittals except warranties, operating instructions and inspection report as noted shall be made no later than 10 days after the receipt of the notice to proceed or as specified by the Contracting Officer.� If submittals cannot be made within 10 working days after the notice to proceed, or as specified by the Contracting Officer, the Contracting Officer shall be advised of the difficulty and an extension of time requested. The Contracting Officer shall return the submittals approved or disapproved within 10 working days after receipt, by AF Form 3000.� Approval of submittals does not relieve the Contractor from performance in strict accordance with the Contract Specifications and drawings, nor does such approval constitute �acceptance� under the provisions of this Contract. SECTION III GOVERNMENT-FURNISHED PROPERTY AND SERVICES 3.0. General: �The government will furnish or make available to the contractor all Department of Defense, Department of the Air Force, and local forms, operating memoranda, regulations, and technical orders as applicable. 3.1. Government-Furnished Services: �The following government services shall be provided: 3.1.1. Utilities: �The government will furnish existing utilities to include electricity, water, and sewer. 3.1.2. Police, Fire Protection and Medical Services: �The government will provide police and fire protection in support of this requirement. �The government will provide emergency patient transportation service for contractor personnel who are injured or become ill while in performance of this contract. �Treated personnel shall be responsible for reimbursing the government for the cost of medical treatment and patient transportation at the current inpatient or outpatient treatment rate. �The telephone number for emergency police, fire, and medical services is 911. 3.1.3. Bioenvironmental Engineering: �The government will provide bioenvironmental engineering services. �These services will be limited to consultation services in regard to personnel protective requirements IAW AF, state, and local guidelines. 3.1.4. Restroom Facilities: There are available restroom facilities nearby all 2 Aircraft locations. SECTION IV GENERAL INFORMATION 4.0. Hazardous Material Identification: �Material Safety Data Sheets (MSDS) are required as specified in the latest version of Federal Standard No. 313 (including revisions adopted during the term of the contract), and for any other material designated by a government technical representative as potentially hazardous and requiring safety controls. �MSDSs shall be submitted by the contractor at the pre-performance conference. �Any changes to paint or detergent types after submission of MSDS will require the contractor to submit new MSDSs prior to use of the product. 4.1. HAZMART: �The government (HAZMART personnel) will inventory all chemicals that the contractor brings on to Niagara Falls Air Reserve Station. �The inventory will be performed prior to commencement of work. �Criteria for identifying hazardous waste shall be coordinated through 107th CES/CEAN. 4.1.1. Spill Response: �The contractor will be briefed on NFARS spill response procedures at the pre-performance conference. �The contractor shall report and promptly cleanup all spills in a manner consistent with current environmental regulations. �In the event that it is necessary to utilize government material, equipment or personnel to clean up a contractor-caused spill, the contractor shall be required to reimburse the government for all associated costs. 4.2. Hazardous Material/ Waste Management: �The contractor will be briefed on the NFARS Hazardous Material/Waste Management Plan at the pre-performance conference. 4.3. Hazardous Material Handling: �The base Bio-Environmental Engineer (BEE) and HAZMART sections shall approve any chemicals, solvents, lubricants, and other products requiring MSDSs prior to handling, using, and storing them on NFARS. �The contractor shall identify these materials and products on Air Force Form 3952 Chemical/Hazardous Material Authorization Request, Process Identification Form, and Shop Disposal Form. �The contractor shall provide one copy of the MSDSs for each item to the BEE and HAZMART sections for review prior to any chemicals being brought onto NFARS. �The contractor shall maintain one copy of the MSDSs for each hazardous material line item used within the work area. �The contractor shall not use products that are (or contain) Toxic 17 chemicals, Extremely Hazardous Substances (EHS), Ozone Depleting Substances (ODS), and/or Persistent Bio-accumulative and Toxic (PBT) chemicals. �Any hazardous material containing one of these banned substances will not be allowed on base. 4.4. Environmental Protection: �The contractor shall conform with all federal, state and local laws pertaining to environmental protection.� The contractor shall develop a plan to operate within these guidelines in the performance of this requirement. �Any violation of law, DoD Guidance, or the contractor�s own Environmental Protection Plan will be identified to the Contracting Officer immediately. 4.5. Contract Management: �During the pre-performance conference the contractor shall provide the name of the designated Site Supervisor who will supply all names for EALs and have oversight of the project. Additionally a Contract Manager with contractual authority will be identified for the purpose of any modifications or contract coordination with the CO. The Site Supervisor or alternate shall be available during normal duty hours within one hour to meet on the installation with government personnel during periods when work is being performed. As changes occur, new names and phone numbers must be submitted within three calendar days to the CO. �Normal duty hours at Niagara Falls Air Reserve Station are Monday � Friday, 0700-1600. 4.5.1. Access: �The contractor shall allow government personnel access to work areas, provide support and not interfere with military, state, federal, and other designated personnel in performance of their official duties. 4.5.2. Pass and Identification Items: The contractor shall obtain pass and identification items required for contract performance for employees and non-government owned vehicles IAW clauses of this contract. �The contractor will retrieve all identification media, including vehicle passes, from employees upon termination of on-site employment and turn said media into the CO. 4.6. Traffic Laws: �The contractor shall comply with all Niagara Falls Air Reserve Stations traffic regulations while on the installation. 4.7. Security: �The CO may direct the contractor to remove, and the contractor shall remove an employee from any assignment under this contract for reasons of security or misconduct. �All contractor personnel are subject to security forces jurisdiction and the authority of the Installation Commander (CC) while on USAF installations.
- Web Link
-
SAM.gov Permalink
(https://sam.gov/opp/15b6f625a8654c188c248532e50d4dee/view)
- Place of Performance
- Address: Niagara Falls, NY 14304, USA
- Zip Code: 14304
- Country: USA
- Zip Code: 14304
- Record
- SN06826842-F 20230913/230911230107 (samdaily.us)
- Source
-
SAM.gov Link to This Notice
(may not be valid after Archive Date)
| FSG Index | This Issue's Index | Today's SAM Daily Index Page |