Loren Data Corp.

'

  
COMMERCE BUSINESS DAILY ISSUE OF SEPTEMBER 14, 2001 PSA #2936
SOLICITATIONS

J -- CLEAN, SANDBLAST, AND PAINT BAK-12 ABSORBERS (AIRCRAFT ARRESTING SYSTEMS) AND MOBILE AIRCRAFT ARRESTING SYSTEM (MAAS) TRAILERS.

Notice Date
September 12, 2001
Contracting Office
119 FW, 1400 28 Avenue North, Fargo, ND 58102-1051
ZIP Code
58102-1051
Solicitation Number
F9BMQ810990100
Response Due
October 11, 2001
Point of Contact
Brit Stevens, 701-451-2331
E-Mail Address
119 FW (brit.stevens@ndfarg.ang.af.mil)
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; proposals are be ing requested and a written solicitation will not be issued. Solicitation number: F9BMQ810990100 is issued as a Request For Quotation (RFQ). The North Dakota Air National Guard (NDANG) intends to award a Firm-Fixed Price Requirements type service contract for a period of 1 base year plus 4 option years. The servic e requirements are stated in the following statement of work: Statement of Work The Air National Guard Civil Engineering Technical Services Center (ANG/CECC) has a requirement to clean, sandblast, and paint BAK-12 Absorbers (aircraft arresting systems) and Mobile Aircraft Arresting System (MAAS) Trailers. Painting Specifications for BAK-12 Absorbers The units are approximately 10 feet long x 4 feet wide x 6 feet high and weigh approximately 7,200 pounds. On sight visits will be held the 25th and 26th of September 2001 at 1:00PM either day. Point of Contact for sight visit is Jeffery Love, at (701) 8 57-4351. Units can be seen at the ANG/CECC located at 3430 2nd St. NE in Minot, ND. Contractors must meet the following specifications. A. Degrease and power wash units as necessary to prepare for sandblasting & painting. B. Sandblast units and associated parts to bare metal and prepare as appropriate so that new paint will not peel or flake off. C. Sand aluminum side plate with hand held rotary sander. DO NOT SAND BLAST. Fill in all pits with JB Weld or equivalent product, sand smooth and treat with aluminum metal prep prior to painting. Paint both sides, except for the outer three inches on outsi de of plate. D. Sandblast outer portion of center ring. Use metal prep prior to painting. Paint outer portion of center ring with a light coat of paint. DO NOT PAINT THE INSIDE OF THE CENTER RING. E. Contractor will mask units for painting. Apply self-etching 2-part primer (DX 533, DX 1792 or equivalent), apply DP 40 sealer with DP 402 catalyst (or equivalent), and paint units with a dark green paint (Acrylic Enamel PPG P/N DAR 45777 containing (DX R 80 or equivalent). Supply one pint of matching touch up paint (spray can) with each unit. F. Paint rewind engine block with 500-degree heat resistant paint (Black). G. Prime brake carriers with yellow primer (Sherwin-Williams #824-5656 E90G203 or equivalent). Paint with white gloss (Sherwin-Williams #5012-13573 V93V29 or equivalent). Carriers will be prepared by ANG/CECC. H. The contractor will transport unit from ANG/CECC, 3430 2nd St. NE, Minot, ND 58703 to their location and back. Units must be completed and returned to the ANG/CECC, 3430 2nd St. NE, Minot, ND 58703 within ten (10) calendar days. I. ANG/CECC personnel will disassemble units into parts for cleaning, sandblasting, and painting. ANG/CECC personnel will reassemble units upon return. The contractor will pay for any parts that are lost or broken by the contractor. Painting Specifications for MAAS Trailers Same requirement as for the BAK-12 Absorbers, excluding items C, D, F, and G. For item H, allow fourteen (14) calendar days for completion. Trailer is wheel mounted. Trailers are approximately; 20 feet long x 8 feet wide x 8 feet high and weigh approxim ately 18,000 pounds. The trailer has a pintle hook for towing and can be pulled a maximum of 10 miles at a speed no greater than 30 miles per hour. For distances or speeds greater than specified, trailer must be transported on a flat bed trailer. Estimated Quantities The following quantities are estimated by Fiscal Year (1 October through 30 September) Fiscal Year Item Estimated Qty Item Estimated Qty Base Year BAK-12 (Absorbers) 24 MAAS Trailers 0 Option Year 1 BAK-12 (Absorbers) 24 MAAS Trailers 0 Option Year 2 BAK-12 (Absorbers) 16 MAAS Trailers 2 Option Year 3 BAK-12 (Absorbers) 20 MAAS Trailers 2 Option Year 4 BAK-12 (Absorbers) 20 MAAS Trailers 2 This estimate is not a representation to an offeror or contractor that the estimated quantity will be required or ordered, or that conditions affecting requirements will be stable or normal. The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 97-27 Dated 25 APR 2001. This acquisition is 100% set-aside for small business See Note Number 1. LIN 0001 -- Base Year -- BAK-12 Absorber Price per unit -- _________________ LIN 0001a -- Base Year Maas Trailer Price per unit -- _________________ LIN 0002 -- Option Year 1-BAK-12 Absorber Price per unit -- _________________ LIN 0002a -- Option Year 1 Maas Trailer Price per unit -- _________________ LIN 0003 -- Option Year 2 BAK-12 Absorber Price per unit -- _________________ LIN 0003a -- Option Year 2 Maas Trailer Price per unit -- _________________ LIN 0004 -- Option Year 3 BAK-12 AbsorberPrice per unit -- _________________ LIN 0004a -- Option Year 3 Maas Trailer Price per unit -- _________________ LIN 0005 -- Option Year 4 BAK-12 Absorber Price per unit -- _________________ LIN 0005a -- Option Year 4 Maas Trailer Price per unit -- _________________ Delivery will be 10 calendar days for BAK-12 Absorbers and 14 calendar days for MAAS trailers from date of equipment pick up. Equipment will be picked up and delivered to ANG/CECC, 3430 2nd St NE, Minot, ND 58703. The provision at 52.212-1, Instructions to Offerors -- Commercial, applies to this acquisition. The following areas will be evaluated in this acquisition: Technical Capability, Price and Past Performance. Specific weights are not assigned to each evaluation factor. Evaluation of quotations will be inclusive of option years. Award will be based on Be st Value IAW FAR 13.106 . Offerors must include a completed copy of the provision at 52.212-3, Offeror Representations and Certifications -- Commercial Items, with its quotation. If unable to attain the Reps and Certs and wage determinations, contact MSGT Brit D. Stevens by fax at 701-451-2334. Reps and Certs can be obtained from the following site: http://farsite.hill.af.mil/VFFARA.HTM The clause at 52.212-4, Contract Terms and Conditions -- Commercial Items, applies to this acquisition. The clause at 52.212-5, Contract Terms and Conditions Required To Implement Statutes Or Executive Orders -- Commercial Items, applies to this acquisitio n. The following clauses also apply to this acquisition. 52.203-6 Restrictions on Subcontractor Sales to the Government, with Alternate I. 52.219-8 Utilization of Small Business Concerns. 52.219-14 Limitations on Subcontracting. 52.222-21 Prohibition of Segregated Facilities. 52.222-26 Equal Opportunity. 52.222-35 Affirmative Action for Disabled Veterans and Veterans of the Vietnam Era. 52.222-36 Affirmative Action for Workers with Disabilities. 52.222-37 Employment Reports on Disabled Veterans and Vetera ns of the Vietnam Era. 52.225-13 Restriction on Certain Foreign Purchases. 52.232-33 Payment by Electronic Funds Transfer Central Contractor Registration. 52.232-36 Payment by Third Party. 52.222-41 Service Contract Act of 1965, As Amended Alt I. 52.222- 42 Statement of Equivalent Rates for Federal Hires. 52.222-43 Fair Labor Standards Act Price Adjustment (Multiple Year and Option Contracts). 52.222-47 SCA Minimum Wages and Fringe Benefits applicable to Successor Contract Pursuant to Predecessor Contracto r Collective Bargaining Agreement (CBA). The Service Contract Act of 1965 applies to this acquisition for specific wages, see Wage Determination Number: 1994-2408 http://www.ceals.usace.army.mil/netahtml/srvc.html See Note(s): 1 Quotes must be received at NDANG/LGC 1400 28th Ave N, Fargo ND, 58102-1051 NLT (11 Oct 01 / 2:00PM CST ) For additional information contact SMSGT Dwight A. Murphy at 701-451-2332
Web Link
Army Single Face to Industry (http://acquisition.army.mil)
Record
Loren Data Corp. 20010914/JSOL007.HTM (D-255 SN50X3D0)

J - Maintenance, Repair and Rebuilding of Equipment Index  |  Issue Index |
Created on September 12, 2001 by Loren Data Corp. -- info@ld.com