Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF FEBRUARY 27, 2002 FBO #0087
SOLICITATION NOTICE

J -- Paint and Corrosion Control on Static Aicraft

Notice Date
2/25/2002
 
Notice Type
Solicitation Notice
 
Contracting Office
Department of the Air Force, Direct Reporting Units, 10 ABW/LGC, 8110 Industrial Drive Suite 200, USAF Academy, CO, 80840-2315
 
ZIP Code
80840-2315
 
Solicitation Number
F05611-02-Q-0001
 
Response Due
2/27/2002
 
Point of Contact
Russell Jordan, Contracting Officer, Phone (719) 333-4060, Fax (719) 333-4404, - Diana Myles-South, Contract Specialist, Phone (719) 333-3979, Fax (719) 333-4404,
 
E-Mail Address
russ.jordan@usafa.af.mil, diana.myles-south@usafa.af.mil
 
Small Business Set-Aside
Total Small Business
 
Description
This is a combined synopsis/solicitation for commercial items or services prepared in accordance with the format in FAR 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 is issued as a Request for Quotation (RFQ), solicitation number F05611-02-Q-0001, in accordance with FAR Parts 12 & 13. This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 01-04. The North American Industrial Classification System (NAICS) number is 235210 and the business size standard is $11.5M. The proposed acquisition is reserved for small businesses. Women owned and disabled veteran owned small businesses are encouraged to submit quotes. Repainting and corrosion control of aircraft in the authentic color scheme of the attached photos (Attachment 1). Provide all paint, labor, equipment, and material necessary to paint and or repair the A-10 aircraft. The post painting requirements shall be in accordance with Technical Order (TO) 1-1-4, Section V, Figure D-64. (Attachment 2). Paint will not be of a high gloss finish. Aircraft canopy shall be painted flat white paint. The paint colors shall meet the shades listed in accordance with the Federal Standard colors, 595B, dated 1989 or most current listing, NSN 7690-01-162-2210. Treat all corroded areas and apply protective coating. Repair dents and scrapes on the external surface of the aircraft. Attach proper national insignia, tail number, markings and decals. The airplane is not presently mounted and is located at the 557th Airfield on the Air Force Academy. The performance period is from 29 February 2002 through 15 March 2002 contingent upon weather conditions. Hours of operation are Monday through Friday from 0700 through 1630, unless prior arrangements have been coordinated with the base-contracting officer. The contractor shall be responsible for complying with federal, state, and local EPA guidance for painting, sanding, and disposing. LINE ITEM 0001: Contractor shall repaint and provide corrosion control of aircraft in the authentic color scheme and provide all paint, labor, equipment, and material necessary to paint and or repair the A-10 aircraft. $ . The following Federal Acquisition Regulations (FAR) clauses apply to this combined synopsis/solicitation and offerors must comply with all instructions contained therein; FAR 52.212-1, Instructions to Offerors--Commercial Items, no addenda applies; The provisions at 52-212-2, Evaluation--Commercial Items. 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. Past Performance and 2. Price. Past performance will be evaluated to ensure satisfactory business practices and timely performance. Price and past performance are of equal importance. Price will be evaluated to determine its fairness and reasonableness as it relates to the item offered. The Government intends to evaluate offers and make award without discussions; however, this does not preclude the Government from having discussions if it is in the best interest of the Government to do so. Offers shall include a completed copy of the provision at 52.212-3, Offeror Representations and Certifications--Commercial Items, with its offer (Attachment 3). The clause 52.212-4, Contract Terms and Conditions--Commercial Items, with the following addenda applies to this acquisition: 52.237-2 Protection of Government Buildings, Equipment, and Vegetation; and 52.242-15 Stop Work Order. The clause at 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders--Commercial Items applies to this acquisition. Additional FAR clauses cited in the clause applicable to this acquisition are: (b)12, 13, 14, 15, 16, 24 and (c) 1,2,3, Statement of Equivalent Rates for Federal Hires, Employee Class 23740, Aircraft Painter, WG-8, $14.83. THIS STATEMENT IS FOR INFORMATION ONLY: IT IS NOT A WAGE DETERMINATION. Pursuant to the Service Contract Act of 1965, as amended, Wage Determination 1994-2079, Revision 19, dated 01/17/2002 will apply to the solicitation/contract contemplated. DFARS 252.212-7001, Contract terms and conditions required to implement status of Executive Orders applicable to Defense Acquisitions of Commercial Items, applies to this acquisition with the inclusion of the following DFARS: 252.204-7004, Required Central Contractor Registration, 252.225-7000, Buy American Act - Balance of Payments Program Certificate, 252.225-7001, and Buy American Act and Balance of Payments Program. Offers must be received NLT 4:30 pm Mountain Daylight Savings Time, 27 February 2002, at 10th ABW/LGCB, Operational Contracting Office, 8110 Industrial Drive, Suite 200, USAF Academy, CO 80840-2315. Quotes may be faxed to the attention of Russ Jordan, 719-333-4404. Please contact Russ Jordan (719) 333-4060 for information regarding this solicitation.
 
Place of Performance
Address: USAF Academy CO
Zip Code: 80840
Country: USA
 
Record
SN00030650-W 20020227/020225213229 (fbodaily.com)
 
Source
FedBizOpps.gov 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.