Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF SEPTEMBER 26, 2005 FBO #1400
MODIFICATION

J -- Disassemble transport and reassemble C-9 aircraft

Notice Date
9/24/2005
 
Notice Type
Modification
 
NAICS
336411 — Aircraft Manufacturing
 
Contracting Office
Department of the Air Force, Air Education and Training Command, Lackland AFB - 37th Contracting Squadron, 1655 Selfridge Avenue, Lackland AFB, TX, 78236-5253
 
ZIP Code
78236-5253
 
Solicitation Number
Reference-Number-F2MTLF5258A100
 
Response Due
9/27/2005
 
Archive Date
10/12/2005
 
Point of Contact
Victor Tamez, Contract Specialist, Phone 210-671-1717, Fax 210-671-3360,
 
E-Mail Address
victor.tamez@lackland.af.mil
 
Small Business Set-Aside
Total Small Business
 
Description
This is a combined synopsis and solicitation for commercial items prepared in accordance with FAR 12.6, 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. Issued as a Request for Quotations (RFQ). The reference number is F2MTLF5258A100. This solicitation document and incorporated provisions are those in effect through Federal Acquisition Circular 2005-05 and DFARS change notice 20050726. This is a 100% Small Business Set-Aside. NAICS Code is 336411. The Size Standard is 1500 employees. Work shall be in conformance with the SOW, including the furnishing of all materials, labor, transportation, tools, equipment, cranes, services, and oversize permits necessary and incidental thereto. The contractor shall disassemble, transport, and setup C-9A aircraft. Movement shall be from aircraft parking ramp at Lackland Annex Kelly to display location near Bergquist Gate at Lackland AFB. The contractor will disassemble the C-9 aircraft in transportable sections as necessary for ground transportation or movement, including construction of any special jigs or fixtures necessary to secure parts for shipment. Contractor shall perform work using established commercial practices for moving museum aircraft. Work shall comply with USAF and EPA regulations for disposal of fluids, if any. Contractor will plug and bag lines that may contain residual oil or hydraulic fluid to prevent leakage. Contractor shall ensure that structural integrity is maintained and that disassembly is performed so as to preserve the historic material of the aircraft. Rivets are expendable; nuts bolts, and hardware should be preserved and kept with related assemblies whenever possible. Contractor shall cover and secure with plastic sheeting any interior parts that will be exposed to the elements. Contractor will ensure that all parts are identified and tagged or marked with non-invasive markers. Contractor reassembly shall include structural integrity of the aircraft and alignment of all surfaces. Contractor shall not cut any structural members without the specific approval of the Lackland AFB Museum Director, 37 TRW/MU, (210) 671-3055. Government will provide pads, pedestals, and supports for final display configuration of aircraft. Government will coordinate all actions involving penetration of perimeter fence, or temporary relocation of any utilities or infrastructure. Government will provide disposal of any residual fluids, if any, at base collection points. The project cannot began before December 1, 2005 but must be completed by March 31, 2006. FOB: Destination to Lackland AFB TX. Include payment terms and estimated delivery to include period of performance for installation completion. The provisions in FAR 52.212-1 Instructions to Offerors-Commercial Items are applicable to this solicitation. FAR 52.212-2, Evaluation – Commercial Items, is applicable to this solicitation and the blanks in section (a) are completed as follows: Ability to meet technical requirements and price. Technical and price are equal. Offerors shall include with their quotes, a completed copy of 52.212-3, Offeror Representation and Certification – Commercial Items at website http://orca.bpn.gov/; If Representation and Certifications have been completed, provide DUNS code. FAR 52.212-4, Contract Terms and Conditions-Commercial Items, FAR 52.212-5, Contract Terms and Conditons Required to Implement Statues or Executive Orders – Commercial Items, Sub-paragraph (b) the following clauses are checked as applicable 52.219-6 Notice of Small Business Set-Aside, 52.222-26 Equal Opportunity, 52.222-35 Equal Opportunity for Special Disabled Veterans, Veterans of the Vietnam Era, and other Eligible Veterans, 52.222-37 Affirmative Action for Workers with Disabilities 52.232.33 Payment by Electronic Funds Transfer – Central Contractor Registration. 52.212-5 (Deviation) Contract Terms and conditions Required to implement Statues or Executive Orders – Commercial Items DFARS 252-204-7004, Required Central Contractor Registration. DFARS 252.212-7001, Contract Terms and Conditions required to implement statutes or Executive Orders applicable to Defense acquisitions of commercial items FAR 52.252-2 Clauses Incorporated by Reference, the blank section is completed as follows: http://farsite.hill.af.mil or www.arnet.gov. FAR 52.252-6 Authorized Deviations in Clauses, the blank section is completed as follows: Defense Federal Acquisition Regulations Supplement, Chapter 2 The full text of these clauses may be accessed electronically at the website shown in FAR 52.252-2 above. Written response to this RFQ shall be submitted by 27 Sep 05, by 1400 hours, to 37 CONS/LGCAB, Attention TSgt Victor Tamez Jr., 1655 Selfridge Ave (Bldg 5450), Lackland AFB TX 78236-5253. Quotes should include delivery terms and marked with the reference number and comply with FAR 52.212-1 Instruction to Offerors – Commercial Items and include 52.212-3 Representation and Certification Alt I if applicable. No written request for quote is available. Submit any questions in writing to TSgt Victor Tamez Jr. at victor.tamez@lackland.af.mil or fax to 210-671-3360. VICTOR TAMEZ JR FRANK G.E. CRUZ Contract Specialist Contracting Officer QUESTIONS & ANSWERS COMBINED SOLICITATION/SYNOPSIS Disassemble & Transport of Aircraft F2MTLF5258A100 Question#1 Are there any additional documents associated with this solicitation? Answer#1 No, there are no additional documents available. Question#2 Will the Government provide a crane for lifting of this aircraft? Answer#2 No, a crane will not be provided by the Government. As included in the original notice, the following was cited: 1.0. Scope of Work: “work shall be in conformance with the Statement of Work, including the furnishing of all materials, labor, transportation, tools, equipment, cranes, services and oversize permits necessary and incidental thereto”. Question#3 How far in distance is it from the point of origin to the delivery point? Answer #3 The distance is 4.5 miles by surface street. Submit a dated offer to 37 CONS/LGCAB, 1655 Selfridge Ave, Lackland AFB TX 78236-5253, Fax (210) 671-3360 or via email at victor.tamez@lackland.af.mil (210-671-1721) or frank.cruz@lackland.af.mil at or before 1400 CST, 27 Sep 05. NOTE: THIS NOTICE WAS NOT POSTED TO WWW.FEDBIZOPPS.GOV ON THE DATE INDICATED IN THE NOTICE ITSELF (24-SEP-2005); HOWEVER, IT DID APPEAR IN THE FEDBIZOPPS FTP FEED ON THIS DATE. PLEASE CONTACT fbo.support@gsa.gov REGARDING THIS ISSUE.
 
Web Link
Link to FedBizOpps document.
(http://www.eps.gov/spg/USAF/AETC/LackAFBCS/Reference-Number-F2MTLF5258A100/listing.html)
 
Place of Performance
Address: Building 4550 Lackland AFB, Texas
Zip Code: 78236
Country: USA
 
Record
SN00903668-F 20050926/050924213908 (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.