Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF APRIL 13, 2006 FBO #1599
SOLICITATION NOTICE

P -- Corrosion Control/Maintenance and Painting

Notice Date
4/11/2006
 
Notice Type
Solicitation Notice
 
NAICS
811121 — Automotive Body, Paint, and Interior Repair and Maintenance
 
Contracting Office
Department of the Air Force, Air Mobility Command, 6th Contracting Squadron, 2606 Brown Pelican Ave., MacDill AFB, FL, 33621-5000
 
ZIP Code
33621-5000
 
Solicitation Number
F2V3LS6052A100
 
Response Due
4/14/2006
 
Archive Date
4/29/2006
 
Small Business Set-Aside
Total Small Business
 
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 being requested and a written solicitation will not be issued. The purchase request number is F2V3LS6052A100. The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2001-22. Contract is set-aside for small business, size standard is $6.5 million for NAICS code 811121. Proposals shall consist of 3 contract line item number (CLIN 0001 for the KB-50, 0002 for the F4, and 0003 for the F16 ), with a quantity of 1, and unit of issue being EA. Description of requirements for the items to be acquired; Corrosion Control/Maintenance and Painting of MacDill AFB Memorial Air Park Static Display Aircraft. The contractor shall provide all personnel, tools, materials, vehicles, transportation, shipping costs, labor, supervision, equipment, service, and other items to perform all related and incidental work necessary to perform corrosion/structural maintenance and repainting of MacDill?s KB-50, F-4 and F-16 static display aircraft. All aircraft will be prep sanded with dual action sanders, using 180-grit sandpaper, followed by air blowing of all seams and surfaces. The aircraft will then be wiped down thoroughly with a cleaner such as MEK or a similar solvent. Areas of the aircraft that are not to be painted to include, but are not limited to windows, lights and exposed engine components. All identified non-painted areas will be protected from overspray using a heavy duty masking paper and tape. An epoxy primer will be applied to the aircraft followed by at least two (2) coats of polyurethane paint. The aircraft surface will be free of drips, runs, sags and streaking. All decals and markings will be preserved or repainted depending on their condition. Landscaping and stone/concrete pads under and around the aircraft will be protected from overspray during these operations. It will be the responsibility of the contractor to replace any grass, plants, or other landscaping damaged and clean stone/concrete pads back to original condition after these corrosion control/painting operations are completed if necessary. The contractor shall meet the additional guidelines listed. KB-50: Repair peeling control surfaces and apply sheet metal over cloth rudder and ailerons. Control surfaces must present a serviceable and authentic appearance. Plexiglas bubble windows will be restored and UV protected. Repair areas with corrosion under paint and rusty fasteners as necessary. Bird proofing will be repaired as necessary. Prep and paint entire aircraft including wheel wells and landing gear. Aircraft will be coated with epoxy primer and topcoated with polyurethane paint. All color schemes, tail markings, and stencils will be identically re-accomplished. Finish will be free of runs, sags, excess contaminants and have a smooth finish. F-4: Repair badly corroded/delaminated panels by scab patching with sheet metal throughout. Canopy will be restored and UV protected. Repair areas with corrosion under paint and rusty fasteners as necessary. Bird proofing will be repaired as necessary. Prep and paint entire aircraft. Aircraft will be coated with epoxy primer and topcoated with polyurethane paint. All color schemes, tail markings, and stencils will be identically re-accomplished. Finish will be free of runs, sags, excess contaminants and have a smooth finish. F-16: Canopy will be restored and UV protected. Repair areas with corrosion under paint and rusty fasteners as necessary. Bird proofing will be repaired as necessary. Prep and paint entire aircraft. Aircraft will be coated with epoxy primer and topcoated with polyurethane paint. All color schemes, tail markings, and stencils will be identically re-accomplished. Finish will be free of runs, sags, excess contaminants and have a smooth finish. All work will be checked/verified for quality and satisfactory results upon completion by the 6 MXS Aircraft Structural Maintenance Section Chief and/or the Fabrication Flight Chief. All discrepancies will be annotated and corrected before work will be considered complete. A one (1) year warranty will be applied in the contract against any peeling, chips or fading of the aircraft. Contractor will coordinate and correct such defects free of charge in a timely manner during the warranty period. The contractor is responsible for complying with all OSHA/AFOSHA safety, personal and environmental protection requirements during the accomplishment of the above-identified tasks. The contractor is also responsible for policing the work area and for removing any trash, paper, or other debris created in the performance of the above requirements. Period of performance shall be proposed by the contractor. FOB shall be destination. The following provisions are applicable FAR Part 52.212-1, Instructions to Offerors -- Commercial, applies to this acquisition and a statement regarding any addenda to the provision. 52.212-2, Evaluation -- Commercial Items, shall be used. 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 technical capability, of the item offered to meet the Government requirement, shall be considered. Include a completed copy of 52.212-3 Alt 1, Offeror Representations and Certifications -- Commercial Items with your proposal. 52.212-4, Contract Terms and Conditions -- Commercial Items, and 52.212-5, Contract Terms and Conditions Required To Implement Statutes Or Executive Orders -- Commercial Items, DFAR Part 252.232-7003, Electronic Submission of Payment Requests, AFFAR Part 5352.201-9101 Ombudsman apply to this acquisition. Any person that is required to access MacDill AFB must first pass a background check. Quotes are due 14 Apr 2006 by 1700hrs EST at MACDILL AFB via fax 813-828-3667 and/or email at David.Ely@macdill.af.mil. For more information regarding this RFQ contact SrA Ely, David at 813-828-7479.
 
Place of Performance
Address: MacDill AFB, FL
Zip Code: 33621
Country: US
 
Record
SN01025686-W 20060413/060411220836 (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 |
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.