SOLICITATION NOTICE
J -- Aircraft Refurbishing on a McDonald Douglas DC3 Aircraft
- Notice Date
- 5/10/2007
- Notice Type
- Solicitation Notice
- NAICS
- 488190
— Other Support Activities for Air Transportation
- Contracting Office
- Department of Agriculture, Forest Service, R-1 Western Montana Acquisition Zone (Lolo NF; Flathead NF; Bitterroot NF; Regional Office; Aerial Fire Depot), Building 24, Fort Missoula, Missoula, MT, 59804, UNITED STATES
- ZIP Code
- 00000
- Solicitation Number
- RFQ_AG-03R6-S-07-0054
- Response Due
- 5/25/2007
- Archive Date
- 8/25/2007
- Small Business Set-Aside
- Total Small Business
- Description
- This is a combined synopsis/solicitation for commercial services prepared in accordance with the format in Subpart 12.6 of the Federal Acquisition Regulations (FAR), as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; quotations are being requested and a written solicitation will not be issued. Solicitation number AG-03R6-S-07-0054 is issued as a Request for Quotation (RFQ). The solicitation and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-16. The clauses and provisions referenced in this solicitation can be found in full text format at http://www.arnet.gov/far. This is a total small business set-aside and the small business size standard is $6.5 million. Submitted Quotes shall be to accomplish the following tasks A through L: A. Station 294: Left stringer repair needed and remove and replace the fuselage to wing attach fitting support frame. B. Station 294: Right stringer repair needed and remove and replace the fuselage to wing attach fitting support frame. C. Station 258: Left stringer repair needed and remove and replace the fuselage to wing attach fitting support frame. D. Station 258: Right stringer repair needed and remove and replace the fuselage to wing attach fitting support frame. E. Repair needed to upper door sill; repair stringer in the upper door sill area; and remove and install auxiliary structure to gain access to door sill area. F. Remove and replace frame 444.4. G. Station 202 left box beam stringer repair needed. H. Install new Government-supplied GPS antenna and install skin plug over deleted antenna at fuselage station 116 to 137. I. Reinstall all fiberglass insulation in cabin section. J: Reinstall duct and grill in aircraft. K. Reassemble aft cargo door. L. Install new liner to forward and aft bulkhead. Quote shall include a Lump Sum Total for all items. (A through L); proposed schedule for completion of work; a list of competed similar jobs which they have completed during the past 3 years, along with the names and telephone numbers of the customers. This information will be used as part of the evaluation. One award will be made. Offer of award will be made to the Quoter whose quote, as determined by the Contracting Officer, provides the best value to the Government, considering but not limited to, such factors as price, past performance, capability to accomplish the work, and ability to meet Government short turn around schedule. Scope: This solicitation and any resulting contract requires the Contractor to perform the scheduled items and related work in compliance with its terms, specifications, and provisions. This includes furnishing labor, equipment, supervision, transportation, operating supplies, and incidentals. This work is being solicited as a performance based firm fixed-price service contract. Performance based means the Contractor is responsible for the end product. If an end product is not provided in compliance with the contract specifications, an adjustment to the payment will be made. The aircraft is located at the Aerial Fire Depot, 5765 Hwy 10 West, Missoula, MT. It is anticipated there may be other maintenance work being performed in the vicinity of this aircraft. It is the responsibility of Contractor, Contractor Employees, subcontractors, subcontractor employees and Government employees to insure safe, cooperative, courteous and professional behavior at all times during the performance of this work. No site visit is planned for this project. For further information, please contact Lynette Taylor at 406-329-3856. All work under this contract shall meet or exceed the standards established by the Federal Aviation Administration for aircraft operating under FAA Part 91 or Part 135. The Contractor, not the Government, is responsible for management and quality control actions to meet the terms of this contract. The role of the Government is quality assurance to ensure contract standards are met. Records of quality inspections shall be kept and made available to the Government throughout the performance period and for the period after contract completion, until final settlement of any claims under this contract. Premises may be occupied by other Contractors and Government employees, the successful Quoter shall perform the contract in such a manner as not to interrupt or interfere with the conduct of Government business. Prior to commencement of work, the Contracting Officer will arrange a meeting with the Contractor to discuss the contract terms and work performance requirements . Also at this meeting such things as work progress schedule shall be developed and established in writing. This contract incorporates one or more clauses by reference, with the same force and effect as if they were given in full text. Upon request, the Contracting Officer will make their full text available. Also, the full text of a clause may be accessed electronically at this/these address(es): www.arnet.gov/far/ and www.usda.gov/procurement/policy/agar.htmIAGAR 452.204-70-lnquiries; FAR 52.2257-Waiver of Buy American Act for Civil Aircraft and Related Articles; 52.209-6-Protecting the Government's Interest when Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment; 52.215-8-0rder of Precedence--Uniform Contract Format; 52.219 6-Notice of Total Small Business Set-Aside; 52.222-3-Convict Labor; 52.222-21-Prohibition of Segregated Facilities; 52.222-26-Equal Opportunity; 52.222-36-Affirmative Action for Workers with Disabilities; 52.222-41-Service Contract Act of 1965, as Amended; 52.222-50-Combating Trafficking in Persons; 52.223-5-Pollution Prevention and Right-to-Know Information; 52.2236-Drug-Free Workplace; 52.224-1-Privacy Act Notification; 52.225.7-Waiver of Buy American Act for Civil Aircraft and Related Articles; 52.225-13-Restrictions on Certain Foreign Purchases; 52.232-1-Payments; 52.232-8-Discounts for Prompt Payment; 52.232-11-Extras; 52.232-23-Assignment of Claims; 52.232-25-Prompt Payment; 52.232-33-Payments by Electronic Funds Transfer-Central Contractor Registration; 52.233-1-Disputes AL T-I; 52.233-3-Protest After Award; 52.233-4-Applicable Law for Breach of Contract Claim; 52.2372-Protection of Government Buildings, Equipment, and Vegetation; 52.242-14-Suspension of Work; 52.242-17-Government Delay of Work; 52.243-1-Changes--Fixed-Price - AL T I; 52.244-6-Subcontracts for Commercial Items; 52.245-1-Property Records; 52.245-4 Government-Furnished Property (Short Form); 52.246-1-Contractor Inspection Requirements; 52.246-4-lnspection of Services - Fixed-Price; 52.249-1-Termination for Convenience of the Government (Fixed-Price) (Short Form); 52.249-8-Default (Fixed-Price Supply and Service); 52.252-6-Authorized Deviation in Clauses; 52.253-1-Computer Generated Forms. The Service Wage determination NO: 05-2317 REV (02) AREA: MT, STATEWIDE is applicable to this acquisition. Any contract resulting from this solicitation will require written acceptance within 5 calendar days of receipt by the Contractor. Delivery is negotiable. Aircraft is located at the Aerial Fire Depot in Missoula, MT 59808. Quotations are due May 25, 2007 at 3:30 P.M. MDT. Quotes can be submitted to: USDA Forest Service, WMAZ, Attn: Lynette Taylor, Building #24, Fort Missoula, Missoula, MT 59804; OR Faxed to: 406-329-3876; OR e-mailed to: lynettetaylor@fs.fed.us with the solicitation number on the Subject Line. Point of contact is Lynette Taylor who may be reached by e-mail (see above) or by telephone at 406-329-3856. Any amendments to this solicitation will be published in the same manner as the initial synopsis and solicitation.
- Record
- SN01291406-W 20070512/070510220338 (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 |