Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JUNE 08, 2007 FBO #2020
SOLICITATION NOTICE

J -- Painting of an L-23 Super Blanik Sailplane

Notice Date
6/6/2007
 
Notice Type
Solicitation Notice
 
NAICS
481219 — Other Nonscheduled Air Transportation
 
Contracting Office
Department of the Air Force, Air Force Materiel Command, AFFTC - AF Flight Test Center, 5 S WOLFE AVE, Edwards AFB, CA, 93524-1185, UNITED STATES
 
ZIP Code
00000
 
Solicitation Number
Reference-Number-FA9302-07-P-E102
 
Response Due
6/12/2007
 
Archive Date
6/27/2007
 
Small Business Set-Aside
Total Small Business
 
Description
Open Competition ? Combined Synopsis/Solicitation ? F1STAB7113B001 This is a combined synopsis/solicitation for commercial items prepared IAW 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 is a request for quotation (RFQ). The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular (FAC) 2005-15 and DFARs Change Notice (DCN) 2007-01-22. NAICS is 488190 with a small business size standard of $6.50M per year. Solicitation is for aircraft painting services. This acquisition is a 100% small business set aside. AFFTC/PKAEB, Edwards Air Force Base, CA is seeking potential sources capable of providing the following: SERVICE 1.1 General Description. The contractor shall provide aircraft painting services for an L-23 sailplane. The contractor shall provide services and facilities to repaint the aircraft. Once completed, the aircraft must still be able to fulfill all current mission requirements. 1.2 Sailplane Description. The sailplane is an L-23 Super Blanik, registration number N268BA. A three view drawing of the aircraft is shown in Figure 1. The airframe is metal with fabric covered control surfaces. The wings and horizontal stabilizer assembly are removable. This allows the aircraft to be placed onto a trailer and towed behind a vehicle. The current empty weight of the sailplane is 709.9 Lbs. Max certificated gross weight is 1124 lbs. The paint currently on the aircraft was applied by the manufacturer approximately 10 years ago. The aircraft has never been repainted. Figure 2 shows the aircraft?s current condition. Figure 1. Three-view drawing of L-23 Super Blanik Figure 2. Pictures of L-23 in current condition 1.3 Delivery of Aircraft. The sailplane may be delivered to the contractor in one of two ways. 1.3.1 The preferred delivery method is by aerotow. TPS will provide a ferry crew to fly the sailplane from its current location to the contractor facility. The sailplane will be delivered as is. The government will not be responsible for disassembling the aircraft to any extent. 1.3.2 The second option is for the sailplane to be delivered via trailer. TPS will be responsible for removing the wings and horizontal stabilizer prior to delivering the sailplane to the contractor facility. All parts will then be delivered to the contractor facility on a single open frame trailer. Under this option, the contractor may choose to keep the trailer at the contractor facility for temporary storage of parts throughout the duration of the contracted services. 1.3.3 Upon completion of services, the government will retrieve the sailplane from the contractor facility in a similar manner to how it was delivered. The contractor is not responsible for delivering the sailplane to a government facility. SECTION 2 CONTRACTOR REQUIREMENTS 2.1 Laws and Regulations. The contractor shall comply with all applicable federal, state, and local laws that protect health and safety of employees and the community. Furthermore, painting related services shall be done in accordance with all applicable regulations to include but not limited to 14 CFR parts 43 and 45. 2.2 Painter Experience. Previous experience with painting gliders is considered highly desirable (minimum 2 aircraft). If the contractor does not have experience painting gliders, prior experience with painting general aviation aircraft is considered adequate (minimum 3 years). In either case, the contractor should have experienced staff available to recover fabric control surfaces if necessary. 2.3 Weight Requirements. The aircraft is frequently operated close to its max certificated gross weight. Any unnecessary addition of weight to the aircraft may render the aircraft incapable of fulfilling mission requirements. Upon completion of painting services, the empty weight of the sailplane shall not be in excess of 720 Lbs. This will ensure a useful load of greater than 400 Lbs for future operations. Accurately weighing the aircraft after painting is the responsibility of the contractor. 2.4 Removal of Existing Paint. The contractor shall remove as much of the existing paint as possible prior to adding new paint on the sailplane. It is preferred that the contractor remove all paint from metal surfaces via chemical or other means within the limitations of paragraph 2.1. Though not a requirement, the contractor may choose to re-cover the fabric control surfaces rather than paint over the current fabric in order to reduce weight and remain within the requirements of paragraph 2.3. 2.5 Painting. The contractor shall adhere to the following: 2.5.1 The contractor shall paint the aircraft to look like the VISTA aircraft flown by TPS. This desired look is shown in Figure 3. Figure 4 shows a simplistic drawing of what the glider may look like once painted in this scheme. Note that Figure 4 is only a concept. The contractor shall make all efforts to match their work to the paint scheme shown in Figure 3 with the following exceptions: 2.5.1.1 No corporate logos or names (i.e. Lockheed, General Electric, etc.) will be displayed. However, USAF and TPS logos will be included. 2.5.1.2 The contractor is further responsible for ensuring the sailplane paint design includes all markings required by federal regulations prior to completion of the work. Note that while the aircraft in Figure 3 does not have an N number, the glider should be painted with the number N268BA in place of the Air Force serial number. The glider is further certified as an Experimental aircraft and must include the text ?EXPERIMENTAL? under the canopy rail in place of crew names. 2.5.1.3 The ?VISTA? label on the tail will be replaced by a larger TPS unit patch. The small patch located on the longitudinal red stripe will be deleted. Figure 3. Photograph of aircraft with desired paint scheme Figure 4. Simple drawing of what glider may look like once painted 2.5.2 The contractor shall use quality polyurethane or similar paint which is durable to both inclement weather and sunlight. Methods of reducing weight gain are highly encouraged. For example, the contractor should attempt to paint the top of the fuselage blue without laying down a white base coat underneath as is common practice. 2.6 Timeframe. The contractor shall complete all work within three weeks (21 calendar days) of sailplane delivery to the contractor facility. 2.7 Location of Contractor Facility. The Contractor facility shall be within easy transportation distance of Tehachapi, CA where the sailplane is currently located. Under delivery option 1.3.1, this distance will be considered one hour of flight time on aerotow. Under delivery option 1.3.2, this distance will be considered two hours of driving time. NOTE: FIGURES will be provided by email from glenda.downing@edwards.af.mil. The following provisions and clauses apply: Offerors are required to submit with their quote enough information for the Government to evaluate the minimum requirements detailed in this synopsis. CONTRACTORS MUST COMPLY WITH FAR 52.204-7 CENTRAL CONTRACTOR REGISTRATION (OCT 2003), DFARS 252.204-7004, ALTERNATE A (NOV 2003); ONLINE REPRESENTATIONS & CERTIFICATION (ORCA) (JAN 2005); & DFARS 252.212-7000, REPRESENTATIONS AND CERTIFICATIONS ? COMMERCIAL ITEMS (NOV 1995). TO REGISTER WITH CCR, GO TO URL: https://www.ccr.dlsc.dla.mil/. ONLINE REPRESENTATIONS AND CERTIFICATIONS APPLICATION (ORCA) MUST BE COMPLETED. USE OF ORCA BECAME MANDATORY 01 JANUARY 2005. CONTRACTORS CAN ACCESS ORCA THROUGH CCR BY INTERNET URL: http://www.ccr.gov/. Further Information on ORCA may be obtained from the ORCA Help Menu, <http://orca.bpn.gov/help.aspx>. This help menu includes ORCA background information, frequently asked questions (FAQ), and the ORCA Handbook, 52.212-3 Alternate I, 52.225-4, 52.225-4 Alternate I, 52.222-22, 52.222-25, and 252.212-7000 with their offer. 52.252-1 -- Solicitation Provisions Incorporated by Reference. This solicitation incorporates one or more solicitation provisions 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. The offeror is cautioned that the listed provisions may include blocks that must be completed by the offeror and submitted with its quotation or offer. In lieu of submitting the full text of those provisions, the offeror may identify the provision by paragraph identifier and provide the appropriate information with its quotation or offer. Also, the full text of a solicitation provision may be accessed electronically at this address: http://farsite.hill.af.mil. Provision at 52.212-1, Instructions to Offerors-Commercial, applies to this acquisition. Provision at 52.212-2 -- Evaluation -- Commercial Items. (Jan 1999) 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: (i) technical capability of the item offered to meet the Government requirement (ii) price 52.212-3 Offeror Representations and Certifications -- Commercial Items 52.219-8 Utilization of Small Business Concerns 52.222-22 Previous Contracts and Compliance Reports 52.222-25 Affirmative Action Compliance 52.222-26 Equal Opportunity 52.225-4 Buy American Act -- North American Free Trade Agreement -- Israeli Trade Act Certificate 52.225-4 Alternate I 252.212-7000 Offeror Representations and Certifications--Commercial Items 52.252-2 Clauses Incorporated by Reference (Feb 1998) 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 address: http://farsite.hill.af.mil. 52.212-4 Contract Terms and Conditions ? Commercial Items 52.212-5 Contract Terms and Conditions Required to Implement Statutes 52.222-3 Convict Labor 52.222-19 Child Labor---Cooperation with Authorities and Remedies. 52.222-21 Prohibition of Segregated Facilities 52.222-26 Equal Opportunity 52.222-35 Equal Opportunity for Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans 52.222-36 Affirmative Action for Workers with Disabilities 52.222-37 Employment Reports on Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans 52.225-3 Buy American Act -- North American Free Trade Agreement 52.225-3 Alternate I 52.225-3 Alternate II 52.225-13 Restrictions on Certain Foreign Purchases 52.232-33 Payment by Electronic Funds Transfer--Central 52.233-3 Protest after Award 52.233-4 Applicable Law for Breach of Contract Claim 252.211-7003 Item Identification and Valuation 252.212-7001 Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items 252.225-7001 Buy American Act, Balance of Payment Program 252.232-7003 Electronic Submission of Payment Requests 252.232-7010 Levies 252.247-7023 Transportation of Supplies by Sea 252.247-7023 Alternate III (MAY 2002) 5352.223-9000 Elimination of Use of Class I Ozone Depleting Substances (ODS) 5352.201-9101 Ombudsmen Offers are due at the Air Force Flight Test Center, Directorate of Contracting, 5 South Wolfe Avenue, Edwards AFB, CA, 93524 (Attn: Glenda Downing @ 661-277-8884), no later than Close of Business (COB) 12 June 2007 at 4 pm PST. Faxed transmissions of quotes are acceptable. Fax #: 661-277-7602 (please call and verify that I have received the fax) or e-mail address: glenda.downing@edwards.af.mil.
 
Record
SN01311504-W 20070608/070607034724 (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.