Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF FEBRUARY 28, 2008 FBO #2285
MODIFICATION

Z -- Transport and assemble of A-10 static display. Transport F-105 and F-4 for static display.

Notice Date
2/26/2008
 
Notice Type
Modification
 
NAICS
238990 — All Other Specialty Trade Contractors
 
Contracting Office
Department of the Air Force, Air Combat Command, 4 CONS, 1695 Wright Brothers Ave, Seymour Johnson AFB, NC, 27531, UNITED STATES
 
ZIP Code
27531
 
Solicitation Number
FA4809-08-Q-0074
 
Response Due
3/3/2008
 
Archive Date
3/18/2008
 
Point of Contact
Matthew Rowe, Contract Specialist, Phone 919-722-5405, Fax 919-722-5404
 
E-Mail Address
matthew.rowe@seymourjohnson.af.mil
 
Description
This is a combined synopsis/ solicitation for commercial items prepared in accordance with the format in FAR Subparts 12.6 and 13.5, 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 solicitation document, incorporated provisions, and clauses are those in effect through the Federal Acquisition Circular 2005-23 and Defense Acquisition Circular 20080124. This solicitation is not set-aside for small businesses. The North American Industry Classification System Code (NAICS) is 238990. The contractor shall provide a quote for the following items: Line Item 1: Disassemble, package, transport and reassemble an A-10 aircraft from Pope AFB, NC to Seymour Johnson AFB, NC. The contractor will transport the aircraft to a designated hangar and reassemble the aircraft in a towable condition. The contractor shall also fabricate and install the upper portion of the support column (TS 16?x16?) with a base plate and top mount. After restoration process, contractor will return to Seymour Johnson AFB to mount the A-10 (with integral upper column) on an existing lower support column (TS 24?x24?) with the top plate and bolt pattern ( See Statement of Work.) Line Item 2: Provide all labor, personnel, materials, parts, transportation, and any other items necessary to fabricate parts, remove (for restoration by Seymour Johnson AFB personnel) and re-install a static display aircraft (F-105) on site, as is, where is, at Seymour Johnson AFB, NC. (See Statement of Work.) Line Item 3: Provide all labor, personnel, materials, parts, transportation, and any other items necessary to remove (for restoration by Seymour Johnson AFB personnel) and re-install a static display aircraft (F-4) on site, as is, where is, at Seymour Johnson AFB, NC. (See Statement of Work.) This is a best-value award. The following provisions and clauses can be viewed through Internet access at the Air Force FAR Site, http://farsite.hill.af.mil. The following provisions and clauses are incorporated by reference: FAR 52.212-1, Instructions to Offerors-Commercial Items; AS OF 1 JANUARY 2005, OFFERORS ARE REQUIRED TO COMPLETE ONLINE REPRESENTATIONS AND CERTIFICATIONS AT http://orca.bpn.gov WHICH ARE IDENTICAL TO WHAT IS REQUIRED IN FAR 52.212-3, OFFEROR REPRESENTATIONS AND CERTIFICATIONS-COMMERCIAL ITEMS. FAR 52.212-4 Contract Terms and Conditions-Commercial Items; FAR 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders-Commercial Items applies to this acquisition; only the following FAR clauses in paragraph (b) of 52.212-5 are applicable: 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 Disabled Veterans and 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, 52.232-33, Payment by Electronic Transfer-Central Contractor Registration; 52.233-3, Protest After Award applies to this acquisition; 52.233-4 Applicable Law for Breach of Contract Claim applies to this acquisition. 52.212-5(DEV) ? CONTRACT TERMS AND CONDITIONS REQUIRED TO IMPLEMENT STATUTES OR EXECUTIVE ORDERS?COMMERICAL ITEMS (DEVIATION). In accordance with DFARS 252.204-7004, REQUIRED CENTRAL CONTRACTOR REGISTRATION, prior to receiving any contract award, contractors must be registered in the Central Contract Registration (CCR). The following provisions and clauses also apply; DFARS 252.212-7001 Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items, but only the following clauses in paragraph (b) of clause apply: 252.232-7003 Electronic Submission of Payment Requests. Quotes should reference RFQ No F3T0WG8037A001. The POC for this acquisition is Matthew Rowe. Quotes may be e-mailed to matthew.rowe@seymourjohnson.af.mil. Quotes must be received via e-mail by March 2 2008, 1600 Local Time. Attached: Statement of Work Bid Proposal Sheet S-1 Seymour Johnson Air Force Base A-10 Static Display Statement of Work Version 14 Feb 2008 1445L The contractor shall provide all labor, personnel, materials, parts, transportation, and any other items necessary to fabricate parts, remove and install a static display aircraft A-10 from Pope AFB to Seymour Johnson AFB, NC. This process will be conducted in two phases. During the first phase, the contractor will disassemble, package, transport and reassemble an A-10 aircraft from Pope AFB, NC to Seymour Johnson AFB, NC. The contractor will transport the aircraft to a designated hangar and reassemble the aircraft in a towable condition. The contractor shall also fabricate and install the upper portion of the support column (TS 16?x16?) with a base plate and top mount similar to that shown on Sheet S-1 and also used for the F15E, F100, and F86 static displays currently on display at Seymour Johnson AFB. The contractor shall be responsible for designing the column-to-aircraft connection details on top of the upper column. This upper column shall be fabricated to be compatible with the lower section of the column as far as bolt alignments, etc (also shown on Sheet S-1). The proposed pitch for the A-10 is 15 degrees nose high and the proposed bank is zero degrees (wings level). The aircraft will then be turned over to members of the 4 MXG for the restoration process. The aircraft is currently designated to be added to the aircraft park display located within Heritage Park. The aircraft is planned, tentatively, to be placed between the F-100 and F-86 aircraft. The 4 FW will have the ground portion of the stand (pylon), completed prior to the return of the contractor. During the second phase the contractor will return to Seymour Johnson AFB to mount the A-10 (with integral upper column) on an existing lower support column (TS 24?x24?) with the top plate and bolt pattern as shown on Sheet S-1. The contractor will remove the outer wing panels to permit towing of the aircraft from the flight line to the display site and will reassemble the wings at the display site. During installation of the aircraft mounting plate, the contractor will keep visual modifications to the aircraft to a minimum and replace any removed skin panels with like aircraft grade metal and fasteners. The contractor will lift the aircraft onto the designated stand (pylon) and securely attach the two pylons at the mounting plates. The contractor shall repair any damage done to the existing site at no additional cost to the government. Any grass areas disturbed shall be restored to original condition with centipede sod. Seymour Johnson Air Force Base F-105 Static Display Statement of Work The contractor shall provide all labor, personnel, materials, parts, transportation, and any other items necessary to fabricate parts, remove (for restoration by Seymour Johnson AFB personnel) and re-install a static display aircraft (F-105) on site, as is, where is, at Seymour Johnson AFB, NC. Contractor will be responsible for fabricating and installing a mounting plate system to the F-105 fuselage prior to start of F-105 restoration by Seymour Johnson AFB (SJAFB) personnel. Contractor is responsible for fabricating and installing a new pedestal top section similar to previous pedestal design for F-100 and F-4 static display at Seymour Johnson AFB, NC to include base plate with similar existing angle and bank. The contractor will crane lift the aircraft onto a flat-bed trailer provided by SJAFB. Contractor will configure the trailer with a support cradle made from dunnage or another suitable material. The cradle must be high enough to provide between 2? - 3 feet of space between the aircraft bottom fuselage and the trailer deck to allow access to the aircraft bottom for the restoration. Contractor will secure the aircraft to the trailer to facilitate low speed towing by SJAFB personnel to a maintenance hanger. Light wear to the lawn around the worksite is understandable but, Contractor will repair any ruts caused by Contractor vehicles or equipment. During replacement or modification of the aircraft mounting plate, Contractor will keep visual modifications to the aircraft to a minimum and replace any removed skin panels with like aircraft grade fasteners. Contractor will be available to re-install aircraft on its original pedestal after SJAFB personnel refurbish the aircraft. Contractor shall reinstall/install aircraft on pylons or permanent location after refurbishing is complete, approximately 3 months after removal. An agreed to date will be coordinated with Contractor and Government personnel. Seymour Johnson Air Force Base F-4 Static Display Statement of Work The contractor shall provide all labor, personnel, materials, parts, transportation, and any other items necessary to remove (for restoration by Seymour Johnson AFB personnel) and re-install a static display aircraft (F-4) on site, as is, where is, at Seymour Johnson AFB, NC. The contractor will release the aircraft from its mooring and ensure the F-4 aircraft is structurally and mechanically towable prior to crane-lifting the aircraft from its current concrete pad onto the flight line. Light wear to the lawn around the worksite is understandable but, the contractor will repair any ruts caused by contractor vehicles or equipment. The contractor will be available to re-install and secure aircraft on its original concrete pad after SJAFB personnel refurbish the aircraft. Contractor shall reinstall/install aircraft on pylons or permanent location after refurbishing is complete, approximately 3 months after removal. An agreed to date will be coordinated with Contractor and Government personnel. 14 February 2008 1600 Bid Proposal Line Item Item Description Unit QTY Price 0001 Disassemble, package, transport and Job 1 reassemble an A-10 aircraft from Pope AFB, NC to Seymour Johnson AFB, NC. Transport the aircraft to a designated hangar and reassemble the aircraft. Fabricate and install the upper portion of the support column (TS 16?x16?) with a base plate and top mount. Mount the A-10 (with integral upper column) on an existing lower support column (TS 24?x24?) with the top plate and bolt pattern. 0002 Provide all labor, personnel, Job 1 materials, parts, transportation, and any other items necessary to fabricate parts, remove (for restoration by Seymour Johnson AFB personnel) and re-install a static display aircraft (F-105) on site, as is, where is, at Seymour Johnson AFB, NC. 0003 Provide all labor, personnel, Job 1 materials, parts, transportation, and any other items necessary to remove (for restoration by Seymour Johnson AFB personnel) and re-install a static display aircraft (F-4) on site, as is, where is, at Seymour Johnson AFB, NC. NOTE: THIS NOTICE WAS NOT POSTED TO FEDBIZOPPS ON THE DATE INDICATED IN THE NOTICE ITSELF (26-FEB-2008); 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.fbo.gov/spg/USAF/ACC/4CONS/FA4809-08-Q-0074/listing.html)
 
Place of Performance
Address: Seymour Johnson AFB Goldsboro, NC
Zip Code: 27531
Country: UNITED STATES
 
Record
SN01517671-F 20080228/080226225818 (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.