Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF AUGUST 13, 2017 FBO #5742
SOLICITATION NOTICE

16 -- Refurbish Static Aircraft - MXS Static Display Refurbishment Combined Synopsis Solicitation

Notice Date
8/11/2017
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
811121 — Automotive Body, Paint, and Interior Repair and Maintenance
 
Contracting Office
Department of the Army, National Guard Bureau, 183 MSG/MSC, IL ANG, CAPITOL AIRPORT, 3101 J. DAVID JONES PARKWAY, SPRINGFIELD, Illinois, 62707-5001, United States
 
ZIP Code
62707-5001
 
Solicitation Number
W91SMC-17-Q-0006
 
Point of Contact
Brent D. Keller, Phone: 2177571251, Rachel Clark, Phone: 2177571252
 
E-Mail Address
brent.d.keller.mil@mail.mil, rachel.e.clark18.mil@mail.mil
(brent.d.keller.mil@mail.mil, rachel.e.clark18.mil@mail.mil)
 
Small Business Set-Aside
Total Small Business
 
Description
Aircraft Pic 12 Aircraft Pic 11 Aircraft Pic 10 Aircraft Pic 9 Aircraft Pic 8 Aircraft Pic 7 Aircraft Pic 6 Aircraft Pic 5 Aircraft Pic 4 Aircraft Pic 3 Aircraft Pic 2 Aircraft Pic 1 Heritage Park Photo Request for Information Form Refurbish Static Display Aircraft PWS MXS Static Display Refurbishment Combined Synopsis Solicitation 11 Aug 2017 This is a combined synopsis/solicitation for commercial items prepared in accordance with 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 separate written solicitation will not be issued. Quotes will be evaluated and awarded to the offeror with the lowest price technically acceptable. The Government reserves the right to award on a multiple award or an all or none basis. All firms must be registered in the System for Award Management database @ www.sam.gov and shall be considered for award. This combined synopsis/solicitation is issued as a Request for Quote (RFQ) W91SMC-17-Q-0006. Submit written offers IAW CLIN structure outlined in announcement. Oral offers will not be accepted. All firms or individuals responding must be registered with the System for Award Management (SAM) (https://www.sam.gov). This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular (FAC) 2005-95 (effective 19 Jan 2017). This acquisition is being conducted as a 100% Small Business Set-Aside IAW FAR 19.502-2(b). North American Industrial Classification Standard (NAICS) 811121 "Automotive Body, Paint, and Interior Repair and Maintenance", and Size Standard of $7.5 million dollars apply to this procurement. RFQ Submission Format for Paint Static Display Aircraft: •1. Quotes should conform to the CLIN structure as established in RFQ Submission Format. •2. Quotes shall be valid through 30 September 2017. •3. Please see attached Performance Work Statement (PWS) for detailed description of requirements. •4. All questions or comments must be provided to Contracting Officer (CO) SMSgt Brent Keller @ brent.d.keller.mil@mail.mil and Contracting Specialist, SrA Rachel Clark, rachel.e.clark18.mil@mail.mil in writing via the Request for Information Form (Attachment 1) no later than (NLT) 23 August 2017. Answers will be posted NLT close of business 25 August 2017. •5. Site visits are available upon request and must be coordinated with the Contracting Officer, SMSgt. Brent Keller. •6. Quotes must be submitted to SMSgt Brent Keller, via email at brent.d.keller.mil@mail.mil NLT 12:00 PM CST, 31 August 2017. •7. The resulting contract will be Firm-Fixed Price (FFP) and the period of performance (PoP) will be (120) calendar days from the issuance of the notice to proceed (NTP). CLIN 0001 STATIC DISPLAY PAINTING QTY 1 Job Contractor to provide qualified personnel, supervision, tools, materials, and equipment for corrosion repair, painting and marking of six static aircraft. The aircraft include one F-4, two F-84s, one F-16, one F-86, and one T-33. Efforts under this requirement shall not seek to repair the aircraft to an airworthy state; instead, the Contractor shall seek to return the aircraft to a museum-like state that approximated/reflects an airworthy state in accordance with the Performance Work Statement (PWS), dated 01 March 2017. Paint Static Display Aircraft in accordance with WD 15-5031 (Rev.-3) State: Illinois, Area: Illinois Counties of Menard & Sangamon was first posted on www.wdol.gov on 08/01/2017. CLIN 0002 Contractor Manpower Reporting QTY 1 Job In Accordance with Sections 235 and 233a of Title 10, United States Code, the contractor shall report ALL contractor labor hours (including subcontractor labor hours) required for performance of services provided under this contract for the Illinois Army National Guard via a secure data collection site. The contractor is required to completely fill in all required data fields using the following web address: http://ecmra.mil. Performance Location The work for five aircraft will be performed at the 183d Wing, Abraham Lincoln Capital Airport, 3101 J David Jones Parkway, Springfield, IL 62707. The work for one aircraft will be performed at Camp Lincoln, 1301 N MacArthur Blvd, Springfield, IL 62702. The following clauses are incorporated by reference in the solicitation and the resulting contract: 52.203-3 Gratuities 52.203-6 Restrictions on Subcontractor Sales to the Government 52.203-6 Alt I Restrictions on Subcontractor Sales to the Government-Alternate I 52.203-12 Limitation on Payments to Influence Certain Federal Transactions 52.203-17 Contractor Employee Whistleblower Rights and Requirement To Inform Employees of Whistleblower Rights 52.203-19 Prohibition on Contracting with Entities that Require Certain Internal Confidentiality Agreements or Statements 52.204-4 Printed or Copied Double-Sided on Recycled Paper 52.204-9 Personal Identity Verification of Contractor Personnel 52.204-10 Reporting Executive Compensation and First-Tier Subcontract Awards 52.204-13 System for Award Management Maintenance 52.204-18 Commercial and Government Entity Code Maintenance 52.204-19 Incorporation by Reference of Representations and Certifications 52.204-21 Basic Safeguarding of Covered Contractor Information Systems 52.209-6 Protecting the Government's Interest When Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment 52.209-10 Prohibition on Contracting with Inverted Domestic Corporations 52.212-4 Contract Terms and Conditions-Commercial Items 52.219-6 Notice of Total Small Business Set-Aside 52.219-8 Utilization of Small Business Concerns 52.219-28 Post-Award Small Business Program Representation 52.222-3 Convict Labor 52.222-21 Prohibition of Segregated Facility 52.222-26 Equal Opportunity 52.222-35 Equal Opportunity for Veterans 52.222-37 Employment Reports on Veterans 52.222-40 Notification of Employee Rights Under the National Labor Relations Act 52.222-41 Service Contract Labor Standards 52.222-50 Combat Trafficking in Persons 52.222-55 Minimum Wages Under Executive Order 13658 52.222-62 Paid Sick Leave Under Executive Order 13706 52.223-2 Affirmative Procurement of Biobased Products Under Service and Construction Contracts 52.223-3 Hazardous Material Identification and Material Safety Data 52.223-5 Pollution Prevention and Right-To-Know Information 52.223-17 Affirmative Procurement of EPA-designated Items in Service and Construction Contracts 52.223-20 Aerosols 52.223-21 Foams 52.223-18 Encouraging Contractor Policies to Ban Text Messaging While Driving 52.225-13 Restrictions on Certain Foreign Purchases 52.228-5 Insurance - Work on a Government Installation 52.232-33 Payment by Electronic Funds Transfer-- System for Award Management 52.232-39 Unenforceability of Unauthorized Obligations 52.232-40 Providing Accelerated Payments to Small Business Subcontractors 52.233-3 Protest After Award 52.233-4 Applicable Law for Breach of Contract Claim 52.237-2 Protection of Government Building, Equipment and Vegetation 52.245-1 Government Property 52.245-9 Use and Changes 52.246-4 Inspection of Services 252.201-7000 Contracting Officer's Representative 252.203-7000 Requirements Relating to Compensation of Former DoD Officials 252.203-7002 Requirement to Inform Employees of Whistleblower Rights 252.204-7012 Safeguarding Covered Defense Information and Cyber Incident Reporting 252.204-7015 Notice of Authorized Disclosure of Information for Litigation Support 252.211-7007 Reporting of Government Furnished Property 252.223-7001 Hazard Warning Labels 252.223-7006 Prohibition on Storage and Disposal of Toxic and Hazardous Materials 252.223-7008 Prohibition of Hexavalent Chromium 252.225-7001 Buy American and Balance of Payments Program 252.225-7048 Export-Controlled Items 252.232-7003 Electronic Submission of Payment Requests 252.232-7010 Levies on Contract Payments 252.237-7010 Prohibition on Interrogation of Detainees by Contractor Personnel 252.244-7000 Subcontracts for Commercial Items 252.245-7001 Tagging, Labeling, and Marking of Government-Furnished Property 252.245-7002 Reporting Loss of Government Property 252.245-7003 Contractor Property Management System Administration 252.245-7004 Reporting, Reutilization, and Disposal 252.247-7023 Transportation of Supplies by Sea The following clauses are incorporated by full text in the solicitation and the final award: 52.212-5 (Dev) Contract Terms and Conditions Required to Implement Statutes or Executive Orders- Commercial Items 52.222-36 Equal Opportunity for Workers with Disabilities 52.222-42 Statement of Equivalent Rates for Federal hires Fill-in information: 05160 Motor Equipment Metal Worker WG-08 05310 Painter, Automotive WG-09 52.223-11 Ozone-Depleting Substances and High Global Warming Potential Hydrofluorocarbons 52.252-2 Clauses Incorporated by Reference Fill-in information: http://farsite.hill.af.mil/ 52.252-6 Authorized Deviations in Clauses Fill-in information: Department of Defense FAR Supplement (DFARS) (48 CFR Chapter 2) 252.203-7997 Prohibition on Contracting with Entities that Require Certain Internal Confidentiality Agreements (Deviation 2016-O0003) 252.204-7012 Safeguarding Covered Defense Information and Cyber Incident Reporting 252.211-7003 Item Unique Identification and Valuation 252.232-7006 Wide Area Workflow Payment Instructions Fill-in information to be provided at award. The following provisions apply to this solicitation and are incorporated by reference. This section will be physically removed from the final award. 52.204-7 System for Award Management 52.204-16 Commercial and Government Entity Code Reporting 52.212-1 Instructions to Offerors - Commercial Items 52.237-1 Site Visit 252.203-7005 Representation Relating to Compensation of Former DoD Officials 252.204-7004 Alternate A, System for Award Management 252.222-7007 Representation Regarding Combating Trafficking in Persons All potential offerors are reminded that all firms must be registered in the System for Award Management database @ www.sam.gov to be be considered for award. Lack of registration in the SAM will make an offeror ineligible for contract award. All quotes should be good through 30 September at 11:59 PM CST. Quotes must be submitted to SMSgt Brent Keller, via email at brent.d.keller.mil@mail.mil NLT 12:00 PM CST, 31 August 2017.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/NGB/DAHA11-3/W91SMC-17-Q-0006/listing.html)
 
Place of Performance
Address: The work for five aircraft will be performed at the 183d Wing, Abraham Lincoln, Capital Airport, 3101 J David Jones Parkway, Springfield, IL 62707. The work for one aircraft will be performed at Camp Lincoln, 1301 N MacArthur Blvd, Springfield, IL 62702., Springfield, Illinois, 62707, United States
Zip Code: 62707
 
Record
SN04625568-W 20170813/170811232343-3ca4d527e753f64840d8e5c9a6011d66 (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  © 1994-2020, Loren Data Corp.