|
COMMERCE BUSINESS DAILY ISSUE OF AUGUST 24,1998 PSA#216521 CONS/LGCC 700 Suffolk St Peterson AFB CO 80914-1200 J -- MAINTENANCE, REPAIR, AND REBUILDING OF EQUIPMENT (STATIC DISPLAY
AIRCRAFT F-4C) SOL F05604-98T6240 DUE 090498 POC Contact Fredrick
Blue, Con Spec, 719-556-7586 or Larry Ozburn, Contracting Officer,
719-556-4285 WEB: 21CONS Business Opportunities,
http://www.spacecom.af.mil/21cons/bus_opp.htm. E-MAIL: click here to
contact the contracting specialist via, fblue@spacecom.af.mil. DESC:
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; proposals are being requested and
a written solicitation will not be issued. This solicitation, F05604-97
-T-6240 is issued as a Request for Proposal (RFP). The solicitation
document and incorporated provisions and clauses are those in effect
through Federal Acquisition Circular 97-7. The Standard Industrial
Classification Number is 4581 and the Business Size Standard is $5.0M.
The proposed contract listed here is Unrestricted. NON-PERSONAL
SERVICES: The contractor shall provide all labor, personnel, tools,
materials, transportation, and any other items necessary to restore,
prepare, and paint a Static Displayed Aircraft (F-4C Phantom II)
on-site, as is, where is. Contractor shall use paint and methods that
provide an outdoor life of a minimum of 5-7 years.Authenticity of
military colors, schemes, and markings shall be matched to ensure
historical accuracy. Contractor shall adhere to applicable base, city,
state, and Federal Safety and Environmental Guidelines for outdoor
painting to include collection and disposal of waste material. All work
to be accomplished in accordance with the Statement of Work (SOW) at
Addendum. The provision at 52.212-1, Instructions to
offerors-Commercial Items, applies to this acquisition and Addendum.
The provisions at 52.212-2, Evaluation-Commercial Items applies to this
acquisition with the blanks filled in as follows: Summary of Services
Proposed. Has the offeror demonstrated by their own words there is an
understanding of the requirements of the SOW? Has the offeror provided
enough documentation to demonstrate the capability of supplying the
services specified in the SOW? Does the offeror's proposal explain in
sufficient detail how they will perform the service? Does the
contractor's past performance demonstrate satisfactory service? Has the
offerors addressed the issue of how they will oversee and manage the
contract to ensure that the SOW is met? Offerors should provide company
past performance information on any contracts that are similar in terms
of cost and service to include contracts with the Federal Government,
performed over the past seven years with specialized experience in
refurbishing/painting "museum" static display aircraft and /or
aerospace vehicles. Offerors have experience in sheet metal and
fiberglass fabrication and the ability to refresh/paint display
aerospace vehicles outdoors "on site, as is where is"? Offerors has
ability to provide exacting accuracy/authenticity in military paint
schemes markings and colors to include uniques military markings,
unique squadron insignia, nose and/or tail flash and aircraft
identification markings. Offerors can provide a minimum five-year
warranty on applied paint and airframe repairs and a museum quality
finished product within six weeks from start date with a start date
onor before 22 Sep 98. Offerors paint and/or coatings must meet a
minimum 5-7 year life in a harsh outdoor environment. Past performance
information should include the governmental contract number and name
and phone number of a governmental point of contact to verify past
performance. Technical and past performance, when combined are
significantly more important than price. Offerors should provide
technical information sufficient to evaluate ability. Offerors who fail
to meet the technical requirements as set forth in the SOW (addendum
#1) may be considered nonresponsive to the RFP. Items will be graded by
the following criteria: Does not meet the standard (-). Meets the
standard (0). Exceeds the standard (+). The offeror who has the most
(+) signs on the evaluation factors, and is considered to be most
advantageous to the Government will be considered the apparent awardee.
Offers shall include a completed copy of the provision at FAR 52.212-3,
"Offeror Representations and Certifications-Commercial Items", with its
offer. The clause FAR 52.212-4, "Contract Terms and
Conditions-Commercial Items", applies to this acquisition. No addenda
apply. The clause at FAR 52-212-5, Contract Terms and Conditions
Required to Implement Statutes or Executive Orders-Commercial Items"
applies to this acquisition. Additional FAR 52.212-5 clauses cited in
the clause applicable to this acquisition are (b) 6-9 and (c) 1-2 and
4-5. The following clauses are also applicable to this acquisition: FAR
52.203-5, "Covenant Against Contingent Fees", FAR 52.211-11,
"Liquidated Damages-Supplies, Services, or Research and Development,
FAR 52.222-25, "Affirmative Action Compliance", FAR 52.232-33,
"Mandatory Information for Electronic Funds Transfer Payment", and FAR
52.237-2, "Protection of Government Buildings, Equipment, and
Vegetation". Warranty requirements are explained in the SOW (addendum).
Offers will be received at 21 CONS/LGCB, 700 Suffolk St., Building 982,
Peterson AFB, CO 80914-1200 until 3:00 PM local time on 4 Sep 1998. Mr
Fredrick Blue or Mr Larry Ozburn may be contacted at 719-556-7586 or
719-556-4285, respectively, for information or photographs regarding
this solicitation. Addendum #1 PETERSON AIR FORCE BASE (PAFB) STATIC
DISPLAY STATEMENT OF WORK: 1. All static display renovation/maintenance
will be accomplished on site, as is, where is. In some cases this will
require the use of a cherry picker and/or high lift, as some displays
(5), are approximately 50 feet in height. 2. All efforts must be made
to avoid overspray on or around nearby objects (vehicles, buildings,
landscaping, etc.). When possible, a 50-foot cordon must be established
around the aircraft/work area. 3. Must use paint and methods that will
provide a 5-7 year outdoor life or greater, if possible. 4. All work
must be coordinated through the Peterson Air & Space Museum, 21 MDG and
the Base Civil Engineer Grounds Manager for each static display. 6.
Contractor is responsible for acquiring/providing all needed equipment
to include high lifts/cherry pickers, scaffolds, generators,
compressors, barriers, and safety equipment. 7. As the static display
is of a historical nature, authenticity of military colors and markings
is a must. In some cases, matching existing colors and markings will
suffice. The Peterson Air & Space Museum will provide accurate
information regarding any colors and markings in questions. 8. Static
display will require surface prep (scuff sanding/feathering) for
painting. Some static displays may require corrosion control and or
metal repair/replacement. All waste will be collected for examination
by the Base BioEnvironmental Engineer prior to disposal. Waste must be
properly disposed of IAW Base BioEnvironmental guidelines. 9. In some
cases, corrosion control may be required prior to painting. 10.
Contractor must be experienced in providing "museum quality" work and
provide samples and references per the evaluation criteria. Posted
08/20/98 (W-SN239524). (0232) Loren Data Corp. http://www.ld.com (SYN# 0061 19980824\J-0014.SOL)
J - Maintenance, Repair and Rebuilding of Equipment Index Page
|
|