Repair & Repaint F-102 Static Display
This is a combined synopsis/solicitation for commercial items prepared in accordance with format in FAR subpart 12.6, as supplemented with additional information included in this notice. This announce... This is a combined synopsis/solicitation for commercial items prepared in accordance with 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. Solicitation number: F6THCC9133AW01 is hereby issued as a Request for Quote (RFQ). The Incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2019-02TA, 6 May 2019 and the Defense Federal Acquisition Regulation Supplement (DFARS) change notice 20190215. It is the contractor's responsibility to become familiar with applicable clauses and provisions. This acquisition is under North American Industry Classification Standards (NAICS) code 238320 and is set aside for total small business with annual revenue not to exceed $15M. Description of Requirement: CLIN 0001: Repair and Repaint an F-102 static display located at Joint Base Lewis-McChord, Washington. See below statement of requirements. STATEMENT OF REQUIREMENT STATIC AIRCRAFT REPAINT F-102 Project Description: Repainting of F-102 static display aircraft located at Joint Base Lewis McChord, WA. Restoration Process: •1. The displays will be power-washed to remove oil and surface debris. All surfaces will be sanded and debris recovered with a vacuum system with HEPA filter attachment. Waste debris will be contained and disposed of in accordance with EPA requirements. •2. Filler •A. Seams will be filled. •B. Sheet metal that cannot be repaired will be replaced with historically correct metal. Any sheet metal that has not been replaced will be inspected for any imperfections. Any concaved areas will be repaired; areas that are unable to be repaired will be filled using fiberglass reinforced filler. •C. Scratches and gouges less than an eighth of an inch in depth or one inch wide will be filled. •3. Surfaces of the displays which have been sanded to bare metal will be primed with industrial urethane primer. •4. The designated paint sequence of colors will be adhered to per specifications. Paint will be industrial urethane enamel. The paint will be applied with a minimum of two coats to provide adequate coverage and will be a historically correct match in color and in sheen. •5. All aircraft markings will be replaced in accordance with applicable aircraft technical orders. •6. Closing of all open areas that allow for moisture, animal and insect intrusion will be closed using either inert or similar alloy to eliminate any electrolysis effect from occurring. Approval from the contracting officer or designated technical representative will be acquired prior to installation of proposed materials. •7. Upon completion of painting, area will be cleaned to remove all items associated with the restoration process. •8. A schedule will be submitted with proposals and approved by the Contracting Officer and designated technical representative prior to contract award. Total $__________________ Vendor will be evaluated based on the lowest priced technically acceptable (LPTA) proposal that meets all the requirements of the SOW. A firm fixed price contract will be awarded. **Offers will not be accepted from any third party agencies.** Quote Information: Quotes must be submitted and received no later than 2:00 PM Pacific Time 20 June 2019. Quotes may be e-mailed to the attention of P.O.C.s listed below. Contact Information: BUYER: Matthew Richard Alternate Buyer: Robert Jones Emails: 141MSG.MSC@us.af.mil Financing Information: Telephone quotes will not be accepted. Award will only be made to contractors who have registered with the System for Award Management (SAM) and have a valid CAGE code and DUNS number. Vendors may register at: http://www.sam.gov. PROVISIONS AND CLAUSES Clauses may be accessed electronically in full text through http://farsite.hill.af.mil. Contractors must be actively registered with https://www.sam.gov and Wide Area Work Flow (WAWF) at http://wawf.eb.mil. FAR 52.203-3, Gratuities FAR 52.203-6 Alt I, Restrictions on Subcontractor Sales to the Government - Alternate I FAR 52.204-4, Printed or Copied-Double Sided on Post- consumer Fiber Content Paper FAR 52.204-7, System for Award Management Registration FAR 52.204-10, Reporting Executive Compensation and First-Tier Subcontract Awards FAR 52.204-16, Commercial and Government Entity Code Reporting FAR 52.204-18, Commercial and Government Entity Maintenance FAR 52.209-6, Protecting the Government's Interest When Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment FAR 52.209-10, Prohibition on Contracting with Inverted Domestic Corporations FAR 52.212-1, Instructions to Offerors-Commercial Items FAR 52.212-2, Evaluation-Commercial Items Evaluation. 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 technical acceptability in accordance with the "Statement of Work" of all items are the evaluation criteria. This evaluation is Lowest Priced Technically Acceptable. FAR 52.212-3 ALT I, Offerors Representation and Certifications Commercial Item or complete electronic annual representations and certifications at sam.gov FAR 52.212-4, Contract Terms and Condition-Commercial Items FAR 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders-Commercial Item are incorporated by reference, however, for paragraphs (b) and (c) the following clauses apply FAR 52.219-6, Notice of Total Small Business Set-Aside FAR 52.219-8, Utilization of Small Business Concerns FAR 52.219-14, Limitations on Subcontracting FAR, 52.219-28, Post-Award Small Business program Representation FAR 52.222-3, Convict Labor FAR 52.222-19, Child labor - Cooperation with Authorities and Remedies FAR 52.222-21, Prohibition of Segregated Facilities FAR 52.222-26, Equal Opportunity FAR 52.222-35, Equal Opportunity for Veterans FAR 52.222-36, Equal Opportunity for Workers with Disabilities FAR 52.222-37, Employment Reports on Veterans FAR 52.222-50, Combating Trafficking in Persons FAR 52.223-18, Encouraging Contractor Policy to Ban Text Messaging While Driving FAR 52.225-13, Restrictions on Certain Foreign Purchases FAR 52.232-33, Payment by Electronic Funds Transfer-System for Award Management FAR 52.232-39, Unenforceability of Unauthorized Obligations FAR 52.232-40, Providing Accelerated Payments to Small Business Subcontractors FAR 52.233-2, Service of Protest FAR 52.233-3, Protest After Award FAR 52.233-4, Applicable Law for Breach of Contract Claim FAR 52.252-2, Clauses Incorporated by Reference - SEE http://farsite.hill.af.mil DFARS 252.203-7000, Requirements Relating to Compensation of Former DoD Officials DFARS 252.203-7002, Requirement to Inform Employees of Whistleblower Rights DFARS 252.203-7005, Representation Relating to Compensation of Former DoD Officials DFARS 252.204-7011, Alternative Line Item Structure DFARS 252.204-7015, Disclosure of Information to Litigation Support Contractors DFARS 22.225-7012, Preference for Certain Domestic Commodities DFARS 252.222-7007, Representation Regarding Combating Trafficking in Persons DFARS 252.232-7003, Electronic Submission of Payment Requests (WAWF instructions provided at time of award) DFARS 252.232-7006, Wide Area Workflow Payment Instructions DFARS 252.232-7010, Levies on Contract Payments DFARS 252.243-7002, Request for Equitable Adjustment DFARS 252.244-7000, Subcontracts for Commercial Items Submission of Invoices In accordance with FAR clause 52.212-4(g) the contractor shall submit all invoices electronically utilizing Wide Area Workflow (WAWF). Procedures for using WAWF are found in DFARS clause 252.232-7003 Electronic Submission of Payment Requests.
Links ()
Attachments ()
Data sourced from SAM.gov.
View Official Posting »