Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF APRIL 16, 2004 FBO #0872
MODIFICATION

J -- ABRASIVE BLASTING AND PAINTING OF AEROSPACE GROUND EQUIPMENT

Notice Date
4/14/2004
 
Notice Type
Modification
 
NAICS
238320 — Painting and Wall Covering Contractors
 
Contracting Office
Department of the Air Force, Air Mobility Command, 62nd CONS, 1197 A STREET P O BOX 4178, McChord AFB, WA, 98438
 
ZIP Code
98438
 
Solicitation Number
Reference-Number-F8012940690200
 
Response Due
4/12/2004
 
Archive Date
4/27/2004
 
Point of Contact
Whitney Brown, Contract Specialist, Phone 253-982-3876, Fax 253-982-5053, - Sherry Duenas, Contract Specialist/Contracting Officer, Phone (253) 982-3862, Fax (253) 982-5053,
 
E-Mail Address
whitney.brown@mcchord.af.mil, Sherry.Duenas@mcchord.af.mil
 
Small Business Set-Aside
Total Small Business
 
Description
Description ABRASIVE BLASTING AND PAINTING OF AEROSPACE GROUND EQUIPMENT, MCCHORD AFB, WA. This is a combined synopsis/solicitation for commercial services prepared in accordance with the format in the Federal Acquisition Regulation (FAR) Subpart 12.6, as supplemented with additional information included in this notice. The announcement constitutes the only solicitation. Proposals are being requested and a written solicitation will not be issued. This purchase request will be issued as a request for quotation (FRQ) under the following PR/solicitation number: F8012940690200. This PR and the provisions and clauses incorporated are those in effect through Federal Acquisition Circular 2001-20. This solicitation is 100 percent Small Business Set-Aside. The North American Industry Classification System (NAICS) code is 238320 (Painting and Wall Covering Contractors) with a small business size standard of $12 Million. The Statement of Work (SOW) for the abrasive blasting and painting of Aerospace Ground Equipment assigned to the 62d Maintenance Squadron, McChord Air Force Base Washington is attached. See SOW for additional information and specific guidance governing contract performance. Delivery requirements are project completion within 14 days of contract start date. A site visit of the aerospace ground equipment (AGE) will be conducted 14 April 2004, 10:00 AM, McChord Air Force Base, Washington; interested parties must stop at the Main Gate Visitor’s Center between 9:30 AM and 10:00 AM to obtain a visitor’s pass. Attending the site visit is strongly recommended. Contractors interested in attending the site visit should contact Whitney Brown at (253)-982-3876 or by email at whitney.brown@mcchord.af.mil by 4:00 PM PST, 12 April 2004 and provide name and driver’s license number and state of issuance. Contractors not interested in attending the site visit but still interested in bidding on this contract are encouraged to contact Whitney Brown at (253)-982-3876 or by email at whitney.brown@mcchord.af.mil by 4:00 PM PST, 12 April 2004 so applicable documents and other information addressed during the site visit may be disseminated. Request for Quotations should be submitted to: 62nd Contracting Squadron, PO Box 4178, 1197 A Street, Room 10, McChord AFB WA 98438-0178. Quote submitted should be for the entire job. Quote must be received no later than 4:00 PM PST, 22 April 2004, and may be received by mail, FAX at 253-982-5053, or e-mail to whitney.brown@mcchord.af.mil. Contractor must be registered in the Central Contractor Registration (CCR) (website: http://www.ccr.gov/) prior to receiving award. Contractor must not be on the Excluded Parties List System (EPLS) (website: http://epls.arnet.gov/) The following FAR and DFAR Provisions and Clauses apply to this acquisition: FAR Part 52.212-1 Instructions of Offerors for Commercial Items, FAR Part 52.212-2 Evaluation for Commercial Items. The evaluation criteria to be included in Paragraph A of that provision is the lowest offer meeting specifications and delivery requirement. All offers must include a completed copy of the provision at 52.212-3 Offeror Representations and Certifications -- Commercial Items (Alt 1); FAR Part 52.212-4 Contract Terms and Conditions for Commercial Items, FAR Part 52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items (January 2004) (Deviation). The following additional clauses are also applicable: DFARS 252.212-7001 Contract Terms and Conditions Required to Implement Statutes (Jan 2004) (DEVIATION), FAR 52.222-3 Convict Labor, FAR 52.222-26 Equal Opportunity, FAR 52.222-35 Equal Opportunity for Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans, FAR 52.222-36 Affirmative Action for Workers with Disabilities, FAR 52.222-37 Employment Reports on Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans, 52.228-5 Insurance -- Work on a Government Installation, FAR 52.252-2 Clauses By Full Reference, FAR 52.252-6 Authorized Deviations in Clauses, FAR 52.233-3 Protests After Award, DFAR 252.204-7004 Required CCR Registration, FAR 52.204-7 Central Contractor Registration, FAR 52.222-21 Prohibition of Segregated Facilities (Feb 1999), FAR Part 52.232-33 Payment By Electronic Funds Transfer -- Central Contractor Registration (Oct 2003), FAR 52.222-41 Service Contract Act of 1965 As Amended, FAR 52.222-42 Statement of Equivalent Rates For Federal Hires. This statement is for information only; it is not a wage determination: Employee Class Monetary Wage Fringe Benefits Painter, Maintenance $21.86 + $7.18 Laborer $14.15 + $4.65 Wage Determination 94-2567 Revision 24 Dated 30 September 2003 is hereby made part of and incorporated into this solicitation. All FAR, DFARS, AFFARS, and AMCFAR clauses and references within this document and the SOW may be accessed in full text electronically at this website: http://farsite.hill.af.mil. The following are clarifications reached during the site visit on 14 April 2004: Clarifications reached during Media Blasting site visit, 14 April 2004. Definitions: Period of Performance: the period from to start to finish of the project Contract Start Date: The date the contractor will start the media blasting Contract Award Date: the date the contract is awarded, not the date on which the media blasting will start 1. The period of performance for the contract is 14 days. The start date will depend on the availability of the contractor and the building, but will start no later than 21 May 2004. 2. All permits must be completed prior to the contract start date. 3. The building will be available for use 24/7 from the start date of the contract. There will be a person available to turn on any systems needed. 4. How does the contractor get employees on base? a. The contractor will provide the contracting office with a list of employees who will need access to the base with the following information: Last Name, First Name, Middle Initial, Date of Birth, Driver’s License #, State of Issuance 5. Welding price submitted should include a labor hour price and a per foot price so all quotes can be compared. 6. The welding will need to be completed by a qualified welder. 7. The building being used for painting (CCF) is climate controlled. The temperature during the curing cycle is about 80 degrees Fahrenheit 8. All specifications for painting and welding can be found in the Technical Order 35-1-3, Technical Manual Corrosion Prevention, Painting and Marking of USAF Support Equipment (SE) and Technical Order 1-1-8, Application and Removal of Organic Coatings, Aerospace and Non Aerospace Equipment. FOR REFERENCE USE ONLY T.O. 35-1-3 Page 2-5 Table 2-1 Material B Step 2 2. The blasted surfaces will be in a near-white condition per Steel Structures Painting Council (SSPC-SP 10-85). A Near-White Blast Cleaned Surface Finish is defined as one from which all oil, grease, dirt, mill scale, rust, corrosion products, oxides, paint or other foreign matter have been completely removed from the surface except for very light shadows, very slight streaks, or slight discolorations caused by rust stain, mill scale oxides, or sight, tight residues of paint or coating that may remain. At least 95% of each square inch of surface area shall be free of all visible residues, and the remainder shall be limited to the light discoloration mentioned above. The National Association of Corrosion Engineers (NACE) Standard TM-01-70 (Visual Standard for Surfaces of New Steel Airblast Cleaned with Sand Abrasive) will be used as a guide to ensure a near-white surface was produced. The blast-cleaned surface must be primed before any rusting occurs; otherwise the benefit of the Near White Blast Cleaning is lost. Under normal atmospheric conditions it is best practice to prime within 1 hour of blast cleaning." FOR REFERENCE USE ONLY 9. When painting B2 Maintenance Stands, overspray on tires is not a concern. 10. When painting Aircraft Jack Trailer, overspray onto pneumatics shall not occur. 11. There are 10 piece of equipment that shall be worked on, 9 B2 Maintenance Stands and 1 Aircraft Jack Trailer. 12. When media blasting, the exhaust will go outside 13. Contractor must provide own power (generators) 14. Restroom facilities will be provided inside the CCF building. 15. On 9 Maintenance stands, hydraulics shall be left on 16. USAF will replace any stenciling that is already on the equipment after contractor is finished. 17. The undercarriage of the aircraft jack trailer shall not be painted. 18. When painting the maintenance stands, the stand can be extended and laid down to be painted, however the process by which the contractor paints the stands is up to each contractor. 19. The coating already on the aircraft jack trailer shall be completely removed before being painted. 20. Small stands will be available for contractor use while in the CCF. 21. The floor area used for blasting must be protected from erosion during blasting only. 22. The brand name of the paint and the primer is Deft Coatings. 23. Wage Determinations: It is the contractor’s responsibility to properly “classify” its workforce under SCA Wage Determinations. Direct any questions to 2Lt Whitney Brown at 253-982-3876 or whitney.brown@mcchord.af.mil or to Mrs. Sherry Duenas at 253-982-3862 or sherry.duenas@mcchord.af.mil NOTE: THIS NOTICE WAS NOT POSTED TO WWW.FEDBIZOPPS.GOV ON THE DATE INDICATED IN THE NOTICE ITSELF (14-APR-2004); 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.eps.gov/spg/USAF/AMC/62CONS/Reference-Number-F8012940690200/listing.html)
 
Place of Performance
Address: McChord AFB, WA
Zip Code: 98466
Country: USA
 
Record
SN00566260-F 20040416/040414214737 (fbodaily.com)
 
Source
FedBizOpps.gov 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.