SOLICITATION NOTICE
J -- C-130H Aircraft washing service provided at Wyoming Air National Guard Base.
- Notice Date
- 5/6/2004
- Notice Type
- Solicitation Notice
- NAICS
- 488190
— Other Support Activities for Air Transportation
- Contracting Office
- 153 AG/LGC, 217 Dell Range Boulevard, Cheyenne, WY 82009-4799
- ZIP Code
- 82009-4799
- Solicitation Number
- W912L3-04-T-5000
- Response Due
- 6/21/2004
- Archive Date
- 8/20/2004
- Point of Contact
- Daniel Pontoriero, 307-772-6397
- E-Mail Address
-
153 AG/LGC
(daniel.pontoriero@wychey.ang.af.mil)
- Small Business Set-Aside
- N/A
- Description
- This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in 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. The government intends to award a minimum of one (1) and maximum of three (3) Blanket Purchase Agreements for this service. This is a request for quote. Award will be based on price and price related factors and those firms that can meet the minimum service requirements stated in the statement of work. The statement of work specifies washing aircraft in accordance with Air Force Technical Orders. Upon request the Technical Order number will be provided. Following is the statement of work: BACKGROUND The 153rd Maintenance Squadron (153 MXS) maintains 8 (eight) C130H aircraft. These aircraft are required to be washed to ensure proper maintenance and corrosion prevention. The cleanliness of the aircraft also affects the overall long-term airworthiness of the aircraft. SCOPE The contractor shall be responsible for performing Aircraft Washes. The Maintenance Operations Flight or the Aircraft Maintenance Branch Chief will coordinate the schedule of these washes with the contractor on an as needed basis, as prescribed by techni cal order data. After each wash, the aircraft will be inspected by a Crew Chief and the Corrosion Manager from the 153rd Maintenance Squadron, to ensure that all areas are cleaned satisfactorily. These personnel will identify areas that require additiona l cleaning. Before submitting a proposal, the contractor shall be required to visit the site to see the actual aircraft, have the wash procedure explained and review/copy all documents referenced. The contractor shall have a minimum of three (3) years experience in washing operational, flying aircraft weighing over 85,000 pounds. Department of Defense contractors are governed by Public Law 91-596 (the Occupational Safety and Health Act) and are subject to inspection and citation by the Department of Labor whether the contractor is operating on or off base. Contractors are respons ible for ensuring that their workers have received appropriate job safety training. Contractors are also responsible for providing personal protective equipment (PPE) for their employees, and for ensuring the use of PPE when warranted. Said PPE must meet minimum OSHA standards. The Government shall provide a training class, including a video, to familiarize and train contract wash personnel in applicable Air Force, Occupational Safety and Health Administration (OSHA), and Hazardous Materials Handling Standards. A copy of applica ble publications shall be provided at the time of training. Only those personnel who have attended this training shall be authorized to wash the aircraft. The government shall provide all the soap to be used on the aircraft. The dilution ratio for the soap shall be as specified by the manufacturer. No other cleaning products shall be used on the aircraft other than what has been provided by the Government. The Material Safety Data Sheets (MSDS) shall be provided to the contractor. The contractor shall maintain a copy of the MSDS that is readily available at all times while washing the aircraft. Reference attached document for the proper steps in washing an aircraft. The contractor shall ensure that all personnel are familiar with the applicable safety guidelines provided. The contractor shall provide all personal protective equipment. The following safety equipment shall be required of the contractor for use while washing the aircraft: - All contractor personnel shall be required to wear eye protection (goggles), rubber gloves, protective clothing (wet suit, etc.) and earplugs. The contractor personnel shall be required to use Government provided fall restraint devices while washi ng the upper fuselage of the aircraft. LIMITING FACTORS 1. In order to minimize aircraft downtime, the capability to complete an aircraft wash shall not exceed two, nine-hour workdays. Limiting factors that may interfere with the ability of the contractor to meet this requirement will require prior coordinati on with the government representative. 2. Unforeseen mission requirements, facilities availability or weather conditions could require the cancellation of a scheduled aircraft wash. ENVIRONMENTAL PROTECTION The contractor shall comply with all applicable Federal, State and Local Environmental Protection laws. AIRCRAFT WASHES Aircraft washes will include washing the following areas: - Nose radome - Nose wheel well to include linkages, struts, gears, panels, inspection window, converter, uplock and surrounding brackets, and vacuum all other exposed components. Vacuum loose sand and gravel from behind ribs in forward nose landing gear door - Both sides of the fuselage, all the way back to the empennage - Both left and right wheel wells and the systems within the areas â struts, gear components, panels, lights, exposed chrome, conduits, and all other exposed components. Vacuum loose sand and gravel from rib areas in the main landing gear wheel wells - All four engines â external turbine, clamshell doors, external cowlings and panels, propeller blades, spinners, spinner afterbodies, and all other exposed areas not identified - Wing underside â aileron push pull rod, flaps (inner and outer), flap wells to include flap tracks, jack screws, hydraulic and fuel lines, and all other exposed components, armpit panels, leading edges, flap top side â all exposed brackets, ski n, panels and all other exposed areas not identified - Aircraft underside â panels, gear doors, radomes, antennas, and all other exposed areas and components not identified - Ramp â external - Doors â aft cargo, troop, emergency, and crew entrance - Empennage â elevators, trim tabs, panels, skin; horizontal stabilizer; to include upper fuselage, and upper and lower wings along with all other exposed areas and components not identified WORK REQUIREMENTS 1. Contractor wash systems shall be equipped with a hot water pressure wash machine capable of supplying a minimum of 3000 PSI at 4 GPM with 300 plus feet of high-pressure hose. Pressure washer shall not be used any closer than 12 inches to the aircraft, at an angle of 40 degrees with a flat fan spray nozzle. 2. Contractor wash equipment shall have the ability to adjust hot water temperatures to 210 degrees Fahrenheit. 3. Contractor shall have adjustable lance/wand lengths that can adjust from 1 foot to 12 feet to reach both close-in and extended wash areas on top of the aircraft. 4. Contractor shall have a chemical pump/sprayer to distribute cleaning agents to all aircraft surfaces. It shall be able to operate independent of the high-pressure wash equipment with at least 150 feet of hose length. 5. Contractor shall use Air Force approved cleaning pads/kits. The cleaning pads will be provided by the Government. Government equipment used will be inventoried before and after wash operations. 6. Contractor shall have an on-board power wash engine and water heater system with both the capacity and the ability to operate uninterrupted for the entire wash sequence in accordance with the Statement of Work. 7. Aircraft washes shall be accomplished with strict adherence to the steps provided in the statement of work. 8. The contractor shall have the ability to remove aircraft aviation fuel carbon deposits on engine exhaust tracks and wing flap areas. These areas may require extra concentration and scrubbing. 9. Because of the very porous and rough texture of the aircraft paint surfaces, the contractor shall have the capability to remove very extensive soiling and staining from all aircraft surfaces. 10. Due to the153rd Air Wingâs Modular Airborne Fire Fighting System (MAFFS) mission requirements; the contractor shall have the capability to remove fire retardant deposits and staining from all exterior sections of the aircraft while adhering to Ai r Force Technical Order 1-1-691 requirements. This intensifies the amount of effort. The fire retardant is extremely difficult to remove from the many porous areas of the aircraft. 11. The floor of the hangar shall be power washed and all debris removed upon completion of the wash. 12. An aircraft Crew Chief and the 153rd Corrosion Manager shall accomplish the final wash corrosion inspection acceptance. 13. Quality Assurance may accomplish random in depth inspections, to insure contract wash requirements are fulfilled. POTENTIAL SAFETY HAZARDS Hazards associated with aircraft wash. -Wet and slippery hangar floors -High-pressure air and air hoses -Aircraft wash soap -Subject to efforts involving stooping, standing, bending, stretching, and working in tiring and uncomfortable positions -Working from elevated platforms GOVERNMENT FURNISHED SUPPLIES/EQUIPMENT The Government shall supply the soap (dilution ratio will be as specified by the manufacture), rinse hose and wash pads that meet the specifications of Air Force Technical Order (T.O.) 1-1-691. Water and limited equipment to re-supply wash equipment tanks shall be available. If specialized equipment is required to interface from standard equipment, these requirements shall be delineated in the proposal. The Government shall provide fall restraint devices and elevated platforms to be used while washing the upper fuselage of the aircraft. INSTRUCTIONS When submitting a proposal for this effort, submit both a technical and itemized cost proposal per aircraft. In the technical proposal, outline the labor mix to be used on the effort; type of equipment; whether the labor force will be local or from outsid e the commuting area; and fuel consumption expectations. In the cost proposal, outline costs, i.e., basic labor rates and burdened labor rates, overhead, general and administrative expense and profit percentages. Also, in the cost proposal, estimate the man-hours that the offerer expects the effort will use. If travel is to be charged, the Government will only pay for actual expenses, without benefit of general and administrative expense, overhead or profit. The following clauses are incorporated: FAR 52.203-3 GRATUITIES (APR 1984, FAR 52.211-5 MATERIALS REQUIREMENTS (OCT 1997), FAR 52.223-3 CONVICT LABOR (AUG 1996), FAR 52.222-4 CONTRACT WORK HOURS AND SAFETY STANDARDS ACT -OVERTIME COMPENSATION (JUL 1995, FA R 52-222-21 CERTIFICATION OF NONSEGREGATED FACILITIES (FEB 1999), FAR 52.222-26 EQUAL OPPORTUNITY (FEB 1999), FAR 52.222-35 AFFIRMATIVE ACTION FOR SPECIAL DISABLED AND VIETNAM ERA VETERANS (APR 1998), FAR 52.222-36 AFFIRMATIVE ACTION FOR HANDICAPPED WORKER S (JUN 1998), FAR 52.222-41 SERVICE CONTRACT ACT OF 1965, FAR 52.223-3 HAZARDOUS MATERIALS IDENTIFICATION AND MATERIALS SAFETY DATA (JAN 1997), FAR 52.225-1 BUY AMERICAN ACT - SUPPLIES (FEB 2000), FAR 52.233-1 DISPUTES (DEC 1998), FAR 52.237-2 PROTECTION OF GOVERNMENT BUILDINGS, EQUIPMENT AND VEGITATION (APR 1984), FAR 52.249-4 TERMINATION FOR CONVENIENCE OF THE GOVERNMENT (SERVICES) (SHORT FORM) (APR 1984, FAR 52.249-8 DEFAUILT (FIXED PRICE SUPPLY AND SERVICE) (APR 1984), FAR 52.232-36 PAYMENT BYB THIRD P ARTY, FAR 52.204-7 CENTRAL CONTRACTOR REGISTRATION, FAR 52.252-2 CLAUSES INCORPORATED BY REFERENCE (JUN 1998). ONLY WRITTEN QUOTES WILL BE ACCEPTED. FAX, EMAIL OR MAIL QUOTES TO MSG DANIEL PONTORIERO, 217 DELL RANGE BLVD, CHEYENNE WY 82009. PHONE NUMBER 307-772-6397, FAX NUMBER 307-772-6302, EMAIL daniel.pontoriero@wychey.ang.af.mil NOTE: THIS NOTICE WAS NOT POSTED TO WWW.FEDBIZOPPS.GOV ON THE DATE INDICATED IN THE NOTICE ITSELF (06-MAY-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/USA/NGB/DAHA48-1/W912L3-04-T-5000/listing.html)
- Place of Performance
- Address: 153 AG/LGC 217 Dell Range Boulevard, Cheyenne WY
- Zip Code: 82009-4799
- Country: US
- Zip Code: 82009-4799
- Record
- SN00581594-F 20040508/040506214248 (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 |