SOLICITATION NOTICE
J -- Painting of two Government furnished UH-60A aircraft.
- Notice Date
- 1/8/2008
- Notice Type
- Solicitation Notice
- NAICS
- 488190
— Other Support Activities for Air Transportation
- Contracting Office
- Aviation Applied Technology Directorate, ATTN: AMSRD-AMR-AA-C, Building 401, Lee Boulevard, Fort Eustis, VA 23604-5577
- ZIP Code
- 23604-5577
- Solicitation Number
- W911W608R0001
- Response Due
- 2/7/2008
- Archive Date
- 4/7/2008
- Point of Contact
- Carrie.e.moore, 7578782003
- E-Mail Address
-
Email your questions to Aviation Applied Technology Directorate
(carrie.e.moore@us.army.mil)
- Small Business Set-Aside
- Total Small Business
- 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 solicitation number is W911W6-08-R-0001 and is issued as a Request for Proposal (RFP). The Aviation Applied Technology Directorate (AATD) intends to award a firm fixed price contract t o acquire aircraft painting services as outlined in the following Statement of Work which will be incorporated in the resultant contract. The successful offerors facility shall be within a 900 nautical mile flight radius from the Arizona National Guard U nit located at 5636 East McDowell Road, Phoenix, Arizona 85008-3495. Applicable Documents 1. US Army Technical Manual (TM) TM 55-1500-345-23, Painting and Marking of Army Aircraft dated June 12, 1986 2. MIL-DTL-64159(MR), Detail Specification, C oating, Water Dispersible Aliphatic Polyurethane, Chemical Agent Resistant, dated March 6, 2007 BACKGROUND: The purpose of this contract is to paint two Government furnished UH-60A aircraft to be provied by the Arizona National Guard (NG). The aircraf t will be ferried by the NG to the Contractors facility. Upon completion of Task 1, the aircraft will be ferried by the NG to Yuma, AZ for use in a visual jury test to determine the effectiveness of various paint colors against desert and sky backgrounds . For the test, each aircraft will be painted two colors, one on each side. There will be four different paints for the test (two per aircraft). The testing is estimated to last approximately one week. After the testing is complete, both aircraft will be ferried by the NG back to the Contractors facility to be repainted to the baseline color, Aircraft Green. Upon completion of the repainting, the aircraft will be ferried by the NG from the Contractors facility back to Phoenix. Task 1 The con tractor shall paint and mark two UH-60A aircraft with (2) paint colors per aircraft at the contractors facility. 1.1. The contractor shall clean/prepare the external surfaces to be painted of two (2) UH-60A aircraft to accept external fuselage paint a nd aircraft markings. The surfaces to be painted shall be cleaned/ prepared in accordance with contractor standards (see Document 1 for guidance). Only those surfaces identified in the TM as requiring MIL-C-46168 paint color Aircraft Green shall be c leaned/prepared and painted. Other surfaces such as rotor blades, antennas, and non-skid surfaces shall not be cleaned/prepared or painted. 1.2. The contractor shall paint the prepared surfaces of two UH-60A aircraft in accordance with contractor stand ards (see Document 1 for guidance). The contractor shall use four (4) paints identified as MIL-DTL-64159 34031 (A/C Green), 34201 (Woodlands Desert Sage), 33446 (Tan686A), and 36300 (A/C Gray). The first A/C (A/C 1) shall be painted 34031 on the left han d side and 34201 on the right hand side. The second aircraft (A/C 2) shall be painted 33446 on the left hand side and 36300 on the right hand side. 1.3. The contractor shall apply the following five (5) markings to each aircraft in accordance with Doc ument 1: (a) code no. 45 - page 9-188; (b) code no. 48 page 9-189; (c) code no. 102 page 9-196; (d) code no. 156 page 9-200.2; and (e) radio call numbers on the aircraft vertical fin paragraph 7-18 on pages 7-9 through 7-10. To provide color cont rast with the primary fuselage paint color, the marking paint shall be the paint color applied to the opposite side of the aircraft. For instance, the markings applied to the side of the aircraft with Tan686A shall be A/C Gray. Task 2 The contr actor shall paint and mark two UH-60A aircraft with MIL-DTL-64159 34031 Aircraft Green, at the contractors facility. 2.1. The contractor shall strip/prepare the external surfaces to be painted of two UH-60A aircraft at the contractors facility to accept external fuselage paint and aircraft markings. The surfaces to be painted shall be stripped/prepared in accordance with contractor standards (see Document 1 for guidance). Only those surfaces identified in the TM as requiring MIL-C-46168 paint color aircraft green shall be stripped/prepared and painted. Other surfaces such as rotor blades, antennas, and non-skid surfaces shall not be stripped/prepared or pa inted. 2.2. The contractor shall paint the prepared surfaces of two UH-60A aircraft in accordance with contractor standards (see Document 1 for guidance). The contractor shall use paint identified as MIL-DTL-64159 34031 (A/C Green). 2.3. The con tractor shall mark each aircraft in accordance with Document 1. The marking paint color shall be in accordance with Document 1. All work will be performed at the Contractors facility in accordance with the above. This synopsis/ solicitation incorporates provisions and clauses in effect through Federal Acquisition Circular 2005-23. This acquisition is 100% set aside for Small Business. The applicable NAICS code is 488190, Aircraft Maintenance and Repair Services, and the size standard is $6 .5M. FAR 52.212-1, Instructions to OfferorsCommercial Items, applies to this acquisition and is incorporated by reference. Please review the clauses carefully to ensure that you are submitting all required information with your proposal. A description of the services offered in sufficient detail to evaluate compliance with requirements, to include product literature and warranty as applicable, shall be submitted. In accordance with the clause, all prospective offerors must be actively registered in the Central Contractor Registration prior to award. FAR 52.212-2, Evaluation-Commercial Items, applies to this acquisition and paragraph (a) is completed as follows: The following factors, listed in descending order of importance, shall be used to evaluate offers: 1) Technical capability of the offeror to meet the minimum requirements; 2) Past Performance which will be used to evaluate Quality of service, prior experience and capability to perform successfully; offeror shall submit at least three relevant re ferences; 3) Ability to start work after contract award - offerors shall clearly propose ability to start work stated within (Offeror fill-in) number of days after contract award; and 4) Price. All evaluation factors other than price, when combined, are approximately equal to price. Due to expenses involved in ferrying the aircraft, the offerors facility shall be within a 900 nautical mile flight radius from the Arizona National Guard Unit located at 5636 East McDowell Road, Phoenix, Arizona 85008-3495 . Acceptance of work will be at origin the Contractors facility. Offerors are advised to include a completed copy of FAR provision 52.212-3, Offeror Representations and CertificationsCommercial Items, with your offer. FAR 52.212-4, Contract Terms and Conditions-Commercial Items; and FAR 52.212-5, Contract Terms and Conditions Required To Implement Statutes Or Executive OrdersCommercial Items. The following additional clauses apply to this acquisition: FAR 52.247-34, F.O.B. Destination; 52.252-2, Clau ses Incorporated by Reference; 252.212-7001, Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items. The following clauses cited within FAR 52.212-5 apply: FAR 52.203-6, Restr ictions on Subcontractor Sales to the Government; 52.219-8, Utilization of Small Business Concerns; 52.222-3, Convict Labor; 52.222-19, Prohibition of Segregated Facilities; 52.222-26 Equal Opportunity (EO); 52.222-35, EO for Special Disabled Veterans; 52. 222-36, Affirmative Action for Workers with Disabilities; 52.222-37, Employment Reports on Special Disabled Veterans; 52.222-50, Combating Trafficking in Person s; 52.225-13, Restrictions on Certain Foreign Purchases; 52.232-33, Payment by Electronic Funds Transfer. The following clauses cited within DFARS 252.212-7001 apply: 52.203-3, Gratuities; 252.225-7001, Buy American Act and Balance of Payments Program; 2 52.225-7012, Preference for Certain Domestic Commodities; 252.225-7036, Buy American Act-Free Trade Agreements-Balance of Payments Program; 252.232-7003, Electronic Submission of Payment Requests; 252.243-7002, Requests for Equitable Adjustment; 252.247- 7023, Transportation of Supplies by Sea. The full text of the clauses or provisions may be accessed electronically at one of the following links: http://farsite.hill.af.mil, http://www.arnet.gov/far, http://www.ac.osd.mil/dpap/dfars. Proposals are due not later than February 7, 2008 2:00 PM, local (Fort Eustis) time and offerors shall submit one original plus one copy to the Aviation Applied Technology Directorate, Attn: AMSRD-AMR-AA-C (C. Bryant), 401 Lee Blvd., Fort Eustis VA 23604-5577 by regular mail. P oint of contact is Carrie Bryant, phone: (757) 878-2003, fax: (757) 878-0008, email: carrie.e.moore@us.army.mil or Laurie Pierce, Contracting Officer, (757) 878-3766, email laurie.pierce@us.army.mil. Anyone desiring an explanation or interpretation of thi s announcement must request it in writing not later than February 4, 2008 4:00 PM, local (Fort Eustis) time at the above address, datafax, or email. Numbered Notes 1 and 9 apply to this synopsis.
- Place of Performance
- Address: Arizona National Guard Unit 5636 East McDowell Road Phoenix AZ
- Zip Code: 85008-3495
- Country: US
- Zip Code: 85008-3495
- Record
- SN01480850-W 20080110/080108223825 (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 |