SOLICITATION NOTICE
J -- PAINTING / BIRDPROOFING OF C-119F DISPLAY AIRCRAFT
- Notice Date
- 8/6/2009
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 238990
— All Other Specialty Trade Contractors
- Contracting Office
- Department of the Air Force, Air Force Reserve Command, 914 AW/LGC, 2720 Kirkbridge Drive, Niagara Falls IAP-ARS, New York, 14304-5001
- ZIP Code
- 14304-5001
- Solicitation Number
- FA6670-09-Q-0017
- Archive Date
- 9/9/2009
- Point of Contact
- ROBERT L KUCH, Phone: 716-236-2177, LORRAINE L MCMULLEN, Phone: 716-236-2216
- E-Mail Address
-
robert.kuch@niagarafalls.af.mil, lorraine.mcmullen@niagarafalls.af.mil
(robert.kuch@niagarafalls.af.mil, lorraine.mcmullen@niagarafalls.af.mil)
- Small Business Set-Aside
- Total Small Business
- Description
- REQUEST FOR QUOTE FA6670-08-Q-0017 914th Airlift Wing Niagara Falls, Air Reserve Station Niagara Falls, NY 14304 Aug 06 2009 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 (FA6670-09-Q-0017) is issued as an invitation to Request For Quotation (RFQ). Statement of Work Painting/Birdproofing of C-119F at 914th AW Airpark, Niagara Falls ARS, NY 1.0 Objective: Provide corrosion control and preservation for one (1) pad-mounted static display aircraft (C-119F "Flying Boxcar") located in the Wing's Airpark northwest of B-800, Wing Headquarters building. Complete address is: 2720 Kirkbridge Drive, Niagara Falls, NY 14304-5001. 2.0 Scope of Services: Upon notification from the 914th AW/LGC (Base Contracting Office) the contractor shall perform the specified work at the installation. The work must be completed by 16 Oct 09. The contractor must comply with all state and federal environmental code regulations to comply with this SoW. The contractor shall provide all necessary labor, tools, materials, equipment, and transportation necessary to accomplish corrosion control and painting of artifact aircraft on-site to include: 2.1 Photographs documenting all existing markings and paint scheme for duplication. 2.2 Power washing complete exterior surfaces, landing gear and gear wells. - Remove all loose paint by scraping, sanding and power washing at 4500 psi with "rotoblaster." - Sand all surfaces to be painted sufficiently to assure sound adhesion of the new paint to its substrate. - Sand and feather areas that show surface irregularity to smoothly transition into adjacent areas. - All exterior surfaces to be painted shall be washed with a TSP and Jomax solution. Wash surfaces in a manner to prevent streaking. Thoroughly rinse all surfaces and let dry before painting. Use a cleaning agent strong enough to remove air pollutants, mold, and fungus from the surface but gentle enough so as not to leave marks or streaking on the surface. Test in an inconspicuous area before applying to surface. 2.3 Birdprooofing using ½-in mesh hardware cloth unobtrusively secured by stainless steel hardware or clear RTV silicone rubber. Large blanks will be closed off using 3 mil (.003 in) thick fiberglass sheeting cut to fit. 2.4 Sanding and feathering exterior surfaces to remove imperfections in existing paint (i.e., flaking, runs, etc.), providing a smooth surface. 2.5 Removing and/or treating all corrosion as required before primer coat is applied to the aircraft. 2.6 Applying Direct to Metal (DTM) primer with 100% coverage using Sherwin-Williams Acrylic DTM products or equivalent. A number of control surfaces originally skinned with fabric material dry- rotted and tore over time. These areas have recently been re-skinned with aluminum. A few fuselage skin repairs were also made. Pay particular attention to these areas. 2.7 Painting aircraft with DTM semi-gloss exterior coating using Sherwin-Williams Acrylic DTM products or equivalent. Paint is not required to be airworthy. 2.8 The applied coatings will not flake, peel, or chalk for one year from the date the contract is completed. Paint shall be smooth, uniform and free of blisters, cracks, loosely adherent particles, nodules, or powdery deposits. - No primer visible through topcoat - No overspray - No blisters, fish eyes, runs or sags - No roughness or dirt inclusions 2.9 Remove all paint, or other finish material where it has spilled or spattered. Remove all paint scrapings, trash, old paint, etc., DAILY from site. All debris must be containerized for pickup by base environmental personnel. - Consider paint chips and other painted materials removed from this aircraft to be hazardous waste due to chromium content exceeding EPA/ NYSDEC toxicity characteristic leachate procedure (TCLP) regulatory levels. Coordinate with 914 MSG/CEV (Environmental Engineering) for proper collection, storage, and disposal of waste products generated while performing this work. 2.10 The contractor will coordinate all matters with the 914 MSG/LGC's assigned Contracting Office Representative (COR). 2.11 The contractor will provide a punch list at the end of the job for any corrections. All punch list items will be corrected to the satisfaction of the wing's HPC. 2.12 The contractor will ensure the work area is completely cleaned prior to contract closure. 2.13 The contractor will provide the HPC with 1 quart of each paint color with a material safety data sheet (MSDS). 2.14 The contractor is responsible for the proper collection and handling of all wastes generated during performance of this work. Once collected, the government is responsible for proper waste handling, storage, and disposal at no cost to the contractor. 3.0 Delivery & Scheduling requirements: Delivery Schedule: Estimated August thru October 2009; Period of Performance: Not to exceed 90 days. Proposed Start Date Proposed Completion Date 3.1 The contractor shall perform the stated work at the earliest agreed upon time convenient to both parties. 3.2 The contractor will notify the COR at least 24-hours in advance of beginning work. Normal base work hours are 0715 to 1600 hours daily, excluding weekends and Federal holidays. Lunch for base personnel is from 1115 to 1200 hours. 3.3 The contractor shall provide the government (914 LGC) a cost quote for performance of work described in this Statement of Work (SoW). Provide total pricing for one (1) Job: $¬¬¬¬¬______________________ 3.4 Point of contact (POC) for the 914th Airlift Wing's Contracting Office is Mr. Robert Kuch (purchasing agent), phone: (716) 236-2177; fax: (716) 236-2357, and Ms. Lorraine McMullen (contracting officer), phone: (716) 236-2216; fax: (716) 236-2357. E-mail addresses are: robert.kuch@niagarafalls.af.mil & lorraine.mcmullen@niagarafalls.af.mil. Mailing address is: 914 CONF/LGC, 2720 Kirkbridge Drive, Bldg. 800, Rm. 228, Niagara Falls, NY, 14304-5001. This publication serves as a notice to request for quotes for the above Commercial Service. Solicitation RFQ FA6670-09-Q-0017, is issued as a request for quote (RFQ). Small Business set-aside 100%. The North American Industry Classification System (NAICS) code 238990, size standard of $12.0 Million. Registration in Central Contractor Registration (CCR) is required (DFARS 252.204-7004). Registration may be made via the Internet at http://www.ccr.gov/ or by calling 1-866-606-8220, CCR customer service. Potential offerors shall request RFQ FA6670-09-Q-0017 in writing by letter, email to robert.kuch@niagarafalls.af.mil or fax (716) 236-2357. Closing date of this solicitation will be Aug 25 2009 @ 3:00 PM Eastern Standard Time. Government's intend is to award one single purchase order, to the lowest responsive, responsible offer. To be paid through WAWF (Wide Area Work Flow).
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/USAF/AFRC/914AWLGC/FA6670-09-Q-0017/listing.html)
- Place of Performance
- Address: 914th Airlift Wing, Air force Reserve Station, Niagara Falls, New York, 14304, United States
- Zip Code: 14304
- Zip Code: 14304
- Record
- SN01902822-W 20090808/090807001542-225a77747e92687256834b001094c332 (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 |