SOLICITATION NOTICE
16 -- Cargo Pod Overhaul and Painting - Requirements Package
- Notice Date
- 1/30/2017
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 336413
— Other Aircraft Parts and Auxiliary Equipment Manufacturing
- Contracting Office
- Department of the Air Force, Air Combat Command, 99 CONS, 5865 Swaab Blvd, Nellis AFB, Nevada, 89191-7063, United States
- ZIP Code
- 89191-7063
- Solicitation Number
- FA4861-17-Q-C004
- Point of Contact
- Tina Cooper, Phone: 7026529089, Jeremy Young, Phone: 7026526003
- E-Mail Address
-
tina.cooper.2@us.af.mil, jeremy.young.19@us.af.mil
(tina.cooper.2@us.af.mil, jeremy.young.19@us.af.mil)
- Small Business Set-Aside
- N/A
- Description
- Feet and Handles Paint Scheme Statement of Work Solicitation This is a combined synopsis/solicitation for a commercial item prepared in accordance with the format in FAR Subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; quotes are being requested and a written solicitation will not be issued. This solicitation is issued as a request for quotation IAW FAR Part 12 and 13. Submit written quotes in reference to Request for Quote (RFQ) reference number FA4861-17-Q-C004. This requirement is being solicited as 100% Small Business Set Aside. The NAICS code for this requirement is 336413 (SBA Size Standard 500 Emp) Other Aircraft Part and Auxiliary Equipment Manufacturing. This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-95, Effective 19-Jan-2017. Defense Federal Acquisition Regulation DPN 20161222, Effective 22-Dec-2016. Air Force Federal Acquisition Regulation AFAC 2016-0603, Effective 03-June-2016. STATEMENT OF WORK BACKGROUND: The USAFADS "Thunderbirds" is the U.S. Air Force's premier air demonstration squadron, performing and recruiting globally. They deploy weekly with cargo pods installed on their aircraft and the pods are in need of repair and paint. We would like to have the cargo pods refurbished to extend their life and functionality. 1. SCOPE: Cargo Pod Overhaul and Painting 2. LOCATION: Nellis AFB 3. DESCRIPTION OF WORK: The work to be accomplished under this agreement shall include: 3.1 Overhaul cargo pods consisting of complete tear down followed by blasting and submersion alodine coating and all accessible dents removed. After repair, apply anticorrosion measures to exposed aluminum surfaces, in accordance with Military Specification MIL-C-5541, Type I, or II, Grade A, B, or C, Class 2. Paint treated surfaces, first with one coat of epoxy primer, Military Specification MIL-P-23377; then one mist coat and one wet coat per Military Specification MIL-C-22750, color white No. 17875 per Federal Standard FEDSTD-595. The cargo pods will be required to be repainted with mil spec primer. Additionally install loading handles and feet to the cargo pods. The loading handles shall be installed in accordance with technical order 16W41-2-1 paragraph 3.5 & figure 3-4. Attached is a photograph to use as example for cargo pod feet installation. 3.2 Cargo pods will be painted red, white and blue (per attached pictures) 3.3 Price per travel pod is TBD 4. COORDINATING and SCHEDULING: If Vendor can prepare the required pods from there stock they will bring our refurbished pods and return with the old pods thus incurring only one round trip of shipping. If no stock is available cargo pods will be shipped to vendor's destination for refurb. 5. INSPECTION: All travel pods will be inspected upon delivery per technical order 16W41-2-1 paragraph 5.4 and by using Table 5-1. 6. QUALIFICATIONS: The vendor shall be approved for DoD contract and meet all technical order specifications for cargo pod refurb and maintenance in accordance with technical order 16W41-2-1. 7. SECURITY: The vendor shall provide physical security for the materials and work under their control. 8. PRODUCT DAMAGE: Vendor shall be responsible for any damage to the product caused by their personnel and repair said damages to the satisfaction of the Contracting Officer at no expense to the Government. 9. SAFETY: Vendor shall take any necessary actions to ensure a safe working environment. QUESTIONS: Any questions raised as a result of this solicitation must be submitted prior to 6 Feb 2017. All vendor's questions will be compiled into a single list and the answers will be uploaded as an attachment to the solicitation. Quotes are due to this office no later than 2:00p.m. PDT, 13 Feb 2017. Quotes must be sent via e-mail to tina.cooper.2@us.af.mil. Contracting point of contact: Tina Cooper, Contracting Specialist, TEL: (702-652-3369), or email tina.cooper.2@us.af.mil. ______________________________________________________________________________ Instructions to Offerors: QUOTE SPECIFICS: All quotes must include the following information: 1. Quote shall include the contractors Technical Capability as follows: a) A technical description of the item(s)/service(s) being offered in sufficient detail so as to evaluate compliance with the requirements listed above and in the associated Statement of Work (SOW). This includes, but not limited to product literature, spec sheets, drawings, or other documents, as found necessary to indicate the vendor's ability to satisfy this requirement. 2. Quote shall include the contractors Price Quotation as follows: a) Contractor's Unit and Total Price relating to CLIN above. Vendors must note that separate Contract Line Item Numbers (CLINs), are not prescribed for purpose of associated costs entailing taxes, fees, transportation, delivery, etc. Accordingly, quoted unit pricing for requirements at the CLIN level under this solicitation, shall be all inclusive of all associated costs (i.e. all material, transportation, labor, delivery, etc.) b) Discount for prompt payment - if any 3. Company Point of Contact with name, address, email address, telephone number, Cage Code, and Duns Number. Prospective vendors must be registered in the System for Award Management (SAM) database prior to contract award. 4. Quotes must be valid for a period of no less than 45 days. NOTE: Vendor specific terms and conditions that may be contingently proposed for subsequent inclusion into the contract will not be considered by the Government in its evaluation of quotations. This aspect also includes the Government's exclusion from requests by vendors to enter into supplemental agreements from their respective company in order to conduct business under a resultant contract award. Vendors that are not able to comply with the aforementioned conditions will be determined as noncompliant with the solicitation requirements and therefore may be removed from consideration for award. Evaluation of Quotes: In accordance with FAR 12.602(a) and FAR 13.106-2, the following is provided: EVALUATION (a) The Government intends to award a purchase order resulting from this Request for Quotation (RFQ) to the vendor whose quotation conforms to the solicitation and is considered most advantageous to the Government, price and other factors considered. The following factors shall be used to evaluate quotations: 1. Price Quotation 2. Technical Capability (b) Basis of Award: The award will be made to the vendor whose quotation represents the best value to the government. As allowed by FAR 13.106-2(b)(1), the Lowest Price Technically Acceptable (LPTA) selection process shall be applied. Award will be made to the vendor who is deemed responsible and responsive, and represents the best value to the government based on selection of the lowest evaluated price that is deemed technically acceptable. To be eligible for award, a quotation must meet all technical requirements, conform to all required terms and conditions, and provide all information required. In accordance with FAR 13.004 -- Legal Effect of Quotations the following information is provided in regards to quotations. A quotation is not an offer and, consequently, cannot be accepted by the Government to form a binding contract. Therefore, issuance by the Government of an order in response to a supplier's quotation does not establish a contract. The order is an offer by the Government to the supplier to buy certain supplies or services upon specified terms and conditions. A contract is established when the supplier accepts the offer. When appropriate, the contracting officer may ask the supplier to indicate acceptance of an order by notification to the Government, preferably in writing. In other circumstances, the supplier may indicate acceptance by furnishing the supplies or services ordered or by proceeding with the work to the point where substantial performance has occurred. If the Government issues an order resulting from a quotation, the Government may (by written notice to the supplier, at any time before acceptance occurs) withdraw, amend, or cancel its offer. The following clauses and provisions apply to this solicitation: FAR 52.252-1: Solicitation Provisions Incorporated by Reference (Feb 1998) This solicitation incorporates one or more solicitation provisions by reference, with the same force and effect as if they were given in full text. Upon request, the Contracting Officer will make their full text available. The Vendor is cautioned that the listed provisions may include blocks that must be completed by the offeror and submitted with its quotation or offer. In lieu of submitting the full text of those provisions, the offeror may identify the provision by paragraph identifier and provide the appropriate information with its quotation or offer. Also, the full text of a solicitation provision may be accessed electronically at this address: http://farsite.hill.af.mil/ FAR 52.252-2: Clauses Incorporated by Reference (Feb 1998) This contract incorporates one or more clauses by reference, with the same force and effect as if they were given in full text. Upon request, the Contracting Officer will make their full text available. Also, the full text of a clause may be accessed electronically at this address: http://farsite.hill.af.mil/ FAR 52.247-24: Advance Notice by the Government (April 1984) The Government will notify the Contractor 24 hours in advance of the number of pieces and weight of all normal shipments and the time the shipment will be available for pickup. On other-than-normal shipments, the Government will furnish additional information; e.g., dimension of oversized pieces, as necessary to determine the amount of equpment and/or manpower needed to perform the rquired services. Federal Acquisitions Regulation (FAR) Provisions and Clauses: 52.212-4 Contract Terms and Conditions--Commercial Items 52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders - Commercial Items (Deviation) 52.232-33 Payment by Electronic Funds Transfer--System for Award Management 52.247-34 F.O.B. Destination 52.252-5 Authorized Deviations in Provisions 52.252-6 Authorized Deviations in Clauses Department of Defense Federal Acquisition Regulations (DFAR): 252.211-7003 Item Unique Identification and Valuation 252.232-7006 Wide Area Workflow Payment Instructions Air Force Federal Acquisitions Regulations (AFFARS): 5352.201-9101 Ombudsman
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/USAF/ACC/99CONS/FA4861-17-Q-C004/listing.html)
- Record
- SN04385040-W 20170201/170130234251-b85971f0a7424e981acea88eee9f70ba (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 |