SOLICITATION NOTICE
80 -- AIRCRAFT PAINT - AIRCRAFT PAINT SPECS
- Notice Date
- 9/6/2018
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 336411
— Aircraft Manufacturing
- Contracting Office
- Department of the Army, National Guard Bureau, USPFO for Mississippi, 144 Military Drive, JACKSON, Mississippi, 39208-8860
- ZIP Code
- 39208-8860
- Solicitation Number
- W9127Q-18-R-0052
- Archive Date
- 9/29/2018
- Point of Contact
- LaJessica M Gatlin, Phone: 6013131619, Brian Patrick Fortune, Phone: 6013131608
- E-Mail Address
-
lajessica.m.gatlin.mil@mail.mil, brian.p.fortune.mil@mail.mil
(lajessica.m.gatlin.mil@mail.mil, brian.p.fortune.mil@mail.mil)
- Small Business Set-Aside
- Total Small Business
- Description
- Specs This solicitation is 100% small business set aside and restricted to small businesses only in accordance with FAR 19.502-2(b). The North American Industry Classification System Code (NAICS) 336411 and the Small Business Standard is 1,500 employees. All responsible sources may submit a quote, which if received timely, will be considered by the USPFO-MS Purchasing and Contracting Office. Please read and comply with all requirements for submitting a quote. Failure to comply with all instructions contained within this combined synopsis/solicitation could result in the quote being ineligible for award. It is the Offeror's responsibility to ensure their quote meets all the requirements identified herein. It is the responsibility of the interested parties to review this site frequently for any updates/amendments to this solicitation. Quote shall include: CLIN 0001: Quantity 300- MIL-DTL-64159 TYPE 2 WATERBORNE ACFT GRN CLIN 0002: 150 each- MIL-DTL-64159 TYPE 2 WATERBORNE ACFT BLK CLIN0003: 100 each- MIL-DTL-64159 TYPE 2 WATERBORNE ACFT GRY CLIN0004: 275 each - MIL-DTL-64159B TYPE 1&2 CATALYST CLIN0005: 10 each- MIL-DTL-53039C TYPE ACFT SAND CLIN0006: 5 each- MIL-DTL-53039D TYPE ACFT YELLOW DELIVERY ADDRESS: HHD 1108TH AVIATION GROUP 4715 HEWES AVENUE HANGAR 1 1108TH TASM G GULFPORT, MS 39507 All offerors must include Fed Tax ID #, CAGE and DUNS Number. Include all applicable fees, including DELIVERY; Warranty information; and ESTIMATED DELIVERY TIME. Price quotes must be Firm-Fixed Price to include shipping and handling charges based on F.O.B. Destination. The offeror must provide within its offer the number of days required to make delivery after it receives a purchase order from the buyer. The following FAR provisions apply: 52.204-13, System for Award Management Maintenance FAR 52.212-1, Instructions to Offerors - Commercial Items. FAR 52.212-3 ALT 1, Offeror Representations and Certifications - Commercial Items; DFARS 252.212-7000, Offeror Representations and Certifications - Commercial Items, FAR 52.212-4, Contract Terms and Conditions-Commercial Items; DFAR 252.203-7000-Requirements Relating to Compensation of Former DoD Officials DFAR 252.203-7996 - Prohibition on Contracting with Entities That Require Certain Internal Confidentiality Agreements DFAR 252.204-7008 - Compliance With Safeguarding Covered Defense Information Controls FAR 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Order-Commercial Items. Applicable FAR Clauses cited within 52.212-5 are as follows: 52.203-6-Restrictions on Subcontractor Sales to the Government; 52.204-10-Reporting Subcontract Awards.; 52.219-6, Notice of Small Business Set-Aside; 52.219-28, Post-Award Small Business Program Representation; 52.222-21, Prohibition of Segregated Facilities; 52.222-26, Equal Opportunity; 52.222-50, Combating Trafficking in Persons; 52.225-13, Restrictions on Certain Foreign Purchases; 52.232-33, Payment by Electronic Funds Transfer-Central Contractor Registration; 52.233-3, Protest After Award; 52.233-4, Applicable Law for Breach of Contract Claim; 52.222-3, Convict Labor; 52.222-19, Child Labor-Cooperation with Authorities and Remedies; 52.222-36, Affirmative Action for Workers with Disabilities; Full text of these clauses may be accessed on-line at http://farsite.hill.af.mil/vffara.html. All potential sources shall be registered in the SAMs, https://sam.gov/portal/publis/sam in order to be considered eligible for award. Electronic Submission of Payment Requests and Receiving Reports DFAR 252.22-7003, apply to this requirement. In order for vendors to be paid, all vendors must now use an E-invoicing system called Wide Area Work Flow (WAWF). To gain access to the WAWF production system, contractors must acquire an account available at https://wawf.eb.mil/. Questions on WAWF may be directed to the WAWF Help Desk (available 24/7) at 866-618-5988. This announcement is the solicitation which will result in a firm fixed-price contract. Proposals are due no later than 08:00 a.m., CDT, 11 September 2018. Submit quotes via email to SSG LaJessica Gatlin, lajessica.m.gatlin.mil@mail.mil; mail to: USPFO-MS-PC, Attn: SSG LaJessica Gatlin, 144 Military Drive, Flowood, MS 39232-8861. NO PHONE CALLS WILL BE ACCEPTED. Questions may also be directed to SSG Gatlin in writing, via email, to the above mentioned e-mail address prior to date of RFQ closing. Should offerors require additional clarification or have any questions regarding this requirement, must be submitted in writing by email, and addressed to SSG LaJessica Gatlin, lajessica.m.gatlin.mil@mail.mil
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/NGB/DAHA22/W9127Q-18-R-0052/listing.html)
- Place of Performance
- Address: HHD 1108TH AVIATION GROUP, 4715 HEWES AVENUE, HANGAR 1 1108TH TASM G, GULFPORT, Mississippi, 39507, United States
- Zip Code: 39507
- Zip Code: 39507
- Record
- SN05075344-W 20180908/180906231455-cd764dbd15b1010f853d0f8645445ff9 (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 |