F-86 Refurbishment

expired opportunity(Expired)
From: Federal Government(Federal)
W50S6X-21-Q-0006

Basic Details

started - 11 Jun, 2021 (about 2 years ago)

Start Date

11 Jun, 2021 (about 2 years ago)
due - 15 Jun, 2021 (about 2 years ago)

Due Date

15 Jun, 2021 (about 2 years ago)
Bid Notification

Type

Bid Notification
W50S6X-21-Q-0006

Identifier

W50S6X-21-Q-0006
DEPT OF DEFENSE

Customer / Agency

DEPT OF DEFENSE (704535)DEPT OF THE ARMY (132478)NGB (17411)W7M0 USPFO ACTIVITY DEANG 166 (46)
[object Object]

SetAside

SBA(Total Small Business Set-Aside (FAR 19.5))
unlockUnlock the best of InstantMarkets.

Please Sign In to see more out of InstantMarkets such as history, intelligent business alerts and many more.

Don't have an account yet? Create a free account now.

PART 2                        ****QUESTION AND ANSWERS**** NO AMENDMENT NEEDED6.        Question:        Will there be any payout for milestones completed?           Answer:           No, the project is not long in duration. 7.        Question:        Having an issue with the FS 45406 Metallic Silver as a federal standard. Could the organization                                                          clarify/verify the number or is there an alternate number that we could use?           Answer:          The Contractor may use DuPont 45406 “Aztec Silver Metallic” or another color that can be approved by the                                        Project Manager.8.        Question:        Due to the paint aggressively flaking, ( which is caused by inadequate prep work from the previous                                                      restoration). are you permitting for a full stip of the aircraft? This will allow for proper adhesion of the new                                       
    coating. And a much better quality and longevity of the new finish.            Answer:          Yes, the Government would like the F-86 stripped and repainted to match the historical markings currently on                                      the airplane.9.       Question:        Are all ground markings needing to be replaced? They are the small  1 inch and 1/2 inch letters around the                                         aircraft indicating information to the ground crew.          Answer:          Yes all ground markings need to be replaced.  All markings need to stay the same as it is a historical airplane.****QUESTION AND ANSWERS**** NO AMENDMENT NEEDEDQUESTION:  Surface Preparation/Corrosion Control 1.1.1 of refurbishment states: All surfaces shall be chemically or mechanically sanded down to the bare metal surface. Precautions shall be made to insure little to no metal is removed from the aircraft during sanding operations. Paint section 1.1.2.1 of refurbishment states: Do not sand through to bare metal, as damage to the aircraft may occur. No hazardous chemicals are authorized or shall be used for removing the aircraft top coat of paint. Can you clarify if the organization wants surface areas to be prepped down to bare metal and the use of chemical strippers? Also, if they would be oppose to environmentally safe chemical strippers?           ANSWER:   The contractor can mechnically strip, chemical strip (if they rake care of the hazmat) or a combination of both.               We do not have a preference, we just want a quality, prepped surface for the new paint to ensure a long lifespan.     2.   QUESTION:   What is the estimated height and width of static display?           ANSWER:       37 ft long, 37ft wing span and approxmitaley 20ft from the bottom of the pedestal to the top of the plane.    3.   QUESTION:   Would the organization be opposed to an adjusted work schedule or date if weather and/or base closures                    were factored to meet the September 1st deadline?           ANSWER:     We are not oppossed to an adjusted work schedule- it just needs to be cleared through the Contracting Officer             and Project Manager.    4.    QUESTION:    Would the organization be opposed to a panel replacement or a blended patch along the belly area where                  there severe cracking if the contractor has the knowledge and experience? While acknowledging professional and                            museum quality standards.            ANSWER:    The Government is not opposed to those suggestions but it must meet the museum quality standards.     5.   QUESTION:     Is this display in a high traffic area?           ANSWER:         The display is in a high visability area but not high traffic.  There is enough parking nearby to stage your                   equipment.  -----------------------------------------------BREAK---------------------------------------------------This is a combined synopsis/solicitation for commercial 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; quotes are being requested and a written solicitation will not be issued. The solicitation number assigned to this action is W50S6X-21-Q-0006.  This acquisition is utilizing procedures in FAR Part 13, Simplified Acquisition Procedures and is issued as a Request for Quote (RFQ) from the 166 MSG/MSC, New Castle, DE 19720.  The applicable North American Industry Classification System (NAICS) code is 488190, support activities for transportation contractors with a size standard of $35 million. This acquisition is currently being set aside for a small business, however, in the event there are not enough responses from responsible, capable small businesses, and then large business responses will be considered.    The solicitation document and incorporated clauses and provisions are those in effect through Federal Acquisition Circular (FAC) 2021-05 and DPN 20210520. Award will be made based on overall best value to the government.  The selected vendor shall provide all materials, labor, transportation, installation and technical expertise necessary to complete this award.  An offer which requires the Government to execute a separate agreement with a third party shall be deemed technically unacceptable.  The Government intends to place a Single, Firm-Fixed Price order without discussions.  Therefore, offerors should submit their best offer up front.  Do not assume you will be able to revise your offer.The descriptions of the commercial items are:CLIN Number                         Description                                    Quantity                          Unit of Issue0001                                      F-86 Refurbishment                          1                                    JobPlace of delivery: Delaware Air National Guard, New Castle, DE 19720-1615Acceptance: Made by the government.SUBMISSION GUIDELINES: Submitted quote must include the following: (1) the solicitation number; (2) the name, CAGE CODE, address and telephone number of the offeror; (3) the price and discount terms (quote FOB Destination); (4) Acknowledgement of any solicitation amendments; (5) vendors proposal should include details of services to be provided for each requirement identified with pricing.  The offeror shall submit their plan of action to complete the requirement before September 1, 2021.  This is a time sensitive project and needs to be completed prior to September 2021.  The offeror shall also submit a confirmation and acknowledgement of PWS Appendix C, Color, Markings, and Information package, to ensure the correct markings and colors will be applied to the F-86.Proposal should be submitted under company letterhead, with DUNS number, FTID, Company Name, Address and POC included. The Contracting Officer will evaluate equal products and services on the basis of information furnished by the quote or identified in the quote and reasonably available to the Contracting Officer.VENDOR CERTIFICATIONS:Prior to bid, the vendor must be currently registered in the System for Award Management (SAM) at https://www.sam.gov.  The Government reserves the right to award on a multiple award or an all or none basis. If you need to obtain or renew a DUNS number or CAGE code, please visit https://www.sam.gov.  Lack of current registration in the SAM database will make an offeror ineligible for award.Questions or inquiries received by telephone will not be addressed. All questions shall be emailed to the Contract Specialist and Contracting Officer.  All answers will be posted on Counteracting Opportunities as an amendment to this solicitation.  Late offers may not be considered unless determined to be in the best interest of the government.The complete text of the Federal Acquisition Circulars, DFARS Change Notices, and Far DFARS clauses and provisions are available at the following internet site: http://farsite.hill.af.mil.                                                  This contract is subject to the Service Contract Act of 1965. The applicable wage determination in effect at the time of award will be incorporated into the subsequent contract. Current rates can be found at the following site: www.dol.gov (See attachment #2 WDOL)The following provisions are included for the purposes of this combined synopsis/solicitation:52.204-7 System for Award Management52.204-16 Commercial and Government Entity Code Reporting;52.204-22 Alternate Line Item Proposal;52.204-24 Representation Regarding Certain Telecommunications and Video Surveillance Services or Equipment;52.204-26 Covered Telecommunications Equipment or Services--Representation52.212-2 Evaluation-Commercial Items: Evaluation will be in accordance with FAR 13.106-1 and is based on Best Value to the Government with Price, Technical Acceptability, and Performance History all given equal consideration;252.203-7005 Representation Relating to Compensation of Former DoD Officials;252.204-7008 Compliance with Safeguarding Covered Defense Information Controls;252.204-7016 Covered Defense Telecommunication Equipment or Services—Representation;252.204-7017 Prohibition on the Acquisition of Covered Defense Telecommunication Equipment or Services—Representation;252.213-7000 Notice to Prospective Suppliers on Use of Past Performance Information retrieval System;252.239-7017 Notice of Supply Chain RiskThe following clauses are included for the purposes of this combined synopsis/solicitation and most current versions will be incorporated into any resulting order:52.203-19 Prohibition on Contracting with Entities that Require Certain Internal Confidentiality Agreements or Statements;52.204-9 Personal Identity Verification of Contractor Personnel;52.204-10 Reporting Executive Compensation and First Tier Subcontracts;52.204-13 System for Award Management Maintenance;52.204-18 Commercial and Government Entity Code Maintenance;52.204-23 Prohibition on Contracting for Hardware, Software, and Services Developed or Provided by Kaspersky Lab and Other Covered Entities52.204-25 Prohibition of Contracting for Certain Telecommunications and Video Surveillance Services or Equipment52.209-10 Prohibition on Contracting with Inverted Domestic Corporations;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 (Dev2018-O0021);52.219-6 Notice of Total Small Business Set Aside;52.219-28 Post-Award Small Business Program Representation;52.222-3 Convict Labor;52.222-21 Prohibition of Segregated Facilities;52.222-26 Equal Opportunity;52.222-36 Affirmative Action for Workers with Disabilities;52.221-41 Service Contract Labor Standards;52.222-42 Statement of Equivalent Rates for Federal Hires;52.222-50 Combating Trafficking in Persons;52.222-55 Minimum Wages Under Executive order 13658;52.222-62 Paid Sick Leave Under Executive Order 13706;52.223-2 Affirmative Procurement of Biobased Products Under Service and Construction Contracts;52.223-3 Hazardous Material Identification and Material Safety Data;52.223-5 Pollution Prevention and Right to Know Information;52.223-6 Drug-Free Workplace;52.223-11 Ozone-Depleting Substances and High Global Warming Potential Hydrofluorocarbons;52.223-15 Energy Efficiency in Energy-Consuming Products;52.223-18 Encouraging Contractor Policy to Ban Text Messaging While Driving;52.223-20 Aerosols;52.223-22 Public Disclosure of Greenhouse Gas Emissions & Reduction Goals-Representation;52.225-13 Restrictions on Certain Foreign Purchases;52.232-33 Payment by Electronic Funds Transfer-System for Award Management;52.232-39 Unenforceability of Unauthorized Obligations52.232-40 Providing Accelerated Payments to Small Business Subcontractors;52.233-3 Protest After Award;52.233-4 Applicable Law for Breach of Contract Claim;52.237-2 Protection of Government Buildings, Equipment, and Vegetation;52.252-2 Clauses Incorporated by Reference, https://www.acquisition.gov52.252-6 Authorized Deviations in Clauses;252.203-7000 Requirements relating to Compensation of Former DoD Officials;252.203-7002 Requirements to Inform Employees of Whistleblower Rights;252.204-7003 Control of Government Personnel Work Product;252.204-7004 DoD Antiterrorism Awareness Training for Contractors;252.204-7008 Compliance with Safeguarding Covered Defense Information Controls;252.204-7012 Safeguarding of Unclassified Controlled Technical Information;252.204-7015 Disclosure of Information to Litigation Support Contractors;252.204-7018 Prohibition on the Acquisition of Covered Defense Telecommunications Equipment or Services;252.204-7020 NIST SP 800-171 DoD Assessment Requirements;252.211-7003 Item Unique Identification and Valuation;252.223-7008 Prohibition of Hexavalent Chromium;252.225-7048 Export-Controlled Items;252.232-7003 Electronic Submission of Payment Requests and Receiving Reports;252.232-7006 Wide Area Workflow Payment Instructions;252.232-7010 Levies on Contract Payments;252.237-7010 Prohibition on Interrogation of Detainees by Contractor Personnel;252.244-7000 Subcontracts for Commercial Items;252.246-7003 Notification of Potential Safety Issues252.247-7023 Transportation of Supplies by Sea

New Castle ,
 DE  19720-1615  USALocation

Place Of Performance : N/A

Country : United States

You may also like

Refurbishment and Repair of Ratanda Ext 7 Library

Due: 24 Apr, 2024 (in 7 days)Agency: Lesedi Local Municipality

Refurbishment and Repair of Ratanda Ext 7 Library

Due: 24 Apr, 2024 (in 7 days)Agency: Lesedi Local Municipality

Refurbishment and Repair of Ratanda Ext 7 Library

Due: 24 Apr, 2024 (in 7 days)Agency: Lesedi Local Municipality

Classification

naicsCode 488190Other Support Activities for Air Transportation
pscCode J015Maintenance, Repair and Rebuilding of Equipment: Aircraft and Airframe Structural Components