United States - J--Services for the painting, and restoration of one (1) C-1A Trader aircraft, one (1) F/A-18 Hornet aircraft, and one (1) AV-8A Harrier static display aircrafts
For more information and to make a bid you will need to go to the third party website.
Details
Provided by
- Opportunity closing date
- 14 May 2019
- Opportunity publication date
- 02 May 2019
- Value of contract
- to be confirmed
- Your guide to exporting
Description
Added: May 01, 2019 8:11 am
This is a COMBINED SYNOPSIS/SOLICITATION for commercial items prepared in accordance with the information in FAR Subpart 12.6, using Simplified Acquisition Procedures found at FAR Part 13, as supplemented with the additional information included in this notice. This announcement constitutes the only solicitation; a written solicitation will not be issued. PAPER COPIES OF THIS SOLICITATION WILL NOT BE AVAILABLE. This combined synopsis/solicitation SHALL be posted on both FEDBIZOPPS and NECO (http://www.neco.navy.mil/).
The Solicitation number, N0018919QZ241. The proposed contract action is for commercial (services). The NAICS code is [562910] and the Small Business Standard is [$20,500,000.00].
This solicitation documents and incorporates provisions and clauses in effect through FAC 2005-62 and DFARS Change Notice 20150602. It is the responsibility of the contractor to be familiar with the applicable clauses and provisions. The clauses may be accessed in full text at these addresses: http://farsite.hill.af.mil/vmfara.htm and http://farsite.hill.af.mil/vmdfara.htm.
The NAVSUP FLC Norfolk Philadelphia Office requests responses from qualified sources capable of providing: Services for the painting, and restoration of one (1) C-1A Trader aircraft, one (1) F/A-18 Hornet aircraft, and one (1) AV-8A Harrier static display aircrafts at NAVSUP Weapon Support Systems (WSS) â Philadelphia, Pennsylvania at display site, in front of the Aviation Office (Bldg1).
NOTICE:
This proposed acquisition will be a SMALL BUSINESS set aside. The Period of Performance is from June 01 2019- July 31 2018 (Estimated); Location is NAVSUP Weapon Support Systems- Aviation office, 700 Robbins Avenue, Philadelphia, Pennsylvania, 19111, FOB Destination applies. Responsibility and Inspection: unless otherwise specified in the order, the supplier is responsible for the performance of all inspection requirements and quality control. This action will result in a Firm Fixed Price Contract.
The Requirements Statement is as follows (Section B):
NAVSUP WSS Painting and Restoration of Static Display Aircraft
Performance Work Statement
SECTION 1: GENERAL
1.1 GENERAL DESCRIPTION: Contractor shall provide all labor, material, equipment and supervision to paint and restore one (1) C-1A Trader aircraft, one (1) F/A-18 Hornet aircraft, and one (1) AV-8A Harrier at NAVSUP WSS â Philadelphia, Pennsylvania.
The work includes removal of all existing paint down to the bare metal, insigniaâs, logos, etc. from the static display(s), paint restoration, minor aesthetic repairs and refurbishment of each aircraft insigniaâs IAW Federal Standard 595 Color Code/Numbers or similar on all areas of each static display aircraft and cleanup of resulting debris and hazardous materials. Contractor shall comply with all federal, state and local regulations. Contractor shall create and adhere to safe working conditions, procedures and provide its personnel with all necessary safety precautions, personal protective equipment (PPE), and training necessary for the completion of this work. Refer to Section 2 for detailed description of work to be performed.
1.2 LOCATION: The work is located at the Naval Support Activity, 700 Robbins Avenue, Building 1, Main Entrance, North Side (Courtyard Area), Philadelphia Pa, 19111. A representative of the Contracting Officer, will indicate the exact location.
1.3 TIME OF COMPLETION: Work shall be prosecuted diligently and shall be completed for use within 60 calendar days of award. The time stated for completion shall include final cleanup of the premises. Contractor is required to furnish proof of any cause for delay and must request an extension of the completion date in writing through the Contracting Officer.
1.4 GOVERNMENT POINT OF CONTACT: The Government Representative(s), Point of contact for NAVSUP WSS are:
LCDR Brendan Casey// Email: brendan.t.casey@navy.mil.
/ Phone: (215) 697-5461
Mr. Vivian Tyler// Email: vivian.s.tyler@navy.mil / Phone: (215) 697-5859.
All scheduling and coordination for this project will be through these NAVSUP WSS Government Representatives. The Government Representative(s) will be responsible for coordinating Contractorâs work schedule directly with the NAVSUP WSS Business Office.
1.5 PROSECUTION OF WORK: Work shall be performed during normal duty hours 0700-1630, Monday through Friday. No work shall be performed on Government holidays unless expressly allowed by the NAVSUP WSS Government Representatives(s)
1.6 CLEAN-UP OF SITE: Shall be performed on a daily basis. The Contractor shall remove all debris generated by the work off station.
Contractors are not permitted to use Government dumpsters or other Contractor dumpsters for disposal of debris.
1.7 DUST CONTROL: The amount of dust resulting from demolition shall be controlled to prevent the spread of dust to occupied portions of the site and to avoid creation of a nuisance in the surrounding area. Use of water will not be permitted when it will result in, or create, hazardous or objectionable conditions such as ice, flooding and pollution.
1.8 INSPECTION OF WORK: NAVSUP WSS will be responsible for final inspection and acceptance upon completion of work and prior to invoice submission.
SECTION 2: DETAILED DESCRIPTION:
The Contractor shall paint, refurbish minor aesthetic repairs and restore one (1) C-1A Trader aircraft, one (1) F/A-18 Hornet aircraft, and one (1) AV-8A Harrier static display aircrafts.
Contractor shall use and verify, prior to start of project, all of the following âFederal Standard 595 Color Code/Numbersâ or similar on all areas of each static display and shall reapply all of the existing aircraft insigniaâs (i.e. squadron logos, national ensign, side numbers, etc.), with the same precise/distinct insigniaâs.
Contractor shall:
a. Provide all labor, tools, supplies, materials, and equipment as required for the painting and restoration of the aircraft.
b. Perform all work using established commercial practices for restoring museum aircraft and using Federal Standard 595 Color Code/Numbersâ or similar on all areas of each static display.
c. Ensure that painting is performed to reflect the historic color of the aircraft during active operations.
d. Ensure that painting is performed so as to preserve the historic material of each aircraft. Rivets, nuts, bolts and hardware should be preserved and kept with related assemblies whenever possible.
e. Ensure each static display aircraft structural integrity is maintained.
f. Build or provide any special jigs, fixtures, scaffolding or ladders necessary for job performance.
g. Cover and secure work area with plastic sheeting to prevent any paint spray to get outside of the work area.
h. Ensure that there will be no damage to surrounding vehicles or buildings due to paint spray during painting operations.
i. Ensure that all parts are identified and tagged or marked with noninvasive markers.
j. Comply with US Navy and EPA regulations for handling or hazardous material and paint.
k. Comply with US Navy and EPA safety regulations.
l. Comply with US Navy and EPA regulations for disposal of material and fluids.
1. The contractor shall preserve and protect all structures, equipment, and vegetation (such as trees, shrubs, and grass) on or adjacent to the work site, which are not to be removed and which do not unreasonably interfere with the work required under this contract. The contractor shall only remove trees when specifically authorized to do so, and shall avoid damaging vegetation that will remain in place. If any limbs or branches of trees are damaged or broken during contract performance, or by careless operation of equipment, or by workmen, the contractor shall trim those limbs or branches with a clean cut and paint the tree with a tree-pruning compound as directed by the Contracting Officer.
2. The contractor shall also protect from damage all existing vehicles and facilities both at or near the work site and on adjacent property of a third party, the locations of which are made known to or should be known by the contractor. The contractor shall repair any damage to those vehicles and facilities, including those that are the property of a third party, resulting from failure to exercise reasonable care in performing the work. If the contractor fails or refuses to repair the damage promptly, the contracting officer may have the necessary work performed and charge the cost to the contractor.
3. The Contractor shall comply with all federal, state and local environmental protection laws and the regulations and standards.
The Contractor shall coordinate all environmental protection matters with the NAVSUP WSS Government Representative(s). Any officials that are authorized by the NAVSUP WSS Government Representative(s) may inspect any of the facilities operated or maintained by the Contractor at any time and without prior notice. If a regulatory agency assesses a monetary fine against the Government for violations resulting from Contractor actions, the Contractor shall reimburse the Government for the amount of the fine and related costs. The Contractor shall clean up any oil or chemical spills resulting from his operations at his own expense. The Contractor shall not create a nuisance or hazard to the health of military or civilian personnel
4. The contractor shall, without additional expense to the government, be responsible for obtaining any other necessary licenses and permits, and for complying with any federal, state, and municipal laws, codes, and regulations applicable to the performance of work.
The contractor shall also be responsible for all damages to persons or property that occur as a result of the contractorâs fault or negligence.
5. The Government shall have the right to take possession of or use any completed or partially completed part of the work. Before taking possession of or using any work, the contracting officer shall furnish the contractor a list of items of work remaining to be performed or corrected on those portions of the work that the government intends to take possession of or use. However, failure of the contracting officer to list any item of work shall not relieve the contractor of responsibility for complying with the terms of the contract. The Governmentâs possession or use shall not be deemed an acceptance of any work under the contract.
6. The contractor shall at all times keep the work area, including storage areas, free from accumulations of waste materials. Before completing the work, the contractor shall remove from the premises any rubbish, tools, scaffolding, equipment, and materials that are not the property of the Government. Also, Debris, non-hazardous waste and non-usable material resulting from the work under this contract shall be disposed of by the Contractor at his expense off Government property, unless otherwise directed. In either case, the Contractor must dispose of all hazardous waste in accordance with all applicable environmental law, including but not limited to, the Resource Conservation and Recovery Act and its associated state and local regulations.
Prior to disposal of any hazardous waste, the Contractor shall notify and obtain approval from the NAVSUP WSS Government Representative(s). Debris and hazardous materials shall be removed and transported in such a manner that prevents spillage on streets or adjacent areas. Local regulations regarding hauling and disposal shall apply. Upon completing the work, the contractor shall leave the work area in a clean, neat, and orderly condition satisfactory to the contracting officer or his representative.
7. The contractor shall provide and maintain work environments and procedures which will:
a) Safeguard the public and Government personnel, property, materials, supplies, and equipment exposed to the contractor operations and activities.
b) Avoid interruptions of Government operations and delays in project completion dates
c) Control costs in the performance of this contract.
d) Adhere to all hazardous material regulations on US Navy installation.
8. The Contractor and his employees shall comply with all referenced regulations, directives, and instructions. Applicable Department of Defense (DOD), Secretary of the Navy (SECNAV), Chief of Naval Operations (OPNAV), and other directives, instructions, and regulations are available from the Contracting Officer. Whenever the contracting officer becomes aware of any noncompliance with these requirements or any condition which poses a serious or imminent danger to the health of the public or Government personnel, the contracting officer shall notify the contractor orally, with written confirmation, and request immediate initiation of corrective action. This notice, when delivered to the contractor or the contractorâs representative at the work site, shall be deemed sufficient notice of the noncompliance and that corrective action is required.
After receiving the notice, the contractor shall immediately take corrective action. If the contractor fails or refuses to promptly take corrective action, the contracting officer may issue an order stopping all or part of the work until satisfactory corrective action has been taken. The contractor shall not be entitled to any stop work order issued under this term.
9. Attachments: Will be included into the solicitation to be used as a reference. Please see attached.
ï§ Attachment I- MIL-STD-216BAS: âDEPARTMENT OF DEFENSESTANDARD PRACTICEPAINT SCHEMES AND EXTERIOR MARKINGSFOR U.S. NAVY AND MARINE CORPS AIRCRAFTâ
ï§ Attachment II- NSA-P Site map
CLIN 0001 Static Display Restoration 1 Lot
Static Displays on Preparation
and Painting of a C-1 Trader,
AV-8 Harrier, and F-18 Hornet
Agency Name: NAVSUP Weapon Support Systems
Address: 700 Robbins Ave, Building 1- Aviation Office
Philadelphia, PA 19111
Period of Performance: Estimated June 01 2019- July 31 2019(Estimated)
This announcement will close at _4:00pm EDT_ on _May 14 2019_.
Contact James McDevitt who can be reached at 215-697-5025 or email james.h.mcdevitt@navy.mil. [A determination by the Government to not compete this proposed effort on a full and open competitive basis, based upon responses to this notice is solely within the discretion of the Government.] [Oral communications are not acceptable in response to this notice.] All responsible sources may submit a quote which shall be considered by the agency.
Clauses and Provisions
The following FAR and DFAR clauses and provisions are incorporated by reference:
[INSERT CLAUSES AN PROVISONS AS SEEN BELOW from excel sheet]
52.204-2
52.204-7 Security Requirements
System for Award Management AUG 1996
OCT 2016
52.204-10 Reporting Executive Compensation and First-Tier Subcontract Awards OCT 2016
52.204-13
52.204-16 System for Award Management Maintenance
Commercial and Government Entity Code Reporting OCT 2016
JUL 2016
52.204-18
52.209-6 CAGE Maintenance
Protecting the Governmentâs Interest When Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment JUL 2016
OCT 2015
52.209-10 Prohibition on Contracting With Inverted Domestic Corporations NOV 2015
52.212-1
52.219-6 Instructions to Offerors
Notice of Total Small Business Set-Aside OCT 2016
NOV 2011
52.222-3 Convict Labor JUN 2003
52.222-26 Equal Opportunity SEP 2016
52.222-36 Equal Opportunity for Workers w/ Disabilities JUL 2014
52.222-50 Combating Trafficking in Persons MAR 2015
52.223-3 Hazardous Material Identification and Material Safety Data JAN 1997
52.223-18 Encouraging Contractor Policies to Ban Text Messaging while Driving AUG 2011
52.225-13 Restriction on Foreign Purchases JUN 2008
52.232-33 Payment by Electronic Funds Transfer - SAM JUL 2013
52.232-39 Unenforceability of Unauthorized Obligations JUN 2013
52.232-40 Providing Accelerated Payments to Small Business Subcontractors DEC 2013
52.233-3 Protest After Award AUG 1996
52.237-1 Site Visit APR 1984
52.237-2
52.245-1 Protection Of Government Buildings, Equipment, And Vegetation
Government Property APR 1984
JAN 2017
52.245-2 Government Property (Installation Operation Services) APR 2012
52.245-9 Use and Charges APR 2012
52.247-34 FOB Destination NOV 1991
252.203-7000 Requirements Relating to Compensation of Former DoD Officials SEP 2011
252.203-7002 Requirement to Inform Employees of Whistleblower Rights SEP 2013
252.204-7003 Control Of Government Personnel Work Product APR 1992
252.204-7004 Alt A System for Award Management Alternate A FEB 2014
252.204-7005 Oral Attestation of Security Responsibilities FEB 2018
252.204-7008 Compliance With Safeguarding Covered Defense Information Controls OCT 2016
252.204-7009 Limitations on the Use or Disclosure of Third-Party Contractor Reported Cyber Incident Information OCT 2016
252.204-7012 Safeguarding Covered Defense Information and Cyber Incident Reporting OCT 2016
252.204-7015 Notice of Authorized Disclosure of Information for Litigation Support MAY 2016
252.211-7003 Item Identification and Valuation MAR 2016
252.211-7007 Reporting of Government-Furnished Property AUG 2012
252.211-7008 Use of Government-Assigned Serial Numbers MAR 2016
252.223-7006 Prohibition On Storage, Treatment, and Disposal of Toxic or Hazardous Materials SEP 2014
252.225-7048 Export-Controlled Items JUN 2013
252.232-7003 Electronic Submission of Payment Requests and Receiving Reports JUN 2012
252.232-7010 Levies on Contract Payments DEC 2006
252.237-7010 Prohibition on Interrogation of Detainees by Contractor Personnel JUN 2013
252.243-7002 Requests for Equitable Adjustment DEC 2012
252.244-7000 Subcontracts for Commercial Items JUN 2013
252.245-7001 Tagging, Labeling, and Marking of Government-Furnished Property APR 2012
252.245-7002 Reporting Loss of Government Property APR 2012
252.245-7003 Contractor Property Management System Administration APR 2012
252.245-7004 Reporting, Reutilization, and Disposal MAR 2015
The following FAR and DFAR clauses and provisions are incorporated by full text:
52.209-11 Representation by Corporations Regarding Delinquent Tax Liability or a Felony Conviction under any Federal Law (FEB 2016)
52.212-2 Evaluation (OCT 2014)
52.212-3 Alt I Offeror Reps and Certs (Nov 2014)
52.212-4 Contract Terms and Conditions--Commercial Items (JAN 2017)
52.212-5 CONTRACT TERMS AND CONDITIONS REQUIRED TO IMPLEMENT STATUTES OR EXECUTIVE ORDERS--COMMERCIAL ITEMS (JAN 2017)
52.252-2 CLAUSES INCORPORATED BY REFERENCE (FEB 1998)
52.252-6 AUTHORIZED DEVIATIONS IN CLAUSES (APR 1984)
252.232-7006 Wide Area Work Flow Payment Instructions (MAY 2013)
SUBMISSIONS OF QUOTES:
FAR 52.216-1 âType of Contractâ (APR 1984):
The Government contemplates award of a firm, fixed price (FFP) purchase order resulting from this combined synopsis/solicitation.
LOWEST PRICE:
NOTE: Method of Quote Submission: The Navy Electronic Commerce Online (NECO) website has a âsubmit bidâ button next to the solicitation number.
DO NOT use the âsubmit buttonâ on the NECO website to submit your quote. All quoters SHALL submit their quotes no later than 30 April 2018 (1100 EST) â via email â to the following:
James McDevitt â 215-697-5025 â james.h.mcdevitt@navy.mil
QUOTE CONTENT
The quoterâs submission shall certify that they can meet ALL the requirements outlined in the Performance Work Statement (PWS), including ALL certifications required by their technicians.
52.212-2 EVALUATION--COMMERCIAL ITEMS (OCT 2014)
The Government intends to award a purchase order resulting from this solicitation to the responsible lowest priced quoter. By submission of its quote, the quoter accepts all solicitation requirements, including terms and conditions, representations and certifications, and technical requirements.
Quoters must clearly identify any exception to the solicitation and conditions and provide complete accompanying rationale. The quoterâs submission shall be in the form prescribed by, and shall contain a response to each of the areas identified in the solicitation provision entitled âSubmission of Quotes.â
Award will be issued to the responsible quoter whose submission is lowest price.
The method of evaluation used by the Contracting Officer is solely within the discretion of the Contracting Officer.
LOWEST PRICE RESPONSIBLE QUOTER:
The lowest priced quoter will be evaluated first and if the quoter is determined responsible (based on the general standards of responsibility prescribed by FAR 9.104), no further quotes will be evaluated, as that quote represents the best value to the Government.
Award shall be made to that quoter without further evaluation of any other quotes.
If the lowest priced quoter is determined not responsible, the next lowest priced quoter will be evaluated and the process will continue (in order by price) until a quoter is determined responsible or until all quoters are evaluated.
The primary point of contact for this notice is James McDevitt who can be reached at 215-697-5025 or james.h.mcdevitt@navy.mil.
******* End of Combined Synopsis/Solicitation ********
- Opportunity closing date
- 14 May 2019
- Value of contract
- to be confirmed
About the buyer
- Address
- Department of the Navy NAVSUP Fleet Logistics Center Norfolk Philadelphia Office United States
The deadline to apply for this opportunity has passed.
Visit the
opportunities page
to find another.