The RFP Database
New business relationships start here

Aircraft Restoration


Alabama, United States
Government : Military
RFP
Go to the link
This document has expired, therefore the above link may no longer work.

Combined Synopsis/Solicitation
This is a combined synopsis/solicitation for services prepared in accordance with the format in the Federal Acquisition Regulation (FAR) Subpart 12.6 as supplemented with additional information included in this notice. This announcement constitutes the only solicitation. Quotes are being requested for the required service and no written solicitation will be issued. This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular FAC 2005-100, Effective 22 August 2018.
This is a Total Small Business Set-Aside under NAICS 336411 with a small business size standard of 1500 employees.
Ft. Rucker AL. requires the following service contract to provide Aircraft restoration service for two aircraft in the Museum collection: YAH-63 and YUH-61 Aircraft. The government's intent is to award this contract with one (1) base year and one (1) Option Years.
Description:
1.1 Description of Services/Introduction: The contractor shall provide restoration services on the following two aircraft in the Army Aviation Museum collection: of : YAH-63 and YUH-61 aircraft. Aircraft shall be restored on-site by the contractor based on the size and fragility, a location will be provided for restoration work. All personnel, equipment, supplies, transportation, tools, materials, supervision, other items and non-personal services necessary to perform Aircraft restoration as defined in this Performance Work Statement except for those items specified as government furnished property and services shall be the responsibility of the vendor. The contractor shall perform to the standards in this contract. THIS WILL BE A COMPLETE RESTORATION TO NON-FLYING CONDITION ON THE TWO SUBJECT AIRCRAFT. All potential vendor interested in competing for this restoration contract will attend the pre-bid inspection to insure a thorough understanding of services required.
1.2 Background: Aircraft in the collection storage require periodic restoration to preserve the integrity of artifacts on exhibit. These aircraft have been stored for decades in a non-climate controlled facility resulting in cracking and peeling paint, markings metal, rubber, and other vulnerable areas of deterioration.
1.3 Objectives: These services require the removal of old paint, decals and marking as required and the repairs for cosmetic appearances. Areas of damage to sheet metal, fabric, and other areas will be repaired, missing instrumentation will be replaced or reproduced. Damage to rotor and tail rotor blades will be repaired. Canopy and glass will be replaced/repaired as needed and buffed out. Areas requiring repainting and remarking will be identified and corrected and the aircraft will be returned to its original period appearance for exhibit in the Army Aviation Museum.
1.4 Scope: This contract will include the of: YAH-63 and YUH-61 Aircraft (see attached technical exhibits). The contractor shall provide proof of insurance and hand receipt of artifacts IAW with U.S. Army policies.
1.5 Period of Performance: Work will commence on 30 Sept 2019 and will be completed no later than 29 Sept. 2020. The period of performance shall be for one (1) Base Year of 12 months. The Period of Performance reads as follows:
Base Year
Option Year I

Type of Contract: The government anticipates a single award Firm-Fixed-Price Contract.
The following FAR and DFARS provisions and clauses are incorporated into this solicitation: FAR 52.204-16 Commercial and Government Entity Code Reporting;
FAR 52.204-18 Commercial and Government Entity Code Maintenance;
FAR 52.204-21 Basic Safeguarding of Covered Contractor Information Systems, in solicitations and contracts;
FAR 52.207-6 Solicitation of Offers from Small Business Concerns and Small Business Teaming Arrangements or Joint Ventures;
FAR 52.209-7 Information Regarding Responsibility Matters;
FAR 52.209-12 Certification Regarding Tax Matters;
FAR 52.212-1 Instructions to Offerors-Commercial Items;
FAR 52-212-2 Evaluation - Commercial Items;
FAR 52.212-3 Offeror Representations and Certifications-Commercial Items Alt 1 (offerors must be current in SAM.gov);
FAR 52.212-4 Contract Terms and Conditions-Commercial Items;
FAR 52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders-Commercial Items (DEVIATION 2013-O0019) (NOV 2017);
(K) xx (1) 52.222-50, Combating Trafficking in Persons (Mar 2015) (22 U.S.C. chapter 78 and E.O. 13627);
FAR 52.216-19 Order Limitations;
FAR 52.216-21 Requirements;
FAR 52.219-6 Notice of Total Small Business Set-Aside;
FAR 52.222-41 Service Contract Labor Standards;
FAR 52.222-43 Fair Labor Standards Act and Service Contract Labor Standards-Price Adjustment;
FAR 52-222-55 Minimum Wages under Executive Order 13658;
FAR 52.222-56 Certification Regarding Trafficking in Persons Compliance Plan;
FAR 52.225-19 Contractor Personnel in a Designated Operational Area or Supporting a Diplomatic or Consular Mission outside the United States;
FAR 52.232-36 Payment by Third Party;
FAR 52.232-40 Providing Accelerated Payments to Small Business Subcontractors;
FAR 52.252-1 Solicitation Provisions Incorporated by Reference;
FAR 52.252-2 Clauses Incorporated by Reference;
DFARS 252.204-7004 Alt A Central Contractor Registration;
DFARS 252.204-7003 Control of Government Personnel Work Product;
DFARS 252.212-7001 Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items;
DFARS 252.225-7001 Buy American Act and Balance of Payments Program;
DFARS 252.225-7000 Buy American Act and Balance of Payments Program Certificate;
DFARS 252.232-7003 Electronic Submission of Payment Requests and Receiving Reports;
DFARS 252.232-7010 Levies on Contract Payments;
DFARS 252.246-7000 Material Inspection and Receiving Report;
FAR 52.217-9 -- Option to Extend the Term of the Contract (March 2000)
(a) The Government may extend the term of this contract by written notice to the Contractor within 10 days provided that the Government gives the Contractor a preliminary written notice of its intent to extend at least 30 days before the contract expires. The preliminary notice does not commit the Government to an extension.
(b) If the Government exercises this option, the extended contract shall be considered to include this option clause.
(c) The total duration of this contract, including the exercise of any options under this clause, shall not exceed 5 years.
(End of Clause)
 
The parties contemplate that the Government will allot funds to this contract in accordance with the following schedule: On execution of contract CLINS POP
Base Year 0001 - 30 Sep 2019 - 29 Sep 2020
Option Year 1 0002 - 30 Sep 2020 - 29 Sep 2021



5152.233-4000 AMC-LEVEL PROTEST PROGRAM (Feb 2014) (LOCAL CLAUSE)
Prior to submitting an agency protest, it is preferable that you first attempt to resolve your concerns with the responsible contracting officer. However, you may also file a protest to the Headquarters (HQ), Army Materiel Command (AMC). The HQ AMC-Level Protest Program is intended to encourage interested parties to seek resolution of their concerns within AMC as an
Alternative Dispute Resolution forum, rather than filing a protest with the Government Accountability Office (GAO) or other external forum. Contract award or performance is suspended during the protest to the same extent, and within the same time periods, as if filed at the GAO. The AMC protest decision goal is to resolve protests within 35 calendar days from filing. To be timely, protests must be filed within the periods specified in FAR 33.103. If you want to file a protest under the HQ AMC-Level Protest Program, the protest must request resolution under that program and be sent to the address below.
Headquarters U.S. Army Materiel Command
Office of Command Counsel-Deputy Command Counsel
4400 Martin Road
Rm: A6SE040.001
Redstone Arsenal, AL 35898-5000
Fax: (256) 450-8840 or email usarmy.redstone.usamc.mbx.protests@mail.mil
The AMC-Level Protest procedures are found at: http://www.amc.army.mil/amc/commandcounsel.html.
If internet access is not available, contact the contracting officer or HQ, AMC to obtain the HQ AMC-Level Protest Procedures.
(End of Clause)
To be considered for award, all offerors must have a current SAM.gov registration and accept the Government Purchase Card as the method of payment.
Quotes may be submitted via e-mail to donald.d.mcmullen.civ@mail.mil. All quotes shall reference Combined Solicitation/Synopsis Aircraft Restoration in the subject line and be in a format compatible with Microsoft Office or pdf files.
All quotes shall be submitted to the government no later than 9:00 am CST on 23 September 2019.
The point of contact for this solicitation is Donald D McMullen, Purchasing Agent; phone (334)255-2772 (collect call will not be accepted) or via e-mail at donald.d.mcmullen.civ@mail.mil.
NOTE THIS SOLICITATION HAS NOT BEEN FUNDED WANTING FOR FUNDING APPROVAL  FROM THE PENTAGON TODAY.

Donald D. McMullen, Purchasing Agent, Phone 3342552772, Email donald.d.mcmullen.civ@mail.mil

    1. Home
    2. Articles
    3. Login or Register

    4. Search

    5. Add/Announce your RFP