Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JANUARY 11, 2002 FBO #0040
SOURCES SOUGHT

15 -- AH-1 HELICOPTER AIRFRAME REPAIR, REFURBISHMENT, COMPONENT OVERHAUL SUPPLY OF PARTS, AH-1F HELICOPTER SYSTEMS INTEGRATION, ENGINEERING SUPPORT, TECHNICAL PUBLICATIONS AND CONFIGURATION MANAGEMENT

Notice Date
1/9/2002
 
Notice Type
Sources Sought
 
Contracting Office
US Army Aviation and Missile Command DAAH23, ATTN: AMSAM-AC, Building 5303, Martin Road, Redstone Arsenal, AL 35898-5280
 
ZIP Code
35898-5280
 
Solicitation Number
DAAH23-00-0-0000
 
Response Due
1/31/2002
 
Archive Date
3/2/2002
 
Point of Contact
Sherry Pierce, (256) 876-6196
 
E-Mail Address
Email your questions to US Army Aviation and Missile Command DAAH23
(sherry.pierce@redstone.army.mil)
 
Small Business Set-Aside
N/A
 
Description
NA The following Sources Sought Notice is issued for the government's planning purposes only and is not a request for proposal. The U.S. Army Aviation and Missile Command (AMCOM) is seeking potential sources that are capable and interested in a potential con tract for repair, refurbishment, component overhaul, supplying of parts, systems integration, engineering support, technical publications support and configuration management for foreign user owned AH-1 Cobra Aircraft. This effort is expected to begin in second quarter 2003. Proposed contract will be for two years with three optional one-year ordering periods. Applicable aircraft models and NSN are as follows: AH-1F 1520-01-168-4260; AH-1P 1520-01-168-4598; AH-1S 1520-00-504-9112; AH-1E 1520-00-504-9112. Limited capability to support older model and non-standard AH-1 Cobra Aircraft is understood. Support of such is anticipated to be limited to supply of parts, repair, component overhaul and refurbishment to AH-1F configuration. Repair and Overhaul Effort: All repair and overhaul will be accomplished in accordance with approved (1) Depot Maintenance Work Requirements or (2) other repair procedures as may be specified by the U.S. Government. All parts used for repair and overha ul of AH-1 will be (1) U.S. Government, (2) OEM approved parts or (3) FAA approved commercial equivalent parts. AH-1F Refurbishment: Source(s) will be required to conduct refurbishment of AH-1 Aircraft to AH-1F configuration. Refurbishment includes total airframe tear down and evaluation; inspection and replacement of all dynamic components as required; all r equired corrosion control measures; painting; replacement of wiring harness; complete armament system inspection, evaluation, repair, upgrade and testing; performance of all maintenance operational checks and test flight operations; and initiation of new f orms and records for AH-1F Aircraft logbook, historical data and weight and balance. In accomplishing refurbishment of AH-1, source(s) will be required to evacuate T53 engines to other contractor(s) as may be directed by the U.S. Government for overhaul. Supplying of parts: Source(s) to supply repair parts for all subsystems of the AH-1 Aircraft except T53 engine. All parts supplied in response to customer requisitions for support of AH-1 Aircraft will be (1) U.S. Government, (2) OEM approved parts or (3) FAA approved commercial equivalent parts. Source(s) will be required to stock, store and issue parts based on a target requisition demand fill rate specified by the U.S. Government. In situations of obsolesence or other events that result in the re quirement to locate or develop a replacement part, source(s) will be required to accomplish all activities required to obtain, develop and qualify replacement part. AH-1F Systems Integration, Configuration Management and Engineering Support: Source(s) for AH-1 Airframe support will be the system integrator for the entire AH-1F aircraft to include airframe, avionics, T53 engine, and armament systems. In this capacity source(s) will be responsible for maintaining a base line AH-1F total system configuration management. Source(s) will provide engineering support for all subsystems of the AH-1F Aircraft except subsystem T53 engine. Source(s) will be required to interface with other source(s) that may be used to provide engineering support for T53 engine. Source(s) will be required as may be directed by the U.S. Government to establish appropriate relationships with other source(s) for the purpose of exchanging information. Source(s) will be required to establish disclosure agreements with other contractors as may be required to support the exchange of information. All systems integration decisions developed by the source(s) will be subject to independent analysis and verification by the U.S. Government or by other commercial engineering sources as may be selected by the U.S. Government. The AH-1F contains flight safety parts, which require engineering testing. In the absence of U.S. Army organic engineering, source(s) will be required to provide certification of the air worthiness of all performed repairs, overhauls, and modifications; and all repair parts used to accomplish such repairs, overhauls, modification and integration of new components within the AH-1F. In supplying of parts for customer requisitions the source(s) will be required to provide certification of the air worthiness of all parts supplied. All certifications will be subject to independent analysis and verification by the U.S. Government or by other commercial engineering sources as may be selected by the U.S. Government. A Product Verification Audit (PVA) may be re quired for prospective source(s). Publications: Source(s) will be required to provide changes and updates to base line publications to include all operator, maintenance and supply publications required to support the AH-1F. Capable source(s) must be able to: (1) Demonstrate required capabilities, (2) Own or have access to any required special tooling and test equipment, (3) Own or have access to any required technical data, (4) Obtain U.S. Government or OEM approved parts , or FAA approved commercial equivalent parts (5) Meet the governments' required maximum delivery schedule for refurbishment of aircraft, (6) Meet the government's required maximum of 180 days for the completion of all component repairs after receipt of a sset at the source(s) facility, and (7) Meet the governments required requisition demand fill rate. Funding limitations mandate the participation of U.S. firms only. Capable source(s) must communicate their interest and provide a capability statement including synopsis of their abilities and past experience in repair, overhaul, modification, supplyin g of parts, engineering support, systems integration, and configuration management of this or similar items, in writing, preferably via facsimile to Ms. Sherry Pierce at (256) 955-8290, not later than 31 Jan 2002. Communication must be on source(s) letter head and must include name of source(s) point of contact, e-mail address, telephone number, and facsimile number. All questions must be submitted in writing and faxed or e-mailed to sherry.pierce@redstone.army.mil. No telephonic requests will be accepted. The POC is Sherry Pierce, Contract Specialist, (256) 876-6196, or Vincent Thompson, Contracting Officer, (256) 842-7392.
 
Web Link
Army Single Face to Industry
(http://acquisition.army.mil)
 
Place of Performance
Address: US Army Aviation and Missile Command ATTN: AMSAM-AC-SA-W, Sherry Pierce, Building 5308, Martin Road Redstone Arsenal AL
Zip Code: 35898-5280
Country: US
 
Record
SN20020111/00013001-020110090412 (fbodaily.com)
 
Source
FedBizOpps.gov Link to This Notice
(will not be valid after Archive Date)

FSG Index  |  This Issue's Index  |  Today's FBO Daily Index Page |
ECGrid: EDI VAN Interconnect ECGridOS: EDI Web Services Interconnect API Government Data Publications CBDDisk Subscribers
 Privacy Policy  © 1994-2020, Loren Data Corp.