Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JUNE 02, 2002 FBO #0182
SOLICITATION NOTICE

99 -- Repair Rotary Couplers, ASR-8 Radar System

Notice Date
5/31/2002
 
Notice Type
Solicitation Notice
 
Contracting Office
FEDERAL AVIATION ADMINISTRATION, AMQ-210 Aeronautical Center (AMQ)
 
ZIP Code
00000
 
Solicitation Number
2496
 
Response Due
7/1/2002
 
Archive Date
7/31/2002
 
Point of Contact
Connie Houpt, (405) 954-7820
 
E-Mail Address
Email your questions to connie.m.houpt@faa.gov
(connie.m.houpt@faa.gov)
 
Description
Announcement OVERHAUL/REPAIR/REBUILD ROTARY COUPLER The Federal Aviation Administration (FAA), Mike Monroney Aeronautical Center, Oklahoma City, Oklahoma, has a requirement for overhaul/repair/rebuild of rotary couplers, Raytheon, formerly Texas Instruments, P/N 336650-1; FAA designation FA-9764; NSN 5985-01-111-1005, and Raytheon P/N 822016-2; FAA designation FA9344-3; NSN 5985-01-185-6181. The rotary couplers are used in the Airport Surveillance RADAR ? 8 (ASR-8). The ASR-8 systems are critical to Air Traffic Control in maintaining safety in the National Air Space (NAS). Raytheon is the designer and manufacturer of this rotary coupler. Kevlin Corporation is a known repair sources and has previously repaired these rotary coupler; therefore they will not be required to submit documentation evidencing their capabilities. The intent of this announcement is to permit companies that may possess the technical capabilities to overhaul/repair/rebuild these rotary couplers, including the internal beacon channels, an opportunity to provide specific information as to their unique capabilities. Should a company possess the unique technical capabilities required, a determination may be made by the FAA to conduct a competitive procurement. Interested offerors are invited to submit documentation evidencing the possession of the following capabilities: 1. Experience involving the manufacture, overhaul, repair and rebuild of similar rotary couplers, i.e., similar in size, complexity, application, etc.; 2. Possession of or ability to acquire manufacturing, repair and special test equipment required to accommodate overhaul/repair/rebuild of this rotary coupler; 3. Ability to manufacture or acquire associated parts for repair/overhaul, components and assemblies unique or critical to rotary couplers, NSN 5985-01-111-1005 and 5985-01-185-6181; 4. Ability to overhaul/repair/rebuild rotary couplers of this configuration within ten (10) workdays after receipt of the unit for priorities and thirty (30) workdays after receipt of the unit(s) for routine requirements; 5. Ability to overhaul/repair/rebuild rotary couplers of this configuration at a rate of fourteen (14) per year; 6. Ability to provide a warranty for the overhaul/repair/rebuild of rotary couplers; and 7. ISO 9001 Registered or, as a minimum, have a Quality Control Program in compliance with ANSI/ASQC Q9002-1994. * Capabilities/qualifications may be demonstrated/documented as follows: Ref. No. 1: Provide specific references (e.g., company, points of contact, telephone numbers, contract/order numbers, etc.) of customers for which similar rotary couplers were overhauled/repaired/rebuilt. The submission must specifically identify the similarities of the rotary coupler. Ref. No. 2: Provide a list of unique or peculiar equipment (e.g., manufacturing, repair and special test equipment) and special tooling required to accommodate the overhaul/repair/rebuild of subject rotary coupler. Ref. No. 3: List the major parts, components and assemblies required to effect the overhaul/repair/rebuild of subject rotary coupler. For each major part, component and assembly listed, identify whether it is a "make" or "buy" item. Identify the manufacturer of any non-commercial "buy" item. Special attention should be given as to how any proprietary part of another's manufacturer will be provided or addressed. All parts utilized in the repair of these rotary joints must be approved parts specified in the parts call out for the rotary joint. Ref. No. 4: Explain how the overhaul/repair/rebuild of rotary couplers of this configuration can be accommodated within ten (10) workdays after receipt of the unit. List long lead-time items (make or buy) that are not readily available (i.e., within 5 calendar days) either within the vendor's capacity to produce or through open market. Provide an explanation as to how these long lead items will be made available in order to meet the required 10-day turnaround time for the overhaul/repair/rebuild of subject rotary coupler. Ref. No. 5: Provide documentation involving current or previous contracts where capability to overhaul/repair/rebuild of up to fourteen (14) rotary coupler per year was demonstrated. Documentation must include references to company/business, points of contact, telephone numbers, contract/order numbers, etc., for which similar overhaul/repair/rebuild of rotary couplers were accomplished. Ref. No. 6: Provide documentation in the form of existing or proposed warranty or representation as to willingness to negotiate a warranty based on FAA needs. Ref. No. 7: Certificate of compliance shall be supplied or vendors shall submit with their documentation a "Quality Management System" which contains all elements of the ANSI/ASQC/ISO 9000 Standard as described in the Numerically Integrated Supplier Operations Classification (NISOC) program and the Quality/Reliability Officer Guidebook. As part of the Quality Management System, vendors shall complete the 3 page "Supplier Self-Audit Qualification Form" found in the NISOC document. NISOC is available at the following Internet address: HTTP://www.mmac.jccbi.gov/aml/nisoc.pdf The Quality/Reliability Officer Guidebook is available at the following Internet address: HTTP://fast.faa.gov/ (Select Toolsets, Quality Assurance, Quality System Document, QRO Guidebook) Upon request, the contracting officer will make a printed copy of this document available. If a vendor meets the qualifications required in this Announcement, they will be given the opportunity to quote the repair costs for two (2) units in order to demonstrate they can accomplish repairs. Overhaul/repair services required in accordance with Raytheon Drawing #336650-1, and 822016-2, ANSI/ASQC Q9002 1994 and ANSI/ASQZ1.4-1993 (Available from American Society for Quality Control, 611 East Wisconsin Ave., Milwaukee, WI 53202). The repairable units shall be overhauled/repaired to the extent necessary for restoration to serviceable operating condition suitable for intended use by the Government. This is to include the replacement of bearings and seals. The units will also have the exterior cleaned and the paint touched up where needed. The Government will test the repaired rotary couplers to insure they meet the specifications outlined in Raytheon Drawing #336650-1, and 822016-2 and FAA Test and Inspection Record for ASR-8 5 and 6 path Rotary joints NSN?s 5985-01-111! -1005 and 5985-01-185-6181. A Hewlett Packard 8720C Network Analyzer, or equivalent, will be used to verify Test #1, Radar Channels Voltage Standing Wave Ratio (VSWR) less than 1.20:1; Test #2 Radar channels 1 and 2 insertion loss less than 0.5 db. Test #3 Radar Channel 3 insertion loss less than 0.75 db. Test #4 Radar Channels, WOW less than 0.05 db; Test #5, Beacon Channels VSWR less than 1.20:1. Test #6 Beacon Channels Insertion Loss less than 1.0 db. Test #7 Beacon Channel WOW less than 0.07db. Test #8 Top run-out is 0.010 inches or less. Slip ring electrical continuity will be checked. Test # 10 set screws on the APG shafts and couplers are tight. Test #11 Encoder gear backlash checked. Test #12 Choke gap sub-assembly #1 is 0.040 + 0.003 inches. Test #13 Choke gap sub-assembly #2 is 0.05 + 0.005 ?0.015 inches. Test #14 item rotates freely. The units will further be subjected to testing in an ASR-8 test stand located at the Mike Monroney Aeronautical Center's Product Se! rvices Division in the Logistics Support Facility to verify that air leakage rates are within ASR-8 system tolerances. Drawings are available upon request. For qualification purposes, the repair will be considered routine and the vendor will have thirty (30) days to repair the two (2) units. The FAA shall notify the Contractor, in writing, of the conditional approval, approval, or disapproval of the repairs made to the rotary couplers within forty-five (45) calendar days after receipt of the units by the FAA. Vendors must respond directly to the contracting officer identified in this announcement. Mark responses to this announcement with Announcement File #0210575, to arrive by July 1, 2002. Facsimile responses are not permitted. The FAA will not pay for any information received or costs incurred in preparing responses to this announcement. Any proprietary information should be so marked. This announcement shall not be construed as a request for proposal or as an obligation on the part of the FAA to acquire these services. Responders to this announcement may be asked to provide additional details/information based on their initial submittal. Vendors are advised that due to the enhanced security measures recently implemented at the Aeronautical Center, access to the installation is limited and hand delivery of responses will not be permitted. Overnight delivery of responses to this announcement could also be impacted if not sent in sufficient time to allow for special mail ! handling procedures now in place at the Aeronautical Center. Overnight delivery address is: Federal Express FAA Attn: AMQ-210/Connie Houpt MPB, Room 312 6500 S. MacArthur Blvd Oklahoma City, OK 73169
 
Web Link
FAA Contract Opportunities
(http://www.asu.faa.gov/faaco/index.htm)
 
Record
SN00085951-W 20020602/020531213230 (fbodaily.com)
 
Source
FedBizOpps.gov Link to This Notice
(may 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  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.