Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF MARCH 09, 2003 FBO #0464
MODIFICATION

16 -- Manufacture of HH-65 Blade Storage Cans

Notice Date
3/6/2003
 
Notice Type
Modification
 
Contracting Office
DHS - Direct Reports, United States Coast Guard (USCG), Commanding Officer, USCG Aircraft Repair & Supply Center, HU25, HH65, H60J, C130 or Support Procurement Building 79, 75, 79, 78, or 63, Elizabeth City, NC, 27909-5001
 
ZIP Code
27909-5001
 
Solicitation Number
DTCG38-03-Q-200003
 
Response Due
4/4/2003
 
Point of Contact
Cynthia Soules, HH65 Purchasing Agent, Phone 252-335-6641, Fax 252-334-5240,
 
E-Mail Address
CSoules@arsc.uscg.mil
 
Small Business Set-Aside
Total Small Business
 
Description
The above-cited solicitation is hereby amended to revise the Governments requirement and to extend the closing date. This requirement is for the manufacture of HH-65 helicopter main rotor blade storage cans in accordance with the specifications stated herein. The United States Coast Guard (USCG) has the requirement to obtain 150 each new shipping/storage containers for main rotor blades (P/Ns 366A11-0010-05, 366A11-0010-03, 366A11-010-02, and 366A11-0010-06) used on the HH-65 Dolphin helicopters. The USCG plans to replace the existing shipping containers in order to improve reliability, maintainability, and protection for the main rotor blades. Blade containers may be stored outside and are therefore exposed to a variety of environmental conditions. The USCG will provide access to a main rotor blade for the sole purpose of taking measurements and photographs as needed for container design. The location will be at the Aircraft Repair and Supply Center, Elizabeth City, NC or another USCG Air Station. Access requests shall be coordinated through Mr. Tom Schweers, (252) 335-6612. Materials used in the container fabrication shall be certified and suitable to meet all requirements of this specification. Standard commercial parts shall be used to the maximum extent possible, consistent with reliability, maintainability, and performance. Commercial utility parts such as screws, bolts, nuts, with suitable properties, may be used. The containers shall be designed to be repairable and of the minimum practical weight consistent with the requirements of this specification. The containers shall be designed to prevent salt air, water, and dirt intrusion. The packing material shall be molded to fit the contour and outline of the blade. Note: Non-water-absorbing foam is required. Containers shall have hand-operated, self-contained latches. These latches shall include over center, cam action, and/or spring-loaded configurations that are convenient to use and provide consistent clamping force. Physical protection by recessing or shielding is required to prevent damage during normal handling. All sealing surfaces shall be such to ensure sealing consistent with the requirements of this specification. The main closure flange between the cover and the base shall be configured such that rainwater will not enter the container. The cover section shall be of a lightweight shell of sufficient rigidity to support one loaded shipping container stacked on top when assembled with the base section and shall contain lifting handles for handling when detached from the base. No obstructions shall exist to interfere with forklift tine insertion when containers are stacked. Provisions for cover lifting shall be provided. Manual lifting provisions shall be provided when personnel can safely remove or install the cover or section. The cover or section shall be capable of being lifted without injury to personnel and damage to the main rotor blade. Each container shall be provided with alignment provisions on top and bottom in order to allow rapid and orderly stacking operations for containers of the same part number. These provisions shall provide lateral restraint and shall not interfere with forklift access. The container shall be capable of supporting the superimposed weight of one like container including the contents. The container shall be constructed to permit lifting by forklift truck and pallet jack from the longest side without employing additional blocking and without permanent deformation of the container. The container shell material shall be adequately protected or reinforced so that forklift handling will not result in damage that would prevent the container from performing its intended functions. The following service facilities shall be incorporated in one end of the container. All facilities shall be recessed within the container wall or otherwise protected. (1) Record receptacle. A cylindrical receptacle shall be provided of such size as to permit easy insertion and removal of the necessary records. The attitude of the installed receptacle shall be such that water will not collect in it when the record receptacle cover is removed. There shall be no access from the record receptacle into the interior compartment of the container. The receptacle shall be closed from the outside with a watertight cover. (2) Receptacle covers. All record cover(s) shall be permanently attached to the container by means that will not interfere with the accessibility to the material in the receptacle. The cover shall be capable of being removed and installed by hand or common hand tools. Each container shall be identified with a data plate containing the following information in four-inch letters: Part number of the container; Manufacturers cage code; and the description HH-65 MAIN ROTOR BLADE. During normal shipping, handling and storage, containers and blades shall be able to withstand shock and vibration and exposure to a variety of environmental conditions. The container and all accessories shall sustain no damage that would affect the ability of the container or impair its performance. The main rotor blades shall sustain no damage. A relief valve, humidity indicator, view ports, drain plug and desiccant basket are not required. Throughout the life of this contract, the contractor shall maintain a quality system in compliance with ISO 9001, ANSI/ASQ Q9001 or a quality system that is subject to the Contracting Officers approval. The contractor shall provide a technical data package to include drawings, specifications, and part numbers used in the container construction. The contractor shall provide a repair manual and replacement part listing for each container furnished under this contract. Line Item (1), Technical Data Package for HH-65 main rotor blade shipping/storage containers, quantity 1 each (not separately priced) with delivery no later than thirty (30) calendar days after date of award; Line Item (2), Main Rotor Blade Shipping/Storage Containers, quantity 150 each, delivery of 1 each first article no later than 60 calendar days after contract award and delivery of 149 each production quantity desired no later than 6 months and required no later than 12 months following approval of first article; Line Item (3) Repair Manual and Replacement Part Listing (150 each) to be provided with each container (not separately priced); and Optional Line Item (4), First Article Testing (1 each) no later than thirty (30) calendar days after notification by the USCG. NOTE: In the event the USCG requires first article testing, line item (4) may be unilaterally exercised by the Government. In this event, the contractor shall obtain the testing at a Government-approved testing facility. Such testing will include, but may not be limited to, flat drop, end impact and vibration testing. The USCG reserves the right to witness the first article testing in these instances. If first article does not pass the testing, the contractor has thirty (30) calendar days to correct the deficiencies and satisfactorily complete the test. If a second test is needed, it will be done at the contractors expense. The following is added to the addendum to Federal Acquisition Regulation (FAR) clause 52.212-1: The proposal submitted by the contractor must include pricing for line items 2 and 4 as well as descriptive literature and/or technical data sufficient to evaluate the technical acceptability of the offered containers through analysis or by similarity. The proposal must also include primer/paint specification and color. Certification of welders is not required; however, certification of all material used in the fabrication of the containers is required. Offerors may submit alternate proposals that offer different specifications and prices. Each proposal must be a complete stand-alone offer with the required supporting documentation and will be evaluated independently against the offerors other proposal(s) as well as other competitors proposal(s). The evaluation for award criteria is revised to reflect: The technical evaluation factor includes the following subfactors: (1) Compliance with the specification; (2) Maintainability; (3) Shock, vibration and environmental protection; (4) Size/weight; (5) Ease of use/handling; and (6) durability. Technical and past performance, when combined, are significantly more important than price. Price is somewhat more important than delivery. The following is added to the addendum to FAR 52.212-4: FAR 52.209-4, First Article Approval-Government Testing (SEP 1989), paragraph (a) deliver one unit of line item 1 within 60 calendar days to USCG Aircraft Repair and Supply Center, Receiving Section, Building 63, Elizabeth City, NC 27909-5001; paragraph (b) Within 20 calendar days; FAR 52.217-5, Evaluation of Options (JUL 1990); FAR 52.217-7, Option for Increased Quantity-Separately Priced Line Item (MAR 1989) complete fill-in with within 90 calendar days after receipt of first article; and FAR 52.227-14, Rights in Data--General (JUN 1987). The closing date and time for submittal of quotations is extended until 4 April 2003 at 3:00 P.M. local time. All other terms and conditions remain the same. NOTE: THIS NOTICE WAS NOT POSTED TO FEDBIZOPPS.GOV ON THE DATE INDICATED IN THE NOTICE ITSELF (06-MAR-2003). IT ACTUALLY FIRST APPEARED ON THE FEDBIZOPPS SYSTEM ON 07-MAR-2003. PLEASE CONTACT fbo.support@gsa.gov REGARDING THIS ISSUE.
 
Record
SN00274204-W 20030309/030307213910 (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  © 1994-2020, Loren Data Corp.