Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF MARCH 20, 2003 FBO #0475
SOLICITATION NOTICE

J -- OVERHAUL PT6A-27 AIRCRAFT ENGINE

Notice Date
3/18/2003
 
Notice Type
Solicitation Notice
 
Contracting Office
Department of Commerce, National Oceanic and Atmospheric Administration (NOAA), Central Administrative Support Center, 601 East 12th Street, Room 1756, Kansas City, MO, 64106
 
ZIP Code
64106
 
Solicitation Number
NAAN6000304204
 
Archive Date
5/17/2003
 
Point of Contact
Joseph D'Felio, Lead Contract Specialist, Phone (816) 426-7267, Fax (816) 426-7530, - Joseph D'Felio, Lead Contract Specialist, Phone (816) 426-7267, Fax (816) 426-7530,
 
E-Mail Address
joseph.d.dfelio@noaa.gov, joseph.d.dfelio@noaa.gov
 
Description
The U.S. Department of Commerce, National Oceanic and Atmospheric Administration (NOAA) is requesting proposals for the overhaul of a PT6A-27 engine, due to approaching Time Between Overhaul (3500 TBO), on their DeHavilland Twin Otter, FAA registration N48RF. The aircrafts primary mission, as an observation platform for marine mammals, requires low-level operation over salt water. The average flight lasts for duration of five hours, hence the low engine cycles. The engine has been on the Trend Group/Dallas Airmotive, Turbine Engine Monitoring Program (TEMP) since Nov 1990. Oil samples were taken every 100 hours up to Dec 2001 when the Aircraft Operations Center (AOC) elected to take samples on condition. The engine will be delivered to the overhaul facility in serviceable condition, or as removed from an airworthy aircraft. This work will be performed during the August 2003/January 2004 time frame. Pertinent information applicable to the engine, estimated upon delivery to overhaul facility is as follows: Manufacturer: Pratt & Whitney, Model PT6A-27, Serial Number: PCE-41293, Time Since New: 16,575, Cycles Since New: 11,490, Time Since Overhaul: 3,500, Cycles Since Overhaul: 1,200, Last Overhaul: May. 96 (P&WC Brideport), Last Hot Section Insp.: May. 96. The following is a list of Component, Part No., Serial No., Time Since New, and Cycles Since New: Hub Stage 1, 3013111, 4Y763, 10,137, 2,930; Comp. Stg. 2, 3013712, A3592, 16,575, 11,490; Comp. Stg. 3, 3011713, B1473, 16,575, 11,490; Impeller, 3013176, A1932, 16,575, 11,490; Disk, CT, 3013411, 8F781, 9,550,4,159; Disk, PT, 3022412, A3401, 16,575, 11,490; Blades, CT, 3102401-01, 3,500, 1,200; 1st Stage Bear., Bronze, 6.480(TSN). The following Service Bulletins have been incorporated in the engine: 1002,1003, 1045, 1090, 1105, 1106, 1107, 1108, 1110, 1111, 1117, 1119, 1122, 1123, 1125, 1126, 1129, 1133, 1134, 1137, 1138, 1139, 1145, 1146, 1148, 1150, 1154, 1157, 1158, 1161, 1162, 1165, 1168, 1169, 1170, 1173, 1178, 1179, 1191, 1193, 1194, 1200, 1201, 1203, 1212, 1216, 1217, 1220, 1224, 1225, 1226, 1231, 1236, 1248, 1249, 1251, 1255, 1275, 1276, 1280, 1281, 1285, 1300, 1304, 1316, 1318, 1322, 1323, 1325, 1346, 1348, 1352, 1354, 1367, 1372, 1389, 1391, 1395, 1369, 1397, 1408, 1409, 1410, 1411, 1416, 1421, 1427, 1430, 1431, 1446, 1457, 1473, 1474, 1477, 1478, 1479, 1481, 1484, 1487, 1488, 1490, 1493, S.I.29-89. The following air-worthiness directives have been previously complied with: 75-06-01, 75-11-04, 80-08-12, CF-78-03, CF-80-14. SCOPE: The contractor will provide all labor, materials, equipment, special tools and facilities to overhaul the engine to a zero time status. The government also needs the cost and availability of an overhauled exchange engine. The overhaul shall be in accordance with the Pratt & Whitney PT6A-27 overhaul manual. The contractor will replace all parts recommended by the manufacturer to be replaced at each overhaul regardless of their apparent condition, this includes but is not limited to gaskets, packing, rubber parts, lock washers, tab locks, etc. Only approved parts are to be used. PMA parts are preferred. The government and/or the contractor will remove the engine from the aircraft at the Aircraft Operations Center (AOC) at MacDill Air Force Base, Tampa, Florida. The government may elect to have the contractor remove and reinstall the engine at their overhaul facility. The contractor overhauling the engine shall be responsible for shipping the PT6A-27 engine crate to the aircrafts location, and pay freight for shipment to and from the overhaul facility. The same applies to an overhauled exchange or loaner engine. Once the engine (S/N 41293) has been disassembled at the overhaul facility, the contractor will provide the government a tear down inspection report that includes the extent of the inspection, condition found of all major components, remaining rotable life limits, outstanding service bulletins and airworthiness directives that must be complied with, and any recommendations for maintenance actions for the prevention of further expense. Once the overhaul is complete the contractor shall run the engines on a test cell prior to reinstallation on the aircraft. The Contractor shall be responsible for all FAA and AOC reacquired documentation. Offerors are asked to provide a firm fixed price for tear down inspection, overhaul with known replacement parts, and run on a test cell prior to installation. Any life limited part or component that has not reached its recommended service life but fails inspection and needs to be replaced will be treated as an over and above. Since the government can not determine which parts or components if any meet this criteria offerors are asked to provide what labor rate they will charge the government per hour for over and above discrepancies. Secondly, offerors are asked to provide what percent discount off list price for replacement parts both new and overhauled. PMA parts are acceptable. In order to be responsive offerors must provide hull liability insurance of not less than $400,000 thousand to cover the engine on which this work will be performed. Offerers must provide proof that the facility performing the overhauls is an FAA approved repair station for PT6A-27 engines. A copy of the offeror's warranty, of 500 hours or one year of service whichever occurs first, must be included with the offer. ). Contract award will be based on the lowest price offer meeting the minimum specifications, using the commercial item acquisition process. The solicitation will be available on or about April 15, 2003. Firms interested in receiving a copy of the solicitation should send a written request to the contracting officer, referencing this announcement number. Requests may be made by fax (816) 426-7530) or e-mail. This action is not set-aside for small business.
 
Record
SN00281920-W 20030320/030319061824 (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.