Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF APRIL 14, 2004 FBO #0870
SOURCES SOUGHT

28 -- SOURCES SOUGHT-T56-A-15 ENGINE WITH A -423 REDUCTIOIN GEARBOX ASSEMBLED AND TESTED IN A QUICK ENGINE CHANGE KIT ASSEMBLY

Notice Date
4/12/2004
 
Notice Type
Sources Sought
 
NAICS
336412 — Aircraft Engine and Engine Parts Manufacturing
 
Contracting Office
Department of the Navy, Naval Air Systems Command, Naval Air Warfare Center Aircraft Division Pax River, Building 441 21983 Bundy Road Unit 7, Patuxent River, MD, 20670
 
ZIP Code
20670
 
Solicitation Number
N00421-04-R-0071-SS
 
Response Due
4/26/2004
 
Archive Date
5/11/2004
 
Point of Contact
Benjamin Hansford, Contract Specialist, Phone (301) 342-6865, Fax (301) 757-9046, - Maggie Hayden-Stone, Team Lead/Contract Specialist, Phone (301) 757-9742, Fax (301) 757-9046,
 
E-Mail Address
benjamin.hansford@navy.mil, margaret.hayden-ston@navy.mil
 
Description
The Naval Air Systems Command Aircraft Division (NAVAIR AD), Patuxent River, Maryland, is seeking eligible small business firms capable of providing the technical effort outlined in the attached draft Statement of Work. All potential bidders, both small and large, are encouraged to review the draft Statement of Work and submit comments or questions to the Government point of contact listed below. The Government wishes to ensure that the Statement of Work contains sufficient detail for successful completion of the effort. This office anticipates awarding the contract for these services approximately July 2004. The appropriate NAICS is 336412, size standard 1,000 employees. THIS SYNOPSIS IS NOT A REQUEST FOR PROPOSAL. It is a market research tool being used to determine the availability and adequacy of potential small business sources and the sufficiency of the Statement of Work prior to determining the method of acquisition and issuance of a Request for Proposal. The Government is not obligated to and will not pay for any information received from potential sources as a result of this synopsis. A letter of interest should include, at a minimum, the following information: (1) Name and address of the firm; (2) Size of business (Does your firm qualify as a small, emergent business or a small, disadvantaged business? If disadvantaged, specify under which disadvantaged group and is your firm certified under Section 8(a) of the Small Business Act? Is your firm a certified “hub zone” firm? Is your firm is a woman-owned or operated business?) (3) Ownership; (4) Year firm established; (5) Names of two principals to contact, including title and telephone number; (6) Company profile to include number of employees, annual revenue history, office locations, DUNS number, if 8(a), date of acceptance into Small Business Administration 8(a) program and anticipated graduation date; (7) Resources available such as corporate management and currently-employed personnel to be assigned to the project to include names and current job titles; (8) Management approach to staffing the total effort with qualified personnel. The staffing plan should address any new hires that would be available for assignment to this effort, possible subcontract/teaming arrangements, and strategy for recruiting and retaining qualified personnel; (9) A description of previous experience that demonstrates your firm's ability to effectively manage or perform a similar effort. Please include information about on-going contract(s) completed within the last five years. Desired specific information for each effort is: (a) Name of Contracting Activity; (b) Contract Number; (c) Contract Type (FFP, Cost, IDIQ, or combination); (d) Period of Performance, Total Contract Value, and Total Dollar Value under the Contract that the firm was actually responsible for under this NAICS code; (e) Summary of contract work; (f) Contracting Officer name and current telephone number; (g) Contracting Officer’s Technical Representative name and current telephone number; (h) List of major subcontractors including name, address, and telephone numbers of primary points of contact. Based on a review of industry response to this Sources Sought Synopsis, the Government will decide an appropriate procurement strategy. No solicitation currently exists; therefore do not request a copy of the solicitation. If a solicitation is released, it will be synopsized in the Federal Business Opportunities website. This synopsis is for informational and planning purposes only, and is not to be construed as a commitment by the Government, nor will the Government pay for information solicited. Respondents will not be contacted regarding their submission or information gathered as a result of this notice. Respondents will not be notified about the outcome of the Government’s review of the solicited information. Failure to respond to this sources sought synopsis will not limit a potential offeror’s ability to respond to a solicitation at a later date. Interested sources should provide a letter of interest (via electronic mail) with a capabilities statement. The capabilities statement must demonstrate the ability to perform the services listed above. Please type “N00421-04-R-0071” as the subject of the electronic mail message. Page limitations (including a 12-point font minimum) are as follows: the letter of interest must contain a minimum of 5 pages, but no more than 8 pages. Also, the capabilities statement must contain a minimum of 5 pages, but no more than 8 pages. Interested sources may submit resumes/personnel information as a second attachment, which will not be counted in the aforementioned page limitations, but will be limited to 4 key personnel; the information presented for each of the key personnel is limited to 2 pages. No other attachments will be reviewed. Responses must be submitted electronically to the Contract Specialist in Microsoft Word format or Portable Document Format (PDF) at the following address: benjamin.hansford@navy.mil. Submissions must be received no later than 5:00 PM, Eastern Standard Time, on 19 April 2004. The draft Statement of Work is as follows: 1.0 BACKGROUND The procurement of a spare T56-A-15 engine with a –423 reduction gearbox (RGB) in a Quick Engine Change Assembly (QECA) is required for the NC-130H Aircraft, BUNO 870157. This aircraft is being used for risk reduction flight-testing in support of the E-2 Advanced Hawkeye program. The flight test phase of this project will have a highly constrained schedule and this purchase will mitigate the schedule risk attributable to an engine failure. The unique configuration of this engine precludes using existing logistics contract vehicles. 2.0 SCOPE This Statement of Work (SOW) describes the equipment and services to be provided by a responsible vendor. The vendor shall deliver in rebuilt condition a T56-A-15 engine with a –423 series RGB assembled and tested in a QECA configuration as described below and in accordance with all applicable technical documents. 3.0 APPLICABLE DOCUMENTS Inspections, tests and procedures shall be in accordance with standard industry practices and the applicable sections of the following references: NAVAIR 01-75GAA-10 Engine Build-Up Instructions with Illustrated Parts Breakdown, Intermediate C-130 Aircraft Turbo Prop Engine Models T56-A-7A and T56-A-423, change date 15 Dec 2002 Figure 1, Item 9 Power Plants Change #69 Conversion of Reduction Gearbox Assembly to -423 Series Configuration. T1C-130B-2-4CL-1 Organizational Maintenance Checklist, Engine and Propeller Run-Up, USAF Series C-130B, C-130E, USCG Series HC-130B Aircraft, USAF Series T56-A-7 and T56-A-15 Engines. 1C-130H-10 Technical Manual, Build-Up Instructions, Aircraft Power Package, USAF Series C-130 Aircraft (equipped with Allison T56-A-15 engines) 1C-130(H) H-2-2CL Checklist, Maintenance, Organizational, Engine and Propeller Run-Up, USAF Series HC 130H/P/N and C-130H Aircraft Serial No. AF73- 01580 through 73-01598 and all aircraft that have T56-A-15 Engines. 2J-T56-54 (INTERMEDIATE/DEPOT) Illustrated Parts Breakdown, Turboprop Engines, AF Model T56-A-15. 2J-T56-53 (INTERMEDIATE/DEPOT) Technical Manual, Overhaul, Turboprop Engine AF Model T56-A-15. 2J-T56-101CL-1 Checklist – Corrosion Control of T56 Engines, Turboprop Engine, Model T56-A-7A, -A7B, -A9B, -A15. 51E1-10-8-1 Test Procedure, Checkout Instructions, Gas Turbine Engines, T56-A-15 Engine, PN 6842602 1C-130H-4-71-1 (IPB- ORGANIZATIONAL) Power Plant General TO 1C-130H-2-71JG-00-1 (ORGANIZATIONAL) Power Plant, Operating Limits and Checklists, USAF Series All C-130 Aircraft T.O. 1C-130A-6WC-15- Work Cards, Major and Minor Isochronal Inspection , USAF Series, All C-130 Aircraft 1 November 2003 T.O. 1C-130H-10-Technical Manual Buildup Instructions Aircraft Power Package USAF Series Aircraft Equipped with T56-A-15 Engines NAVAIR 4790.2H Unless otherwise negotiated or approved, the latest versions of the technical directives, maintenance manuals, standards, and instructions applicable to the T56-A-15 engine and –423 gearbox are part of this SOW. All work shall be performed in accordance with approved industry standards and technical data accepted by the U. S. Navy and the manufacturer of the equipment. The vendor shall identify any non-compliance in their proposal. 4.0 TASKS The QECA shall consist of a rebuilt T56-A-15 configuration power section with a new turbine module to include all new blades, vanes, wheels, and spacers and a rebuilt torque-meter assembly. The Contractor shall incorporate all active Technical Directives (TDs). All TD requirements shall be complied with IAW NAVAIR 00-25-300 and Section 3.0 of this SOW. Compressor rotors shall be disassembled and non-destructively inspected (NDI). The Contractor shall replace all fuel nozzles within 600 hrs of the Periodic Maintenance Inspection Cards (PMIC) limit or T.O. 1C-130A-6WC-15. The turbine module shall use Inconel 718 Turbine Vane Case, part number 23009372, or later configuration, and Rub-tolerant Vanes, part number 23009988 and 23009375, or later configuration. Accessories suspected of contamination or damage, external or internal, shall be disassembled, cleaned, and repaired. All external accessory preformed packings shall be replaced. Contractor shall comply with Commercial Engine Bulletin (CEB) A-72-4049 on all turbine rotor 1-2 spacers P/N 23033463 and P/N 23056966, which have not been previously hardness tested and marked IAW the CEB. The vendor shall de-preserve and confirm the Ready for Issue (RFI) integrity of the Government Furnished Equipment (GFE) –423 gearbox, P/N 6876304. The vendor shall inspect, repair, and overhaul (as necessary) the Oil Cooler Duct Assembly with dual cooling tube inlet (nacelle lower pan assembly), P/N 624-7490-001, to return it to an RFI condition prior to assembly into a QECA. All work shall be in accordance with the technical publications referenced above. The vendor shall install the wiring necessary to support the 40/50KVA generator in accordance with T.O. 1C-130H-10. The 40/50KVA generator shall be located on the lower unused mounting pad, P/N 100041, of the -423 gearbox (refer to PPC #69). Specific location of the 40/50KVA generator is depicted in NAVAIR 02B-5DE-4 F0059-00, page 5, item 41. The vendor shall provide the necessary engine accessories, components, and devices required for normal engine operation. All components, devices, and accessories installed on the assembly shall be certified for aeronautical application. The vendor shall provide documentation that will validate the historical pedigree of the components, devices, and accessories. All such documentation shall be in accordance with the latest version of NAVAIR 4790.2H standards. All work shall be performed in accordance with the latest version of manufacturer and industry standard technical manuals as referenced in this SOW. The completed QECA shall be tested in accordance with approved standards and technical data accepted by the manufacturer and the U. S. Navy as a complete assembly (less generators). The engine shall be operated to full power on an approved and applicable engine test stand. A minimum engine efficiency of 100% must be obtained and documented for acceptance. The Government or their representative shall inspect the assembly and related documentation in accordance with references listed in this SOW. The acceptance inspection shall be conducted at the vendor’s facility prior to shipment. The vendor shall provide the QECA to the customer fully preserved in accordance with industry accepted regulations and practices. The customer will coordinate and provide shipping from the vendor to NAS Patuxent River, MD. The QECA package shall be warranted by the vendor for a minimum of 2000 hours or two years after engine installation. The customer reserves the right to verify the form, fit, and function of the assembly to the specific application for which this QECA is intended prior to acceptance. An example of an acceptable configuration may be provided on request in the form of drawings, digital photography, or other means as necessary to ensure explicit compliance with this SOW and effectivity. Priority of consideration preference for award will be given as follows: existing capability, personnel qualifications, past performance, and costs. Any configuration issues, including the GFE, shall be referred to the Navy technical point of contact (Mr. Ben Rush, 301-995-4412) via the Contracting Officer. 5.0 TRAVEL AND GOVERNMENT FURNISHED EQUIPMENT The government does not require the vendor to travel. Any travel requirements identified by the vendor shall be justified in their proposal. The vendor shall support a minimal number of technical coordination meetings and inspection visits by the government, or its representatives, at the vendor’s location. No formal documentation of these visits is required from the vendor. The Naval Air Systems Command will provide, as GFE, a -423 series RGB assembly, P/N 6876304 (refer to PPC #69), in overhauled, preserved, and containerized RFI status. The Oil Cooler Duct Assembly, P/N 624-7490-001 (QEC “belly” pan referenced in N/A 01-75GAA-10, figure 12, item 45), previously modified for the dual generator configuration will also be provided. Alternate proposals of GFE and CFE configurations that are compatible with the scope of this SOW will be considered. The two generators, one 40/50KVA and one 60/90KVA, and the wiring associated with the 60/90KVA generator will be installed by the customer after delivery of the engine to the government. The vendor will not take possession of this equipment. NOTE: THIS NOTICE WAS NOT POSTED TO WWW.FEDBIZOPPS.GOV ON THE DATE INDICATED IN THE NOTICE ITSELF (12-APR-2004); HOWEVER, IT DID APPEAR IN THE FEDBIZOPPS FTP FEED ON THIS DATE. PLEASE CONTACT fbo.support@gsa.gov REGARDING THIS ISSUE.
 
Web Link
Link to FedBizOpps document.
(http://www.eps.gov/spg/DON/NAVAIR/N00421/N00421-04-R-0071-SS/listing.html)
 
Place of Performance
Address: The work will be performed at the contractor's facilities.
Country: U.S.A.
 
Record
SN00564332-F 20040414/040412212730 (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.