Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF SEPTEMBER 15, 2004 FBO #1024
MODIFICATION

16 -- Repair of Hydraulic Components used on the Coast Guard HU25 Falcon aircraft

Notice Date
9/13/2004
 
Notice Type
Modification
 
NAICS
336413 — Other Aircraft Parts and Auxiliary Equipment Manufacturing
 
Contracting Office
DHS - Direct Reports, United States Coast Guard (USCG), Commanding Officer, USCG Aircraft Repair & Supply Center, HU25, HH65, H60J, C130, EISD, 130J or Support Procurement Building 79, 75, 79, 78, 78, 19 or 63, Elizabeth City, NC, 27909-5001
 
ZIP Code
27909-5001
 
Solicitation Number
HSCG38-04-Q-101052
 
Response Due
9/23/2004
 
Archive Date
10/8/2004
 
Point of Contact
Vergie Hall, HU25 Contract Specialist, Phone 252-335-6562, Fax 252-334-5427,
 
E-Mail Address
VHall@arsc.uscg.mil
 
Small Business Set-Aside
Total Small Business
 
Description
This is a combined synopsis/solicitation for the procurement of repair services for 18 commercial hydraulic components used in support of the Coast Guard’s HU25 Falcon aircraft, prepared in accordance with the format in Subpart 12.6 as supplemented with additional information included in this notice. This announcement constitutes the only solicitation. Quotations are being requested and a written solicitation will not be issued. This Request for Quotation (DTCG38-04-Q-101052) incorporates provisions and clauses in effect through Federal Acquisition Circular 2001-24. This is a small business set-aside, limited source procurement. The North American Industry Classification System (NAICS) Code is 336413 and the small business size standard is 1,000 employees. The contract will be awarded using simplified acquisition procedures in accordance with FAR Part 13.5. The Coast Guard may make one or more awards from this Request for Quotation. The contract will be awarded as a firm fixed price requirements contract. The OEM (Original Equipment Manufacturer) is Messier-Hispano of Velizy-Villacoublay, France. The USCG intends to negotiate and award to any FAA approved repair centers for the repair of the following 18 hydraulic components with estimated quantities: (1) L/H Airbrake Cylinder, NSN 1650-14-373-2969, P/N A23731-1-3 OR NSN 1650-14-426-3738, P/N A23731-104, 4 each the first year and 2 each for the other 4 years (2) R/H Airbrake Cylinder, NSN 1650-14-373-2970, P/N A23732-1-3, OR NSN 1650-14-419-2120, P/N A23732-104, 4 each the first year and 2 each for the other 4 years (3) Shock Absorber, NLG, NSN 1620-14-435-4309, P/N A23660023, 1 per year (4) Shock Absorber, MLGL, NSN 1620-14-415-9963, P/N A23709023-1, 1 per year (5) Shock Absorber, MLGR, NSN 1620-14-417-1740, P/N A23710023-1, 1 per year (6) Cylinder, MLGL, NSN 1650-14-380-6403, P/N A23721-208 OR NSN 1560-01-HS1-5890, P/N A23721-208B, 5 each the first year and 4 each for the other 4 years (7) Cylinder, MLGR, NSN 1650-14-380-6404, P/N A23722-208, 3 each for the first year, 2 each the second year, and 1 each for the other 3 years (8) Cylinder, MLG Door L, NSN 1650-14-373-2895, P/N A23729-0-3, OR NSN 1650-14-386-8458, P/N A23729-4, 3 each per year (9) Cylinder, MLG Door R, NSN 1650-14-373-2896, P/N A23730-0-3 OR NSN 1650-14-386-8458, P/N A23730-4, 2 each per year (10) Selector, Braking System, NSN 1650-14-373-2879, P/N A110-24654-1, 4 each per year (11) Selector, Emergency Brake, NSN 1650-14-373-2880, P/N A111-24654-1, 4 each per year (12) Cylinder, Retract NLG, NSN 1650-14-373-2865, P/N A1-23727M3, OR NSN 1650-14-456-5302, P/N A1-23727-4, 5 each per year (13) Rod Telescopic NLG, NSN 1560-14-373-2891, P/N A23717-22, 3 each the first year, 2 each for years 2 and 3, and 1 each for years 4 and 5 (14) Jack Transfer, NSN 1560-14-373-2894, P/N A23728-0-7, 3 each per year (15) Valve, 20KVA Press, NSN 4820-14-380-6399, P/N A100-24257, 3 each per year (16) Swivel Joint, Hyd, NSN 1650-14-373-2937, P/N A100-24658-1, 3 each per year (17) Valve, Linear, Direct, NSN 1650-14-373-2875, P/N A100-24661V1, 4 each the first year and 3 each for the other 4 years (18) Accumulator, Hyd, NSN 1650-14-373-2867, P/N A10-23734M5, 12 each the first year, 10 each the second year, 9 each the third year, and 8 each for years 4 and 5. GOVERNMENT PROPERTY FURNISHED FOR REPAIR: Failure of the Government to furnish such items in the amounts or quantities described in the Schedule of Supplies/Services as “estimated” or “maximum” will not entitle the contractor to any equitable adjustment in price under the Government Property clause of the contract. The Government reserves the right to do depot level repair of the components described in the Schedule of Supplies/Services. The contract will contain a 3-year base period and 2 one-year option periods. The estimated effective date for contract performance is December 6, 2004. The first year of the base period will be from date of award through one year. Each successive year of the base and option periods will run consecutively. QUOTES MUST CONTAIN PRICES FOR EACH YEAR OF THE BASE AND OPTION PERIOD IN ORDER TO BE CONSIDERED FOR AWARD. Interested parties may submit a firm fixed-price quotation, which shall include the submittals contained in the following Statement of Objectives for repair of the above-specified HU25 hydraulic components. STATEMENT OF OBJECTIVES 1.0 BACKGROUND The U.S. Coast Guard currently operates twenty three (23) HU-25 aircraft manufactured between 1982 and 1984 by Dassault-Breguet Aviation SA-Avions Marcel (Falcon Jet Corporation). The hydraulic system of the HU-25 aircraft consists of two independent supply and distribution systems. The components in this Statement of Objectives are primarily hydraulic cylinders, valves and accumulators. 2.0 OBJECTIVE 2.1. The Coast Guard’s objective is to obtain services of a Federal Aviation Administration (FAA) authorized repair center to effectively repair and provide complete, ready-to-install HU-25 hydraulic components. Hydraulic components must be repaired to Original Equipment Manufacturer’s (OEM’s) specifications. The offeror is responsible for all necessary functions to perform services requested. This includes, but is not limited to required tooling, test equipment, parts, material, engineering services, management, maintenance, preservation, shipping, etc. The offeror’s responsibilities to the Coast Guard consist of preparing and submitting a detailed work specification and cost breakdown structure for repair and ensure that all Dassault Falcon Jet Corporation Service Bulletins (SB) remain incorporated upon completion of work. Under a performance-based contract structure, performance metrics and service level agreements will be used to monitor the performance of this contract. The Coast Guard Aircraft Repair and Supply Center’s (ARSC) HU-25 Product Line and the selected offeror will baseline and monitor progress using agreed-to performance metrics and service level agreements. 2.2. To meet the Coast Guard’s objectives the offeror will be required to meet the following criteria: 2.2.1. Technical 2.2.1.1. Provide detailed work specifications for repair of hydraulic components. 2.2.1.2. Provide a written Performance Metrics plan. 2.2.1.3. Provide evidence of and ability to maintain a Quality System acceptable to the Coast Guard. 2.2.1.4. Either possess or show ability to obtain adequate technical data, tooling and fixtures to repair to OEM’s specifications. 2.2.2. Past Performance 2.2.2.1. Provide documentation for having performed repair of similar or like items. 2.2.2.2. Provide points of contact for past performance documentation for the past two years. Include references’ name, company, phone number, and e-mail address. 3.0 APPLICABLE DOCUMENTS The following Technical Specifications are applicable: 3.1. CG Technical Orders (CGTO): 3.1.1. 1U-25A-4, HU25 Illustrated Parts Catalog. See Chart 1 for detail. 3.1.2. 1U-25A-11, HU25 Component Maintenance Manual. See Chart 1 for detail. 3.1.3. 1U-25A-2, HU25 Maintenance Manual (Chapter 05-20-00 and 05-40-00). 3.2. CG Time Compliance Technical Orders (TCTO): 3.2.1. None apply. 3.3. Dassault Falcon Jet Corporation Service Bulletins (SB): 3.3.1. P/N Nomenclature Description A23731-104 CYLINDER ASSEMBLY, L/H DFJ SB 27-104: New seal installation A23732-104 CYLINDER ASSEMBLY, R/H DFJ SB 27-104: New seal installation A23731-1-3 ACTUATOR AIR BRAKE, L/H DFJ SB 27-104: New seal installation A23732-1-3 ACTUATOR AIR BRAKE, R/H DFJ SB 27-104: New seal installation A23660023 SHOCK ABSORBER,NLG MHB Mod 3054: Green tweed seals/improvement sealing A23709023-1 SHOCK,ABSORB MLG L A23710023-1 MLG SHOCK ABSORB/RH A23721-208B CYLINDER ASSY MLG L SB FJF 32-167: Schedule of Major O/H SB F20 32-129 (F20-710): Extension of overhaul limits CMM32-30-08 Temp Rev No. 1 "CHD" etching A23721-208 CYLINDER ASSY MLG L SB FJF 32-167: Schedule of Major O/H SB F20 32-129 (F20-710): Extension of overhaul limits CMM32-30-08 Temp Rev No. 1 "CHD" etching A23722-208 CYLINDER ASSY R SB FJF 32-167: Schedule of Major O/H SB F20 32-129 (F20-710): Extension of overhaul limits CMM32-30-08 Temp Rev No. 1 "CHD" etching A23721-207 CYLINDER, ASSY L/H No known modifications A23721-106 CYLINDER ASSY L MHB Mod 3052 SB FJF 32-152: Dust cover MHB Mod 3055 SB FJF 32-154: (issue #4) Adjustable rod end mod MHB Mod 3057 SB FJF 32-155: (issue #4) Improvement in sealing efficiency MHB Mod 3090 SB FJF 32-159: Improved attachment of emergency slide valves A23722-106 CYLINDER ASSY MLG R MHB Mod 3052 SB FJF 32-152: Dust cover MHB Mod 3055 SB FJF 32-154: (issue #4) Adjustable rod end mod MHB Mod 3057 SB FJF 32-155: (issue #4) Improvement in sealing efficiency MHB Mod 3090 SB FJF 32-159: Improved attachment of emergency slide valves A23722-0-5 CYLINDER ASSY MLG R MHB Mod 3048 SB FJF 32-150: Improvement in resistance to corrosion A23729-4 CYLINDER,ACTUATING, L/H SB A751 dtd May 7, 03 A23729-0-3 CYLINDER,ACTUATING, L/H SB A751 dtd May 7, 03 A23730-4 CYLINDER,ACTUATING, R/H SB A751 dtd May 7, 03 A23730-0-3 CYLINDER,ACTUATING, R/H SB A751 dtd May 7, 03 A111-24654-1 SELECTOR EMERG BRAK No known modifications A110-24654-1 SELECTOR BRAKING SY No known modifications A1-23727-4 VALVE,CHECK No known modifications A1-23727M3 CYLINDER ASSY No known modifications A23717-22 ROD TELESCOPIC NLG No known modifications A23728-0-7 JACK TRANSFER DFJ-SB 29-108: Sealing improvements A100-24257 VLV, 20KVA PRES RLF No known modifications A100-24658-1 SWIVEL JOINT, HYD No known modifications A100-24661V1 VALVE, LINEAR, DIRECT No known modifications A10-23734M5 ACCUMULATOR, HYD DFJ SB 29-024: Elimination of cotton packing DFJ SB 29-021: Corrosion protection 3.4. Data Availability: 3.4.1. OEM drawings and specifications are proprietary and cannot be provided by the Coast Guard. (End of Statement of Objectives) Desired Delivery is 90 days after receipt of a contract and Required Delivery is 180 days after receipt of a contract. F.O.B will be DESTINATION ONLY. Packaging shall be best commercial practice. Each piece of equipment shall be packaged in accordance with ASTMD 3951-98 dated 10 Nov 98 to enable shipment to destination and transshipment to a Coast Guard unit without repacking or incurring damage during shipping and handling. Material shall be marked in accordance with ASTMD 3951-98 dated 10 Nov 98. Items must be individually packed in a separate box; suitable for shipment via land, air, or sea. Each package shall be individually labeled on the outside with the NSN, P/N, S/N, Quantity, Nomenclature, Contract Number, and Line Item Number. Labeling data shall be attached to the outside of the shipping container. Preservation protection must be sufficient to prevent corrosion, deterioration, or decay during warehouse storage with temperatures ranging from 95 to 40 degrees Fahrenheit and high humidity for a period of one year. Packaging material shall not consist of popcorn, shredded paper, styrofoam of any type, or peanut style packaging. Bar coding is authorized, however not mandatory. AOG situations require highly visible lettering on the outside of the container. All items for each year are deemed flight critical in USCG missions. Inspection shall be by COC (Certificate of Conformance) and ARSC Quality Assurance Personnel shall perform acceptance. The COC must be attached to the outside of the shipping carton and a copy must be attached to the invoice. Failure to do so will result in a delay in payment. At the time of each delivery of supplies or services under this contract, the contractor must furnish to the Government a properly completed packing slip. This packing slip must include the following information: (1) National Stock Number; (2) Part Number; (3) Nomenclature; (4) Serial Number; (5) Delivery Order Number; (6) Line Item Number; and (7) Quantity. One copy of the packing slip shall be attached to the outside of the shipping container. Anticipated award date is December 6, 2004. NOTE: THIS NOTICE WAS NOT POSTED TO WWW.FEDBIZOPPS.GOV ON THE DATE INDICATED IN THE NOTICE ITSELF (13-SEP-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/DHS-DR/USCG/USCGARSC/HSCG38-04-Q-101052/listing.html)
 
Record
SN00672542-F 20040915/040913214211 (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.