Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JANUARY 20, 2005 FBO #1151
SOLICITATION NOTICE

16 -- Repair of Various Aviation Parts

Notice Date
1/18/2005
 
Notice Type
Solicitation Notice
 
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
HSCG38-05-Q-100002
 
Response Due
2/2/2005
 
Archive Date
3/25/2005
 
Description
THIS IS A PRESOLICITATION NOTICE ONLY AND NOT A SOLICITATION OR REQUEST FOR QUOTE (RFQ) DOCUMENT. THE RFQ/SOLICITATION PACKAGE WILL BE AVAILABLE AFTER THE CLOSING DATE OF THIS PRE-SOLICITATION NOTICE. QUOTES ARE NOT BEING SOLICITED OR ACCEPTED AT THIS TIME. CONTRACTORS SHOULD FOLLOW THE INSTRUCTIONS BELOW. The U.S. Coast Guard Aircraft Repair and Supply Center (ARSC) intends to issue a Purchase Order using Simplified Acquisition Procedures(incorporating the latest FAC, FAC 27) for the Inspect and Overhaul of (2) each Nose Landing Gear PN# A23659023-1C NSN: 1620-01-HR2-2302. And repair of (3) each Actuating Cylinder PN#A23730-4 NSN:1650-14-386-8458. And repair and modification of (1) each Actuating Cylinder PN#A23730-4 NSN: 1650-14-373-2896. Inspection and Overhaul of PN#A23659023 to be IAW Statement of Work attached below, and also note below is a list of Replacement Parts contractor will be required to supply a Firm Fixed Parts List Price for the Items on that list .Repair PN#A23730-4 to be IAW CMM 32-30-05,last rev. date Dec/15/85. Repair and Modification of PN#A23730-0-3 IAW CMM 32-30-05 last rev. date Dec/15/85.These items are Flight Critical to the mission of the USCG. OEM for all items is Messier Buggatti SA , Cage code F6137. The Coast Guard does not own nor can it obtain specifications, drawings, plans or other technical data for repair. The Statement of Work will be available as part of the Request For Quote (RFQ). Requests for specifications, drawings, etc. will be disregarded. The RFQ document, HSCG38-05-Q-100002, will be available for downloading from FedBizOps at www.eps.gov or can be obtained by faxing or E-mailing a written request to (252) 334-5427 (FAX) jalassiter@arsc.uscg.mil (e-mail address). Contractors shall be able to download, print, and E-mail the RFQ from the FedBizOps website. The RFQ/solicitation will be available for download after the closing date (Due Date or Response Date shown above) with an anticipated award date of Feb/18/2005. This date is approximate and not exact. Contractors are encouraged to register and use FedBizOps and can call Jim Lassiter, Purchasing Agent at (252) 335-6143 for assistance. The North American Industry Classification Standard (NAICS) is 336413 and the size standard is 1000 employees to classify as a small business. This is an unrestricted procurement. All responsible sources may submit a quotation which shall be considered by the agency. Sources must have valid Cage Codes and DUNs Numbers or have the ability to obtain one.Contractor must be reg. in CCR(Central Contractor Reg.) Quotes may be F.O.B. Origin or F.O.B. Destination(F.O.B. Destination is preferred) and will be evaluated on the basis of best value to the government considering technical acceptability, price, delivery and past performance and quality and price realism. Desired delivery 45 days after receipt of material, required delivery date is 60 days after receipt of material. Packaging instructions will be specified in the RFQ/solicitation. Delivery shall be to U.S.C.G. Aircraft Repair and Supply Center, Elizabeth City, NC 27909 Attn: Receiving and/or Quality Assurance Section. See Note 26. 1. STATEMENT OF WORK NLG AIRWORTHINESS EVAULATION AND REPAIR: The contractor agrees to comply with the following statement of work to evaluate for airworthiness, and overhaul two Nose Landing Gear Struts, Part Number A23659023-1C, Serial Numbers B485 and B490. OVERVIEW: The Coast Guard experienced a NLG Strut, Down Lock Lug failure in August 2003 at Air Station Cape Cod. All CG owned NLG?s were inspected IAW TCTO HU25-T32090 (ENCL 1). NLG B485 & B490 failed to meet Eddy Current (Conductivity) inspection criteria. Both struts indicated low conductivity readings in the area of both LH and RH inboard sides of each lug (ENCL 1). B845 and B490 require overhaul, pending the airworthiness status of low conductivity readings. Determining airworthiness and development of a repair scheme for this flight safety critical component is beyond the capability of the USCG Aircraft Repair and Supply Center. This SOW is to guide the contractor in developing an OEM approved repair scheme. This document is intended to address all areas of concern. However, it is recognized that during the process of repair scheme development circumstances may arise which could not be anticipated. For such instances, direct communication with the HU-25 Engineering Cell of the Coast Guard Aircraft Repair and Supply Center will be required. These communications shall be for the purposes of clarification only and shall not be construed by the contractor as authorization for an increase in the scope of work being performed. In the event discussions result in the need for a change, the contractor shall not perform additional work without the Contracting Officer?s authorization. LCDR Chip Hatfield, (252) 335-6877 and CWO Dorsey Johr, (252) 335-6310 are the POC?s for relevant questions. SCOPE OF WORK The information contained herein is not intended to be all inclusive nor to detract from procedures outlined in the manufacturer?s drawings, specifications and service bulletins except where specifically noted herein. The contractor shall evaluate each of the landing gear down lock lugs for airworthiness, develop an OEM approved repair scheme to ensure continued safe flight operations of these two assemblies. Upon finding that the NLG are airworthy the NLG shall be overhauled IAW OEM specifications. . This Statement of Work (SOW) establishes the minimum requirements that are required to determine NLG airworthiness status and overhaul. These tasks entail inspection of suspect areas of the NLG provided by USCG ARSC, Elizabeth City, NC, review of similar repairs developed for civilian Falcon 20/200 fleet and tailoring these repairs for application on the HU25. Overhaul is to be accomplished in accordance with the manufacturer?s specifications except where specifically noted herein after Down lock Lug inspection and the NLG are deemed airworthy.. Messier-Bugatti of Velizy-Villacoublay, France is the original equipment manufacturer (OEM). The contractor shall provide their own repair manuals as the Coast Guard does not own nor can it provide this data. Dassault Falcon Jet Corporation, Teterboro Airport, Teterboro, New Jersey 07652, is Messier?s distributor. The contractor shall be FAA certified as a Part 145 authorized repair station DEFINITIONS The following are defined as they pertain to this Statement of Work and the ensuing contract. A. OVERHAUL- ?Overhaul? required for units that have reached their overhaul time limit of 15 years or 10,000 landings, or show sign of excessive wear. An overhaul zeros Time Since Overhaul (TSO) B. Parts REPLACEMENT ? The substitution of a scrapped, consumable item or unserviceable items, which cannot be repaired in accordance with the Component Maintenance Manuals (CMM), shall be replaced with new parts manufactured or approved by the OEM. Other than new replacement parts will need prior Contracting Officer approval. B. REPAIR ? A disassembly, inspection, repair and testing procedure that enables the component to meet the manufacturer?s functional specification. APPLICABLE DOCUMENTS The contractor shall have access to the following technical and operational directives: OEM TECHNICAL DIRECTIVES: Component Maintenance Manuals (CMM) 29-09-06 Aug 1992, Rev 3 32-25-51 Sep 1990, Rev 2 32-20-02 Mar 1993, Rev 5 32-50-05 Apr 1980, Rev 2 32-20-03 Nov 1988, Rev 2 CG FURNISHED TECHNICAL DIRECTIVES TCTO H25-932010.0 ? Chain/Crush Indicator Removal TCTO H25-T32090 NDI Down Lock Attachment Lugs (ENCL 1) Conductivity Readings (ENCL 1) - Manufacturer?s Drawings and Specifications - Current Federal Aviation Administration Regulations - OEM Drawings, Specifications and Manuals are proprietary to the OEM and are not available from the Coast Guard. It is the contractor?s responsibility to obtain the required technical data from the OEM. Coast Guard TCTOs can be obtained by contacting: Mr. Jim Bronson, ARSC FOIA Officer at (252) 335-6829, Email: Jbronson@arsc.uscg.mil or mailing to the following address: Mr. Jim Bronson ARSC FOIA Officer United States Coast Guard Aircraft Repair & Supply Center Elizabeth City, NC 27909 SPECIFIC MINIMUM TASKS The technical tasks described in this section shall require the successful contractor to furnish necessary CMMs and OEM specifications, labor, tooling, test equipment, material, parts and facilities to provide repair support for all assemblies and components in accordance with Component Maintenance Manuals (CMM), specifications, drawings, service bulletins, and OEM approved lug repair scheme. The contractor shall perform the minimum following tasks: A. DISASSEMBLY - Clean parts, remove paint - Non-destructive Testing (NDT), Magnetic Flux, Die Penetrant - Inspect suspected areas of the Nose Landing Gear Struts provided by the CG (ENCL 1, TCTO HU25-T32090 and ENCL 1, Conductivity readings) - Conduct stress analysis of suspected components - Determine airworthiness status of the NLGs - Provide a Report of Findings in a hard copy and electronic format. The electronic Report of Findings shall be delivered to LCDR Chip Hatfield, HU-25 Engineering Cell leader at Chatfield@arsc.uscg.mil before overhaul of the NLG. - Inspect for corrosion, dimensional requirements (pins, bushings, cylinders, remove/replace with new) - Protective Surfacing, Chrome Plating, Cadmium Plating, machining of piece parts - Bushings are installed and reamed to meet OEM specifications - Inspect Shock Absorbers and repair as necessary - Prime and paint B. ASSEMBLY - Full operational test performed. Install on test equipment to check and test for leaks - Q.A. inspection of NLG Strut and Shock Absorber - Tractability of paperwork - Approval for shipment C. GEOMETRICAL DISTORTION INSPECTION When components are received and contractor?s inspection indicates distortion, the contractor shall discontinue all actions and notify the Contracting Officer within fifteen (15) days after receipt that the item requires a geometrical distortion inspection evaluation. The contractor shall submit a Geometrical Distortion Inspection Report within thirty (30) days after discovering distortion, and a detailed breakdown necessary to return the unit to the manufacturer?s minimum performance specifications covering all costs over and above the firm fixed contract price for that component. The detailed breakdown shall contain the component national stock number, part number, serial number, nomenclature, a list of replacement parts and prices with disposition of each, and labor hours to which the labor rate is added. Within thirty (30) calendar days after receipt of Geometrical Distortion Inspection Report, the Contracting Officer will either authorize or deny such action. The contractor is at sole risk if geometrical distortion check is performed prior to Contracting Officer?s approval to commence. The Coast Guard reserves the right to approve, disapprove, or request a geometrical distortion inspection. At this time the contractor?s delivery obligation for the component shall resume. 2. SPECIAL CONTRACT REQUIREMENTS CERTIFICATION REQUIREMENT The contractor shall be certified by Federal Aviation Administration (FAA) to perform the inspection and overhaul of the NLG. If the contractor for any reason loses its FAA certification during the period of performance, this constitutes a material breach of contract and may result in contract termination. The contractor shall notify the Contracting Officer verbally and in writing no later than five (5) calendar days after certification forfeiture disclosing events that caused such actions. CONTRACTOR VERFICATION OF RECEIPT OF REPARABLE ITEM Upon receipt of reparable items, the contractor shall notify the Contracting Officer in writing, providing the following information: (1) Date the reparable (s) received; (2) Confirmation of serial number (s) (3) Confirmation of Purchase Order. Notification via facsimile is acceptable (Fax No. (252) 334-5427). DATA - The contractor shall have access to the required CMM and OEM drawings, specifications and service bulletins to ensure that equipment is repaired/overhauled, calibrated and operating in accordance with latest manufacturer?s performance, test and acceptance specification criteria. Drawings and specifications are proprietary and are not available. The Coast Guard does not possess nor can it supply the aforementioned and the offeror will be responsible for obtaining documentation. SPECIAL STANDARD OF RESPONSIBILITY - In order to perform necessary lug repair and overhaul to the component the contractor must have access to the parts and data furnished directly by the OEM. Quotes shall include evidence of the foregoing access. Piece parts shall be new parts manufactured or approved by the OEM. Data includes complete repair manuals and service bulletins of the latest revisions required to perform necessary overhauls to the component. SERVICE BULLETINS ? The contractor must have access to all current and new service bulletins developed by the OEM. Service bulletins issued prior to the date of the purchase order shall be incorporated in components submitted for overhaul if they have not previously been accomplished, and shall be included in the quoted overhaul price. New service bulletins created and incorporated during performance of this requirement may create new part number configurations. In cases where the old configuration cannot be modified to the new, the new part number may be added to the purchase order. The Contracting Officer will provide disposition instructions for the old part number. in the event this creates a change in the overhaul price, the contractor shall provide within the thirty (30) day period, a overhaul price for the new part number to cover failures for the duration of the purchase order period. Superseded parts that have been removed and replaced by new part number configurations are to be scrapped at the contractor?s facility. REUSE REPLACEMENT PARTS ? Parts of a component found to be in a serviceable condition as a result of inspection and functional testing shall be reused. Missing parts and parts found to be defective which cannot be repaired in accordance with OEM specifications shall be replaced with new parts manufactured or approved by the OEM. Repair of all items within the component shall be based on condition of material received and in accordance with the applicable CMM. FAILURE DATA REPORT ? The contractor shall submit a Failure Data Report for each repair component. This report shall include national stock number, serial number, nomenclature, date of repair, contract number, line item number, description of the repair failure and a listing of parts repaired or replaced. This report shall be forwarded to the Contracting Officer?s attention within thirty (30) days. Failure to provide the report will delay payment. TRAVEL ? It is not likely that contractor personnel will be required to travel in support of this effort. All travel by Coast Guard members will be handled separately. ACMS REQUIREMENTS ?The Aviation Computerized Maintenance System (ACMS) is a computerized system used to record scheduled maintenance of aircraft components and assemblies. The contractor?s duties within ACMS consist of submission of required forms as outlined herein. The forms are considered deliverables under the contract, and noncompliance with the following instructions shall result in nonpayment of invoice. The NLG is serial number tracked and should at time of receipt have a Contract Component Repair Record (CCRR) attached as well as a Significant Component History Record (SCHR). A blank CCRR (Attachment A) is attached to the solicitation for information purposes. Contractor shall verify SCHR and CCRR to ensure they correspond with component serial number and part number. Report discrepancies to the Contracting Officer prior to any work being performed. The SCHR remains with the material and is returned with the component after repair. The CCRR must be completed by the contractor and returned as indicated below. The contractor shall maintain a copy of each completed CCRR for a minimum of ninety (90) days. Submission of the CCRR by the contractor is required as follows: The Contracting Officer shall be contracted for disposition instructions for components considered to be beyond economical repair. In the event components are scrapped, the SCHR and CCRR are to be annotated ?Scrap? and mailed to FC BUSINESS SYSTEMS. Mail original to: FC BUSINESS SYSTEMS c/o Commanding Officer USCG Aircraft Repair & Supply Center Attn: ACMS Elizabeth City, NC 27909-5001 Attach one (1) copy to component repair invoice. 3. PRESERVATION, PACKAGING, PACKING, AND MARKING Unless otherwise specified herein, preservation and packaging and physical marking of items shall be accomplished in accordance with the Component Maintenance Manual. Vendor is responsible for repair or rebuilding of shipping crates as necessary in order to protect material during shipment. ARSC is a supply depot. Material will be stored for periods of up to one (1) year or greater and transshipped to various users; therefore, material must be packed and labeled suitable for shipment via air, land and sea. ARSC?s warehouse is not temperature controlled. Popcorn, shredded paper, Styrofoam of any type or peanut style packing are prohibited. The contractor will be notified by the Contracting Officer when in noncompliance. Within 24 hours after such notification, the contractor will give the Contracting Officer disposition instructions. If the contractor elects for the Coast Guard to correct the deficiency, ARSC may assess the actual costs for correcting the deficiency. The contractor agrees that actual costs will deducted from the invoice amount prior to payment. An estimate will be provided by ARSC upon noncompliance. All units, intermediate and shipping containers shall be marked in accordance with the CMM. Shelf life items are to be identified by the term ?Shelf Life? and assigned time limitations to be clearly marked on unit, intermediate and exterior shipping container. Shelf life markings are to be in accordance with the CMM. Outside containers and any intermediate packaging shall be labeled with national stock number, part number, serial number, purchase order number, date item repaired/overhauled or shipped and transportation/traffic information. DATA PLATES ? The contractor shall identify and annotate on CCRR material that has missing data plates. NLG and shock absorbers that exhibit this scenario are to be re-identified with a new data plate that should correspond with ACMS documentation shipped with material. BAR CODING ? Bar coding is not required. 4. INSPECTION AND ACCEPTANCE LEVEL OF INSPECTION - Contractor?s inspection system requirements shall be in compliance with ISO 900-2001 certification or Commercial Industry Standards. All quality assurance data shall be made available to the government representative for review upon request. INSPECTION AND ACCEPTANCE - Final inspection and acceptance, to ensure that the equipment is repaired, calibrated and operating in accordance with manufacturer?s drawings and specifications will be performed by ARSC quality assurance personnel for kind, count and condition only. The contractor shall provide a FAA Form 8130 or a Certificate of Conformance. FAA Form 8130 is preferred. Notwithstanding the requirements for any government inspection contained in specifications applicable to this purchase order , except where specialized inspections or tests are specified for performance solely by the government, the contractor shall perform the inspections and tests required to substantiate that the supplies and services provided under the contract conform to the drawings, specifications, CMMs and contract requirements listed herein. The Coast Guard may insert requirements if deemed necessary. ACMS FORMS ? SCHR and CCRR shall be deliverables in accordance with requirements listed in the Statement of Work. Material for repair will be shipped to the contractor from the ARSC address below or other Coast Guard operating activities as authorized by the Contracting Officer. ADDRESS OF CORRESPONDENCE: CONTRACTING OFFICER HU25 Supply Cell USCG Aircraft Repair & Supply Center Elizabeth City, NC 27909-5001 SUPPLIES/SERVICES ITEM NO. 1 REPLACEMENT PARTS The Not-To-Exceed repair price stated for the nose landing gear and related shock absorber do not include replacement of the part numbers identified below. Components requiring one or more of the below listed replacement parts shall be provide at the Not-To-Exceed repair prices specified in the above section plus Firm-Fixed replacement price of the below listed applicable part (s) for calendar year 2005 only. Contractor shall obtain authorization from the Contracting Officer prior to proceeding with the work if utilization of any of these replacement parts is required. (See REPLACEMENT PARTS IN DEFINITIONS AND REUSE REPLACEMENT PARTS in SPECIAL CONTRACT REQUIREMENTS.) APPLICABLE TO NOSE LANDING GEAR (NLG) AND NLG SHOCK ABSORBER PERIOD OF PERFORMANCE 2005 Replacement P/N . Est. Nomenclature Qty. Unit Unit Price GA58306-1 1 each Cylinder Barrel Assembly GA58113-7 1 each Tube, Swivel GA58188-1 1 each Rocker, Swing Lever Assy. GA52907-1 1 each Cylinder Bushing GA52786 1 each Rod End Assembly C48730 1 each Turning Rack GA2-52899 1 each Bushing Assembly GA62723 1 each Ball
 
Record
SN00735919-W 20050120/050118211525 (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.