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 Ailerons and Flap

Notice Date
11/8/2004
 
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-100008
 
Response Due
11/22/2004
 
Point of Contact
James Lassiter, HU25 Purchasing Agent, Phone 252-335-6143, Fax 252-334-5427, - Joyce Hudson, HU25 Contracting Officer, Phone 252-335-6142, Fax 252-334-5427,
 
E-Mail Address
JALassiter@arsc.uscg.mil, LHudson@arsc.uscg.mil
 
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 25) for the Repair of: (1) each Left Hand Aileron Assy. PN# MY20151-4 NSN: 1560-01-074-1388.And the repair of (1) each Right Hand Aileron Assy. PN# MY20152-4 NSN:1560-14-450-9906.And the repair of (1) each Flap OB/L PN# MY20163-3 NSN: 1560-01-074-1395. Repairs for items to be IAW Statements of Work(attached below) OEM for all items is Dassault Aviation Cage code F6117. 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-100008, 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 Dec/08/2004. 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. 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 120 days after receipt of material, required delivery date is 150 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. U.S. COAST GUARD HU25 AILERON REPAIR STATEMENT OF WORK 12 MARCH 04 1.0 BACKGROUND The U.S. Coast Guard currently operates twenty (20) HU-25 aircraft manufactured between 1982 and 1984 by Dassault-Breguet Aviation SA-Avions Marcel. These aircraft are used differently from general aviation as HU-25 missions frequently operate within salt-laden environments. This condition accelerates the corrosive attack to the HU-25’s Ailerons (P/Ns MY20151-4 LH and MY20152-4 RH). 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 aileron assemblies. Repaired ailerons must meet the OEM’s critical profile and contour dimensions to ensure the fit to aircraft with minimal adjustment during installation. In addition, corrosion preventative steps shall be incorporated during repair. 2.2. The Coast Guard anticipates two levels of repair for these control surfaces. First, a “baseline repair” would be required for ailerons that are subject to limited damage, such as exterior corrosion or impact damage and replacement of hardware and/or skin. The Second level, “extensive repair” would include baseline repairs and the replacement of major extrusions, i.e., fittings. The quoter shall provide a cost break down for items above and beyond a baseline repair. At a minimum, these two levels of service should be addressed in the quote. Quoters may submit additional levels of service. 3.0 To meet the Coast Guard’s objectives the quoter will be required to meet the following technical criteria: 3.1. The quoter is responsible for all necessary functions to perform services requested. This includes, but is not limited, required tooling, test equipment, parts, material, engineering services, management, maintenance, preservation, storage, shipping, etc., to repair/overhaul these control surfaces 3.2. Either possess or show ability to obtain adequate technical data, tooling and fixtures to meet the OEM’s critical profile and contour dimensions. 3.3. Past Performance. 3.3.1. Provide documentation for having performed repair/overhaul of similar or like items. 3.3.2. Provide Points of Contact for past performance documentation for the past two years. Include references’ name, company, phone number, and e-mail address 3.3.3. Provide evidence of and ability to maintain a Quality System acceptable to the Coast Guard. 3.0 APPLICABLE DOCUMENTS The following Technical Specifications are applicable: a. OEM drawings b. CG Technical Orders: 1. CGTO 1U-25A-3 (Structural Repair Manual) 2. CGTO 1U-25A-4, Chapters 57 (Illustrated Parts Catalog) e. Data Availability: 1. OEM drawings are proprietary and cannot be provided by the Coast Guard. 2. Coast Guard specific CGTOs can be acquired through the Freedom of Information Act (FOIA).Submit a written request to: Commanding Officer Attn: ARSC FOIA Officer United States Coast Guard Aircraft Repair & Supply Center Elizabeth City, NC 27909 U.S. COAST GUARD HU25 FLAP REPAIR STATEMENT OF WORK 27 OCTOBER 04 1.04.0 BACKGROUND The U.S. Coast Guard currently operates twenty (20) HU-25 aircraft manufactured between 1982 and 1984 by Dassault-Breguet Aviation SA-Avions Marcel. These aircraft are used differently from general aviation as HU-25 missions frequently operate within salt-laden environments. This condition accelerates the corrosive attack to the HU-25’s flap P/N MY20163-3 MY20164-3,. 2.05.0 OBJECTIVE 2.1.5.1. 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 flap assemblies. Repaired flight control surfaces must meet the OEM’s critical profile and contour dimensions to ensure the fit to aircraft with minimal adjustment during installation. In addition, corrosion preventative steps shall be incorporated during repair. 2.2.5.2. The Coast Guard anticipates two levels of repair for these control surfaces. First, a “return to service repair” would be required for control surfaces that are subject to limited damage, such as exterior corrosion or impact damage and replacement of hardware and/or skin. Second, “extensive repair” would be required for control surfaces that also include return to service repairs and require the replacement of major extrusions, i.e., fittings. The quoter shall provide a cost break down for items above and beyond a return to service repair. At a minimum, these two levels of service should be addressed in the quote. Quoters may submit additional levels of service. 3.06.0 To meet the Coast Guard’s objectives the quoter will be required to meet the following technical criteria: 3.1.6.1. The quoter is responsible for all necessary functions to perform services requested. This includes, but is not limited, required tooling, test equipment, parts, material, engineering services, management, maintenance, preservation, storage, shipping, etc., to repair/overhaul these control surfaces 3.2.6.2. Either possess or show ability to obtain adequate technical data, tooling and fixtures to meet the OEM’s critical profile and contour dimensions. 3.3.6.3. Past Performance. 3.3.1.6.3.1. Provide documentation for having performed repair/overhaul of similar or like items. 3.3.2.6.3.2. Provide Points of Contact for past performance documentation for the past two years. Include references’ name, company, phone number, and e-mail address 3.3.3.6.3.3. Provide evidence of and ability to maintain a Quality System acceptable to the Coast Guard. 3.0 APPLICABLE DOCUMENTS The following Technical Specifications are applicable: c. Flaps/OEM : 1. MY20163-3 drawings 1. F20/F200 Structural Repair Manual b. CG Technical Orders Airbrakes and Flaps: 1. CGTO 1U-25A-3 (Structural Repair Manual) 2. CGTO 1U-25A-4, Chapters 57 (Illustrated Parts Catalog) e. Data Availability: 1. OEM drawings are proprietary and cannot be provided by the Coast Guard. 2. Coast Guard specific CGTOs can be acquired through the Freedom of Information Act (FOIA).Submit a written request to: Commanding Officer Attn: ARSC FOIA Officer United States Coast Guard Aircraft Repair & Supply Center Elizabeth City, NC 27909 NOTE: THIS NOTICE MAY HAVE POSTED ON WWW.FEDBIZOPPS.GOV ON THE DATE INDICATED IN THE NOTICE ITSELF (08-NOV-2004). IT ACTUALLY APPEARED OR REAPPEARED ON THE FEDBIZOPPS SYSTEM ON 18-JAN-2005, BUT REAPPEARED IN THE FTP FEED FOR THIS POSTING 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/HSCG38-05-Q-100008/listing.html)
 
Record
SN00736493-F 20050120/050118212256 (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.