Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JANUARY 30, 2005 FBO #1161
SOLICITATION NOTICE

17 -- T-700-401C Engine Rework/Refurbishment s

Notice Date
1/28/2005
 
Notice Type
Solicitation Notice
 
NAICS
336412 — Aircraft Engine and Engine Parts 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-R-J00003
 
Response Due
2/8/2005
 
Archive Date
2/23/2005
 
Description
The US Coast Guard requires rework of the following items. These components are utilized on the USCG fleet of HH60 aircraft. Contract award will be made utilizing Simplified Acquisition Procedures, Commercial Items Test Program. Solicitation number HSCG38-05-R-J00003 is issued as a Request for Price. This solicitation document incorporates provisions and clauses in effect through FAR Circular 2001-27. This is an unrestricted solicitation. Award will be made to the offeror proposing the best value to the Government considering delivery, past performance and price. The requirement consists of refurbishing/rework/overhaul of the following components utilized on the HH-60J Coast Guard aircraft. Items 0001,0002,0003, NSN 2840-01-476-1840, P/N 6082T04G16, Hot Section Module, combined total of 3 each, Items 0004,0005,0006, NSN 2840-01-317-6673, P/N 6064T26G01, Cold Section Module, combined total of 3 each, Line items 0007, 0008, 0009, NSN 2840-01-445-5422, P/N 6082T04G14, Modified to NSN 2840-01-476-1840, P/N 6082TG04G16, Hot Section Module, combined total of 3 each, Line item 0010, NSN 2840-01-445-5422, P/N 6082T04G14, modified to 2840-01-476-1840, P/N 6082T04G16, Hot Section Module, 1 each, Line item 0011, 0012, 0013, 0014, 0015, NSN 2840-01-317-6673, P/N 6064T26G01, Cold Section Module combined total of 5, 0016, 0017, 0018, 0019, NSN 2840-01-366-0337, P/N 6900T93G02, Compressor Axial, G combined total of 4 each. Line item 0020, NSN 2840-01-353-8343, P/N 6900T93G01, Compressor Axial, GA, 1 each. SCOPE OF WORK. On an ?as required basis?, the contractor shall provide all necessary parts, material, labor, tooling, test equipment and facilities to evaluate and repair/rework components for the GE model , T700-401C power plant, as necessary to conform with the requirements of this Work Statement. Prices are to be firm fixed price. Delivery of items 1, 2, 3, 7, 8, 9, 10 are required 75 days after award or receipt of items. All other items 60 days after award or receipt of items. APPLICABLE SPECIFICATION. This information is not intended to be all-inclusive nor to detract from or modify procedures outlined in the Army?s Depot Maintenance Work Requirements Manual, publication number DMWR-55-2840-248-1 and ?2 (or the latest revision in effect at the time the contract is issued) except where specifically noted herein. The Contractor must have access to all necessary maintenance, rework and overhaul manuals and performance/test/acceptance criteria and data to ensure that equipment is reworked/modified, calibrated, and operating in accordance with the current specifications. Where an application of ?best commercial practice? principles are in conflict with DMWR, the Contracting Officer may, upon request from the Contractor, approve deviation from DMWR requirements. DEFINITIONS. REWORK: To refurbish components and restore clearance and performance specifications in accordance with the U.S. Army?s Depot Maintenance Work Requirements Manual, publication number DMWR-55-2840-248-1 and ?2 (up to and including change 14 dated July 31, 1997), hereafter referred to as the DMWR. UNUSUAL DAMAGE: Items which have been severely damaged due to mishandling, mechanical failure or crash damage, or in which repairable assemblies have been cannibalized. Items, which are missing consumable components, that require replacement during, overhaul and rework, are not considered to be unusually damaged. CANNIBALIZED: Components listed in for which integral parts are missing when the component is provided to the contractor for repair. MODIFICATION: To make basic or fundamental changes on items specified in the schedule of components when required by the Contracting Officer. The vendor shall also include the part number affixed to the modification. The contractor must be able to perform upgrades/modifications at the same time as the OEM, if contractor is other than the OEM. AOG: An ?Aircraft on the Ground? condition, indicating that an otherwise operational aircraft is temporarily grounded awaiting rework and return of the part or component. This condition requires the component be handled as a high priority, and that its return be expedited. QUALIFICATION OF PIECE PARTS: The aircraft engine, and its components, is considered ?flight safety critical aircraft parts?. The use of piece parts or components other than OEM or DOD approved parts is prohibited without prior express written approval of the Contracting Officer. SPECIFIC REQUIREMENTS. Equipment shall be reworked/modified as necessary to meet current minimum functional performance and test specifications designated in the DMWR. In accordance with this contract the contractor shall be required to perform the following: RECEIPT OF ITEMS: Upon receipt of repairable items, the Contractor shall notify the Contracting Officer in writing of the date of receipt, and shall confirm the serial number(s) of item(s) received. Notification by facsimile is acceptable. REWORK/MODIFY: The Contractor shall perform a thorough inspection of the equipment and rework/modify deficiencies found. This shall include replacement of broken parts, replacement of parts that are within 750 LCFI Counts/1500 EOH of their life limits, and the removal of any foreign matter or corrosion. Parts of a component found to be in serviceable condition as a result of inspection and functional testing shall be reused. Parts found to be damaged beyond repair shall be replaced with parts that meet the current DMWR specifications and drawings. NOTE: During the rework/overhaul of cold section module (P/N: 6064T26G01), request the #4 bearing (most current part number/configuration), be replaced 100% of the time.CORROSION REMOVAL AND TREATMENT: Remove and treat areas affected by corrosion in accordance with the current DMWR specifications and drawings, or specifications and drawings that meet the Contracting Officer?s approval when DMWR specifications and drawings do not exist or are not clear. NOTE: Coast Guard aircraft operate primarily in a saltwater environment and are subject to corrosion. Contractors are advised to expect corrosion on equipment to be reworked under this contract. During inspection and functional testing, the presence of corrosion in an assembly or component or part thereof shall constitute reason for a more thorough disassembly and inspection. Should corrosion be found, disassembly shall be made only to the extent necessary to remove corrosion or replace the part(s) affected. Corroded parts shall be replaced except in those cases where removal of corrosion from part will not impair efficiency of safe operation of the part. CHANGES TO SPECIFICATIONS/DRAWINGS AND OBSOLETE PARTS/PROCESSES: The Contractor shall notify the Contracting Officer in writing when changes are made to the DMWR specifications or drawings applicable to components listed in the schedule. Such notification shall include the nature of the changes and details sufficient for the Coast Guard to evaluate the scope and impact of the change. In addition, when the Contractor receives an assembly or component for which certain parts or processes have become obsolete, or changes have been made to the DMWR specifications, the Contractor shall, within fifteen calendar days after receipt of the assembly or component, notify the Contracting Officer in writing and submit (1) rationale and verification of any specification change, or obsolete part or process, and (2) a written estimate of the effort required to accomplish the rework. Such estimates shall include nomenclature, part number, cost, and quantity of replacement parts, and total labor hours. The Contractor shall substantiate cost of parts with invoices or catalogs. The Contractor?s delivery obligation for the component(s) identified shall be suspended as of the date of notice to the Contracting Officer. The Contracting Officer will within 30 calendar days after receipt of the Contractor?s written estimate, make a written determination as to the disposition of the component. After the Contracting Officer has issued disposition instructions, the Contractor shall have 30 calendar days for delivery. Written approval to perform in accordance with revised specifications/drawings and obsolete part/processes must be obtained from the Contracting Officer. The Coast Guard reserves the rights to waive any specifications. SERVICE BULLETINS/MODIFICATIONS: The Contracting Officer shall notify the Contractor in writing of components requiring incorporation of a service bulletin or modification. Upon receiving such notice, the Contractor shall submit, within thirty calendar days, a detailed proposal which shall include a listing of replacement parts and/or materials required, provide new part number and if applicable the national stock number, the time needed to effect the modification, and a cost breakdown including the cost of each part required, and the number of labor hours, and labor rate. Within 30 calendar days of receipt of the proposal, the Contracting Officer shall initiate negotiations for a firm fixed price with the Contractor, based on the information in the proposal and any other information, which may be available. UNUSUAL DAMAGE EVALUATION: The Contractor shall within fifteen calendar days of receipt of components for rework that upon inspection show obvious misuse, cannibalization, or severe damage due to mishandling or crash damage, notify the Contracting Officer in writing that the item is considered unusually damaged and requires an Unusual Damage Evaluation. NOTE: Firm fixed prices proposed in the Schedule for rework do not apply to assemblies and components which have been cannibalized of repairable parts or severely damaged due to mishandling or crash damage. When a component is processed for Unusual Damage Evaluation, the Contractor shall within thirty calendar days of receipt of the item, submit an Inspection Condition Report and rework price proposal. The proposal will include all parts and labor needed to return the unit to a satisfactory condition, meeting the DMWR minimum performance specifications and physical characteristics of a newly reworked component. The proposal shall contain the National Stock Number (NSN), part number (P/N), nomenclature, and serial number of the component, a listing of replacement parts and/or materials required, the time needed to effect the rework, and a cost breakdown including the cost of each required part and the number of labor hours and labor rate. The proposal shall not include the work involved in the tear down/inspection/propose, as this is covered by the firm fixed price specified in the Schedule for Unusual Damage Evaluation. Within thirty calendar days of receipt of the Inspection Condition Report and rework price proposal, the Contracting Officer shall either deny authorization for the rework or initiate negotiations for a firm fixed price with the Contractor, based on the information in the report and any other information, which may be available. Upon mutual agreement as to price, new contract or modification to the existing contract will be issued to require rework at the agreed upon terms. If rework is not desired, the Contracting Officer shall provide the Contractor with written disposition instructions for the un-reworked item, and the Contractor shall be entitled only to appropriate compensation for Unusual Damage Evaluation as stated in the Schedule. REPORTING REQUIREMENTS:. MONTHLY PRODUCTION REPORT. The Contractor shall submit to the Contracting Officer no later than the tenth day of the following month, a production report that provides the status of components (1) received, (2) being reworked, or (3) shipped out during the reporting period. Any report format is acceptable as long as it provides the above three (3) status conditions; plus the nomenclature, National Stock Number, part number and serial number for each component included in the report. The production report should specify any items held up due to availability of parts; pending contract modifications or any other Coast Guard related actions. AVIATION COMPUTERIZED MAINTENANCE SYSTEM REPORTS. The Aviation Computerized Maintenance System (ACMS) is a computerized system used to record maintenance of aircraft components and assemblies. The Contractor?s responsibilities within ACMS consist of submission of the required forms, as outlined herein. Components contained in the solicitation, as well as some subassemblies, are serial number tracked, and upon receipt at the Contractor?s facility, include a Significant Component History Record (SCHR) and a Component Repair Record (CRR). A current copy of the SCHR and CRR will accompany each delivery of components. The contractor shall ensure they identify the correct component part number and serial number. All discrepancies shall be reported to the Contracting Officer prior to any work being performed. The Contractor shall maintain a copy of each completed CRR for a period of ninety days. Upon completion of the repair/rework, the Contractor shall complete the CRR provided with the contract. One copy should be sent with the component(s), one copy with the invoice, and a copy mailed to: Commanding Officer,USCG Aircraft Repair & Supply Center, Attn: AVENG/ACMS, Elizabeth City, NC 27909. These forms are considered deliverables under the contract. Noncompliance with these instructions shall result in nonpayment of invoices. CONDITION REPORT FOR EXCLUSIONS. The Contractor shall submit a Condition Report in accordance with paragraph 4.6 for unusually damaged assemblies and components received which indicate obvious misuse, cannibalization or severe damage due to mishandling or crash damage. (See paragraph 3.2 above for Unusual Damage Item description). The report shall be submitted within thirty calendar days of receipt of the item. URGENT REQUIREMENTS. Aircraft on the Ground (AOG) status necessitates a special schedule. When the Government notifies the contractor of an AOG situation, the contractor shall endeavor to ship requirements identified as AOG directly to the Air Station if requested by the COTR as quickly as possible. Material will be shipped by the fastest traceable means, e.g. airfreight ?next day delivery?. The shipping container will be marked ?AOG? on the outside in a highly visible method, in letters not less than 2? high. The contractor shall be allowed the additional compensation for any delivery charges incurred under this requirement. The following provisions and clauses are incorporated by reference: FAR 52.212-1 Instructions to Offerors-Commercial Items (Jan 2004) with the following included by Addendum: 52.211-14 Notice of Priority Rating for National Defense Use (Sept 1990) DO rated; FAR 52.212-2 EVALUATION - COMMERCIAL ITEMS (JAN 1999) (a) The Government will award a contract(s) resulting from this solicitation to the responsible offeror(s) whose offer, conforming to the solicitation, will be most advantageous to the Government, price and other factors considered. The following factors, in descending order of importance, will be used to evaluate offers: (i) Past Performance (based on reference checks and/or historical performance records); (ii) Price and price-related factors. Offered Price will be adjusted for evaluation purposes based on shipping cost and custom duties. The following information is required for the evaluation. Shipping Cost, provide an estimated cost of each line item. Shipping Cost is not required if the offer is FOB destination shipping. Provide shipping point. Custom duty, the United States Coast Guard does not have duty free entry, as some other United States agencies. Therefore items repaired from a foreign manufacture may be charged duty in accordance with customs regulations. Provide an estimated cost of duty for each line item based on current available information. Further, provide a line item total price for all custom duties. Custom Duty included as part of the price, should indicate it as such. Port of entry is Norfolk, Virginia. Also, explain how the price was developed for shipping and custom duties in the proposal, e.g. actual cost, historical data, or by other means. Offers that are significantly higher or lower than the government estimate may be considered an indication that the offeror does not understand the requirement and may be evaluated as posing a significant performance risk. Performance risk will be integral to the evaluation of all proposals. Past performance, is significantly more important than price. FAR 52.212-3 Offeror Representations and Certifications- Commercial Items (May 2004)-This requires offerors to provide representations and certifications electronically via the BPN website; http://www.bpn.gov. FAR 52.212-4 Contract Terms and Conditions-Commercial Items (Oct 2004) with the following included by Addendum: HSAR 3052.209-70 PROHIBITION ON CONTRACTS WITH CORPORATE EXPATRIATES (DEC 2003). Full text available upon request The Contractor shall comply with the following FAR clauses, which are incorporated in this combined solicitation/synopsis by reference, to implement provisions of law or executive orders applicable to acquisitions of commercial items: (1) 52.222-3, Convict Labor (E.O. 11755). (2) 52.233-3, Protest after Award (31 U.S.C. 3553).(b) The Contractor shall comply with the FAR clauses in this paragraph (b) that the Contracting Officer has indicated as being incorporated in this contract by reference to implement provisions of law or Executive orders applicable to acquisitions of commercial items or components:[Contracting Officer must check as appropriate.] x (1) 52.203-6, Restrictions on Subcontractor Sales to the Government, with Alternate I (41 U.S.C. 253g and 10 U.S.C. 2402 (5) 52.219-8, Utilization of Small Business Concerns (15 U.S.C. 637 (d)(2) and (3)). x(6)9. x (7) 52.219-14, Limitations on Subcontracting (15 U.S.C. 637(a)(14)). x 52.222-20 Walsh-Healey Public Contracts Act (Dec 1996)x (11) 52.222-21, Prohibition of Segregated Facilities (Feb 1999)x (12) 52.222-26, Equal Opportunity (E.O. 11246). x (13) 52.222-35, Equal Opportunity for Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans (38 U.S.C. 4212 x (15) 52.222-37, Employment Reports on Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans (38 U.S.C. 4212). x (16) 52.222-19, Child Labor--Cooperation with Authorities and Remedies (E.O. 13126). x (17)(i) 52.223-9, Estimate of Percentage of Recovered Material Content for EPA-Designated Products (42 U.S.C. 6962(c)(3)(A)(ii x (18) 52.225-1, Buy American Act--Balance of Payments Program--Supplies (41 U.S.C. 10a - 10d). x(19)(i) 52.225-3, Buy American Act--North American Free Trade Agreement--Israeli Trade Act--Balance of Payments Program (41 U.S.C. 10a - 10d, 19 U.S.C. 3301 note, 19 U.S.C. 2112 note). 52.225-16, Sanctioned European Union Country Services (E.O. 12849). x (24) 52.232-33, Payment by Electronic Funds Transfer--Central Contractor Registration (31 U.S.C. 3332). (c) The Contractor shall comply with the FAR clauses in this paragraph (c), applicable to commercial services, which the Contracting Officer has indicated as being incorporated in this contract by reference to implement provisions of law or executive orders applicable to acquisitions of commercial items or components: [Contracting Officer check as appropriate.] seq.). (d) if this contract was awarded using other than sealed bid, is in excess of the simplified acquisition threshold, and does not contain the clause at 52.215-2, Audit and Records--Negotiation. (1) 52.222-26, Equal Opportunity (E.O. 11246); (2) 52.222-35, Equal Opportunity for Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans (38 U.S.C. 4212); (3) 52.222-36, Affirmative Action for Workers with Disabilities (29 U.S.C. 793); (4) 52.247-64, Preference for Privately-Owned U.S. Flag Commercial Vessels (46 U.S.C. 1241) (flow down not required for subcontracts awarded beginning May 1, 1996); and (5) 52.222-41, Service Contract Act of 1965, As Amended (41 U.S.C. 351, et eq.).(End of clause) Drawings or specifications are not available, and cannot be furnished by the Government. Packaging, packing, and preservation shall be in accordance with best commercial practices to enable shipment to destination and transshipment to Coast Guard units without repackaging or incurring damage during shipment and handling. Packaging material shall not consist of the following: popcorn, shredded paper, Styrofoam of any type, or peanut packaging Items shall be individually packaged and labeled. Labeling shall include the appropriate National Stock Number, Part Number, Nomenclature, Quantity, Contract Number and Line Item Number. Labeling data shall be attached to the outside of the shipping container. Bar coding is not required. The contractor shall furnish a Certificate of Conformance in accordance with Federal Acquisition Regulation (FAR) clause 52.246-15. Certificate of Conformance must be submitted in the format specified in the clause The Defense Priorities and Allocations System assigned rating is DO-A1. Closing date/time for submission of quotations is 8 February 2005 at 9:00 A.M. local time. All responsible sources may submit an offer, which will be considered. Offers may be submitted on company letterhead stationery indicating the National Stock Number, Nomenclature, Part Number and Unit Price and FOB point. The government reserves the right to order in whole or in part. Multiple awards may result from this solicitation. NOTICE FOR FILING AGENCY PROTESTS. It is the policy of the Coast Guard to issue solicitations and make contract awards in a fair and timely manner. The Ombudsman Program for Agency Protests (OPAP) was established to investigate agency protest issues and resolve them without expensive and time-consuming litigation. OPAP is an independent reviewing authority that is empowered to grant a prevailing protester essentially the same relief as the General Accounting Office (GAO). Interested parties are encouraged to seek resolution of their concerns within the Coast Guard as a Alternative Dispute Resolution (ADR) forum Formal protest filed under the OPAP program should be forwarded to the address below: Commandant (G-CPM-S/3), 2100 2ND Street, SW, Room 2606, Washington, D.C., 20593, Telephone: 202-267-2285, Fax: 202-267-4011.
 
Place of Performance
Address: UNITED STATES COAST GUARD, AIRCRAFT REPAIR AND SUPPLY CENTER, ELIZABETH CITY, NC
Zip Code: 27909
Country: USA
 
Record
SN00741783-W 20050130/050128211543 (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.