Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF SEPTEMBER 16, 2005 FBO #1390
SOLICITATION NOTICE

J -- Overhaul/Modification of Main Landing Gear

Notice Date
8/15/2005
 
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-100051
 
Response Due
8/29/2005
 
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 05-05) for the Overhaul/Modification of (1) each Main Landing Gear PN# A23664-22 NSN: 1620-14-373-2887.Modify to PN:A23663023B. Overhaul/Modification is to be done IAW attached Statement of Work .These items are Flight Critical items. ALL OEM SERVICE BULLETINS PREVIOUSLY INCORPORATED SHALL REMAIN INCORPORATED.SERVICE BULLETINS THAT UPGRADE THE COMPONENT OR IMPROVE RELIABILITY SHALL BE INCORPORATED UPON APPROVAL OF THE USCG’S CONTRATING OFFICER. If the vendor (or offeror as appropriate) proposes to use technical information (manuals, service bulletins, specifications, etc.) other than that specified in the solicitation to repair or overhaul these components, he shall provide the latest CMM, Revision Number, Service Bulletin or Amendment and a brief synopsis of the Revision and Date with his quote (proposal). All documents should be listed with basic and revision dates along with the source for this information. The OEM for all items are Cage Code is F5142 Dassault Aviation. 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-100051, 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 Sept/14/2005. 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 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, also be registered in CCR (Central Contractors Registration). 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 90 days after receipt of material, required delivery date is 120 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 Numbered Note 26. 1. STATEMENT OF WORK, REPAIR/OVERHAUL RH MAIN LANDING GEAR: The contractor agrees to comply with the following statement of work: 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. This Statement of Work (SOW) establishes the minimum requirements necessary to repair/overhaul the Falcon Jet HU25 RH Main Landing Gear (MLG). Repair/Overhaul is to be accomplished in accordance with the manufacturer’s specifications except where specifically noted herein. Messier-Bugatti of Velizy-Villacoublay, France, is the original equipment manufacturer (OEM). The contractor shall provide his own component maintenance manuals, service bulletins and drawings 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 an FAA authorized Part 145 authorized repair station. DEFINITIONS The following are defined as they pertain to this Statement of Work and the ensuing contract. A. OVERHAUL-“Overhauls” are required for units that 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 an unserviceable item, which cannot be repaired in accordance with the Component Maintenance Manual (CMM), shall be replaced with new parts manufactured or approved by the OEM. Other than new replacement parts will need prior Contracting Officer Approval. C. 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: TECHNICAL DIRECTIVES: Component Maintenance Manuals (CMM) 32-10-02 Jun 1990, Rev 5 32-10-03 Jan 1986, Rev 4 29-09-06 Ag 1992, Rev 3 32-15-53 Dec 1985, Rev 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. SPECIFIC MINIMUM TASKS The technical tasks described in this section shall require the successful contractor to furnish necessary labor, tooling, test equipment, material, parts and facilities to provide repair/overhaul support for all assemblies and components in accordance with Component Maintenance Manuals (CMM), specifications, drawings, service bulletins. The contractor shall perform the minimum following tasks: A. DISASSEMBLY - Clean parts, remove paint - Inspect for corrosion, dimensional requirements. - Non-destructive Testing (NDT), Magnetic Flux, Die Penetrant - Protective Surfacing, Chrome Plating, Cadmium Plating, machining of piece parts - Bushings are installed and reamed to meet manufacture’s specifications. - Inspect Shock Absorber 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 MLG 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 as 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 Repair/overhaul of the MLG. 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 the component, the contractor shall notify the Contracting Officer in writing, providing the following information: (1) date the component (s) received; (2) confirmation of serial number (s); (3) confirmation of purchase order number. 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. SPECIAL STANDARD OF RESPONSIBILITY - In order to perform necessary repair/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 component maintenance manuals and service bulletins of the latest revisions required to perform necessary 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 repair/overhaul if they have not previously been accomplished, and shall be included in the quoted repair/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 repair/overhaul price, the contractor shall provide within the thirty (30) day period, a repair/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. LANDING GEAR CONFIGURATIONS Main landing Gear, Right Hand Part Number A23664-22 MB Mod 3059 (Shock Pin Deletion) SB FJF 32-156 MB Mod 3091 (Piston Mod) SB FJF 32-158 MB Mod 3111 (Mod Swing Lever Plug) SB FJF 32-164 Part Number A23664023B MAIN LANDING GEAR, RIGHT HAND SHOCK ABSORBER Part Number A23710-22 MB Mod 3054 (Shock Absorber Mod) No SB released (FJF 32-153 MB Mod 3091 (Piston Mod) SB FJF 32-158 MB Mod 3054 (Mod Piston GT Seal) No SB released (FJF 32-153) Part Number A23710023-1 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 and OEM specifications. FAILURE DATA REPORT – The contractor shall submit a tear down and Failure Data Report for the MLG. This report shall include national stock number, serial number, nomenclature, and date of repair, purchase order number, description of the 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. 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 MLG 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 Component Maintenance Manual (CMM). 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. 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 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, quantity, date item Repair/overhauled or shipped and transportation/traffic information. DATA PLATES – The contractor shall identify and annotate on CCRR material that has missing data plates. MLG 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 permissible but not required. 4. INSPECTION AND ACCEPTANCE LEVEL OF INSPECTION - Contractor’s inspection system requirements shall be in compliance with ISO 9001-2000 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 contract, 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 DCMA 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 R/H Main 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 R/H MAIN LANDING GEAR (MLG) AND MLG SHOCK ABSORBER PERIOD OF PERFORMANCE 2005 Replacement P/N . Est. Nomenclature Qty. Unit Unit Price GA54595-2 1 each Box Bushing RH GA53612-9 1 each Balancer Swing Lever GA52909-2 1 each Cylinder Bushing R/H C48925 1 each Rod NOTE: THIS NOTICE MAY HAVE POSTED ON WWW.FEDBIZOPPS.GOV ON THE DATE INDICATED IN THE NOTICE ITSELF (15-AUG-2005). IT ACTUALLY APPEARED OR REAPPEARED ON THE FEDBIZOPPS SYSTEM ON 14-SEP-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-100051/listing.html)
 
Record
SN00895692-F 20050916/050914213422 (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.