Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF FEBRUARY 19, 2006 FBO #1546
SOLICITATION NOTICE

J -- Paint One HU-25 Dassault Falcon Jet

Notice Date
2/17/2006
 
Notice Type
Solicitation Notice
 
NAICS
488190 — Other Support Activities for Air Transportation
 
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
HSCG38-06-Q-100016
 
Response Due
3/3/2006
 
Archive Date
3/18/2006
 
Description
This is a combined synopsis/solicitation for commercial services prepared in accordance with the format in the Federal Acquisition Register (FAR) 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 (RFQ), (HSCG38-06-Q-100016) incorporates provisions and clauses in effect through Federal Acquisition Circular (FAC) 2005-08. This is an UNRESTRICTIVE PROCUREMENT. The North American Industry Classification System (NAICS) Code is 488190. The United States Coast Guard (USCG) seeks Firm Fixed Price (FFP) quotes from Federal Aviation Administration (FAA) authorized service centers with an on site paint facility in response to this RFQ and will select one vendor to prepare and externally paint one HU-25 Dassault Falcon Jet aircraft in accordance with (IAW) commercial practices and the paint manufacturer?s recommended procedures. Contract award will be best value primarily linked to contractor?s submitted detailed work scope, facilities, quality system, past performance, process time and cost. USCG cost evaluation will be based considering two criteria: 1) contractor?s quote; 2) USCG travel cost and roundtrip aircraft ferry cost from Elizabeth city, NC. There is no intent to sacrifice quality for schedule. Performance award clauses are associated with and described within this RFQ. Note: Vendors will be given the opportunity to physically view the aircraft at the USCG Aircraft Repair and Supply Center (ARSC), Elizabeth City, NC or view the photos in Attachment 1* of this solicitation. Viewing dates will be 23-24 February 2006. To set up an appointment please call J.J. Tirak at (252) 335-6877 or (e-mail James.J.Tirak@uscg.mil). Vendor bears all cost associated with travel to view aircraft. * Due to space limitations in FedBizOpps, Attachment 1 (containing photos) must be requested. Please contact Contract Specialist Damian C. Krull by e-mail: damian.c.krull@uscg.mil or by phone (252) 334-5410. CLIN 0001 ? Paint Services of one HU-25 Dassault Falcon Jet. The contract is to paint one HU-25 Dassault Falcon Jet IAW commercial practices and the paint manufacturer?s recommended procedures. Estimated effective date for contract performance is 19 April 2006. All responsible sources may submit an offer which shall be considered by the agency. Sources should have a valid Cage Code and Data Universal Numbering System (DUNS) number or the ability to obtain one, and also be registered the Central Contractor Registration (CCR). Interested parties may submit a quotation, which shall include a performance work statement, identification of key personnel, quality certifications, and past performance. Interested parties are also invited and encouraged to submit an incentives and disincentives plan for the following: U. S. COAST GUARD HU-25 DASSAULT FALCON JET PAINT, PERFORMANCE WORK STATEMENT 1.0 BACKGROUND: The US Coast Guard (USCG) operates twenty Falcon HU-25 aircraft. Currently these aircraft are being externally stripped and painted at the Coast Guard?s Aircraft Repair and Supply Center following the completion of a required five year Programmed Depot Maintenance Inspection (PDM). These aircraft have recently been experiencing paint adhesion discrepancies shortly after delivery to USCG operational units. Paint adhesion contributes to increased field level maintenance and aircraft corrosion if left untreated. These discrepancies can be attributed to the limited environmental controls of the paint facility. In an effort to improve performance, reduce corrosion and field maintenance cost the Coast Guard intends to have one of its HU-25 aircraft commercially painted, for field evaluation. This RFQ establishes the minimum external paint requirements for this aircraft. . 2.0 OBJECTIVE: The Coast Guard?s objective is to obtain the services of a Federal Aviation Administration (FAA) authorized service center with an onsite paint facility to prepare and externally paint one HU-25 aircraft in accordance with (IAW) commercial practices and the paint manufacturer?s recommended procedures. Dassault Falcon Jet, Plaisir, France is the OEM. The general scope of work is as follows: 2.1 Pre-paint surface preparation IAW commercial specifications. Contractor to identify specifications in the quote. Note: Some areas of the aircraft are covered after assembly of the aircraft. These areas were painted during the interim paint phase of the PDM evolution and will require scuff sanding and feathering so the contractor applied coatings will blend in with USCG coatings previously applied during interim paint as required. Examples: Flight control surface leading edges, horizontal/vertical stabilizer attachment points, box structures and cavities. Color match is critical for this contract and future aircraft maintenance (see Attachment 2). Attachment 2 lists coatings that are currently used by the USCG and are known to provide satisfactory results on USCG aircraft operating in a corrosive environment when properly applied. 2.2 Prime, paint and stencil the aircraft?s exterior surfaces IAW ARSC drawing 925-139, using Stencil/Decal Kit 925-139-1 and the paint manufactures recommended procedures. 2.3 Apply leading edge tape and radome boot IAW ARSC Drawing 925-139. 3.0 PERFORMANCE REQUIREMENTS 3.1 Contractor shall : 3.1.1 Be a Federal Aviation Administration (FAA) authorized service center with an onsite paint facility. 3.1.2 Provide a detailed written work scope. 3.1.3 Have experience in applying high solid, Volatile Organic Compound (VOC) compliant chromated primers and high solid polyurethane gloss topcoats to high speed aircraft and will be responsible for a high level of professionalism and workmanship. Primer and topcoat shall meet NESHAP VOC regulations. Primer is not to exceed 2.9 lbs per mixed gallon, and topcoats shall not exceed 3.5 lbs per mixed gallon. 3.1.4 Adhere and conduct business in compliance with all Federal, State and Local Laws governing this type of work. 3.1.5 The contractor shall dispose of all waste materials generated. 3.1.6 Supply all labor, equipment, facilities, masking materials, pre-paint solutions, primer, topcoats, and leading edge tape (3M P/N SJ-8591 or equal) to complete the aircraft painting requirements as stated herein. 3.1.7 All painting shall be completed in an enclosed hangar with a dedicated space to accommodate the aircraft including separate protocols for temperature, humidity, ventilation, lighting and atmospheric particle controls for the paint to cure IAW the paint manufacturer?s instructions. 3.1.8 Provide access to perform a pre-award site visit and inspection of the actual facility (Subcontractor?s facility if applicable) the work is to be performed. 3.1.9 Perform an incoming inspection of the aircraft. 3.1.10 Scuff sand and feather all previously painted surface so contractor applied coatings will blend in with USCG coatings previously applied during interim paint as required. 3.1.11 Prepare the aircraft?s external surface for paint IAW best commercial practices. Vendor?s planned treatment of aircraft skin and surface corrosion to be described in their work proposal. Note: The USCG currently performs a thorough solvent and alkaline detergent cleaning, deoxidization with an approved acid brightener, and the application of an alodine conversion coating. Water break free inspections are performed to insure the surface is clean at each rinse step. 3.1.12 Paint and stencil the aircraft with a matched high solid chromated epoxy primer and high solid gloss topcoat system IAW the paint manufacture?s recommended procedures, ARSC HU-25 Paint Drawing 925-139 and current product/color spreadsheet (Attachment 2*). Attachment 2 lists coatings that are currently used by the USCG and are known to provide satisfactory results on USCG aircraft operating in a corrosive environment when properly applied. Aviation coatings which meet or exceed the performance of these materials may be substituted. If other commercial coatings are suggested, the contractor shall provide paint specifications and sample color chip with their quote. At a minimum the aircraft shall be primed with a high solid chromated epoxy primer and high solid polyurethane topcoat, however the contractor may quote on other systems (e.g. epoxy primer, filler primer & topcoat). * Due to space limitations in FedBizOpps, Attachment 2 must be requested. Please contact Contract Specialist Damian C. Krull at damian.c.krull@uscg.mil or by phone (252) 334-5410. 3.1.13 Prime and paint the spring fillets and elevator bearing boxes prior to re-installation on the aircraft. 3.1.14 Apply ?Flap 200 Emergency Mark? IAW MPC 275030.D, ACMSC Code 278091 after final paint. 3.1.15 Weigh the aircraft IAW AFTO 1-1B-50. CG personnel will assist as technical advisor in weighing the aircraft if required. 3.1.16 Provide a list to the USCG, which shall include the paint products used, color, manufacture dates, batch & lot numbers. 3.2 Coast Guard will: 3.2.1 Deliver an aircraft which has recently completed PDM in a flyable condition with all grounding discrepancies cleared and exterior coatings removed (stripped) as specified herein. 3.2.2 Notify the contractor within fourteen (14) days of any aircraft delivery schedule changes. 3.2.3 Remove the spring fillets, elevator bearing boxes, air deflector and FLIR turret blanking plates upon delivery of the aircraft to the contractor?s facility and will re-install the same upon completion of aircraft painting. 3.2.4 Provide a military representative from ARSC?s HU-25 Tech Service Branch to act as a liaison to answer maintenance related questions only that may arise during the paint process, to assist in minor maintenance, and weighing of the aircraft. This liaison is not recognized as the Contracting Officers Technical Representative (COTR) and has no authority deviate from the contract or make any decisions which may bind the USCG to monetary commitments. 3.2.5 3.3 Special Requirements 3.3.1 Minor Maintenance: The contractor will perform minor maintenance as required. This maintenance is limited to removal of exterior panels as required for the purpose of cleaning any residual fluids that may leech from panel cavities. Panels shall be reinstalled IAW the 1U-25A-3 (Structural Repair Manual). Hardware replacement (e.g. screws, washers, etc) if required shall be of correct type and length IAW 1U-25A-4 (Illustrated Parts Catalog). The CG liaison will provide maintenance direction. 3.3.2 The contractor shall have 28 VDC and 114 VAC electrical powers on site, as well as a hydraulic jenny capable of providing variable pressures and flow rates. Currently the HU-25 hydraulic system operates using MIL-PRF 83282. 3.3.3 Major maintenance: The contractor shall notify the USCG upon discovery of any major discrepancy with the aircraft, within 24hours or as soon as possible. The USCG will investigate, determine corrective action and will perform any ?non-paint? related major maintenance (not covered in Paragraph 3.3.1) at the contractor?s facility. For major paint related incidences, the Coast Guard will advise the contractor of corrective action to be taken. Authority of action is only by this Contracting Office, by modification (if applicable). 3.3.4 Post Paint maintenance: Following final paint there are servicing requirements (i.e. lubrication of empennage, droop leading edges, flap linkage & rails, doors, landing gear, etc). This maintenance will be accomplished by USCG personnel at the contractor?s site and will take approximately 1 to 2 days. 3.3.5 The RH and LH main engine AFT Fan Duct interior barrels have been coated with Sermatech SHORCOAT ? process. This area shall not have the coating removed, treated or painted. 4.0 QUALITY ASSURANCE. 4.1 The contractor shall have a quality system compliant with ISO 9001-2000 or an FAA approved quality system. 4.2 The Coast Guard reserves the right to perform a pre-award site visit. 5.0 GOVERNMENT FURNISHED MATERIAL 5.1 Stencil/decal kit 925-139-1 5.2 Radome Boot P-100 6.0 APPLICABLE DOCUMENTS 6.1 The following are applicable documents and may be available electronically: 6.1.1 ARSC HU-25 Paint Drawing 925-139 dated Jan 06. 6.1.2 Coast Guard Technical Order (CGTO) 1U-25A-4 Illustrated Parts Catalog dated 01 Aug 05 (Chapters 53, 54, 55 & 57). 6.1.3 CGTO 1U-25A-3 Structural repair Manual dated 04 Nov 05 (Chapter 51). 6.1.4 Maintenance Procedure Card (MPC) 275030.D, CMS Code 278091 Flaps 200 Emergency Mark dated 01 May 98. 6.1.5 Air Force Technical Order (AFTO) 1-1B-50 Weight and Balance dated 01 Mar 05. 6.2 Applicable documents can be obtained by contacting the Coast Guard?s Freedom of Information Officer, Mr. James Bronson at (252) 335-6829 or e-mail James.O.Bronson@uscg.mil. 7.0 PAST PERFORMANCE 7.1 Provide evidence of experience in applying high solid, Volatile Organic Compound (VOC) compliant primers and high solid polyurethane gloss topcoats. 7.2 The contractor shall provide Points of Contact for past performance documentation for the past four years. Include references? name, company, phone number, and e-mail address. 7.3 Past performance evaluation will be based on the contractor?s customer performance rating, customer service, warranty issues and performance of the coating (e.g. appearance, gloss, adhesion, and maintainability). 8.0 DELIVERABLES 8.1 The contractor shall provide a detailed work scope, delivery schedule and firm fixed price for painting the aircraft. The aircraft shall be painted and ready for USCG inspection within 14 days from aircraft induction at the contractor?s facility. 8.2 One aircraft externally painted IAW the paint manufacturer?s specifications and ARSC HU-25 paint drawing 925-139. 8.3 The contractor shall provide a warranty period for paint failures resulting from workmanship or application process. 8.4 The contractor shall complete the Component Repair Record (CRR) which shall contain the paint products used, color numbers, manufacture date, batch and lot numbers and a Certificate of Conformance (COC). 8.5 The contractor shall weigh the aircraft IAW AFTO 1-1B-50 and complete all paper work after final paint with the assistance of the CG personnel if required. 9.0 INSPECTION AND ACCEPTANCE 9.1 Inspection and acceptance will be accomplished at the contractor?s site by Coast Guard Quality Assurance personnel. 9.2 Paint Quality criteria. The following characteristics of the quality paint job provided that the USCG is expecting are as follows: 9.2.1 Uniform, glossy coating applied IAW the paint manufacturer?s specifications and USCG drawings. 9.2.2 Absence of dull areas caused by under or overspray or improper paint mixtures. 9.2.3 Absence of runs, bare spots, ?fisheyes? and ?orange peeling?. 9.2.4 Absence of significant overspray on seals windows, and other colors. 9.2.5 Absence of areas untreated, and painted over surface corrosion. 9.2.6 MIL thickness IAW manufacturer?s specifications. 10.0 TECHNICAL POINTS OF CONTACT For technical information or photos contact LCDR Charles A. Hatfield at (252) 335-6887 (e-mail Charles.A.Hatfield@uscg.mil) or J.J. Tirak at (252) 335-6877 (e-mail James.J.Tirak@uscg.mil). Delivery and acceptance of services will be made by United States Coast Guard personnel. Desired Delivery for CLIN 0001 is 16 days after receipt of aircraft at the paint facility and Required Delivery is 20 days after receipt of aircraft at the paint facility. There will be no FOB point since the aircraft will be ferried to and from the vendor?s paint facility by the USCG. Inspection shall be performed by ARSC Quality Assurance Personnel at the Contractor?s site. Anticipated date of award is 10 Mar 2006. COC is to be attached to the original invoice when submitted to the payment office. Failure to do so will result in either nonpayment or a delay in payment. THE COAST GUARD RESERVES THE RIGHT TO PERFORM A SITE SURVEY OF THE CONTRACTOR?S AND SUB-CONTRACTOR?S CAPABILITIES. Due to space limitations this solicitation is continued on HSCG38-06-Q-100016 Part 2.
 
Place of Performance
Address: N/A
 
Record
SN00990307-W 20060219/060217211620 (fbodaily.com)
 
Source
FedBizOpps 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.