Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF MAY 13, 2006 FBO #1629
SOLICITATION NOTICE

K -- K- HU25 AIRCRAFT ALTERNATING CURRENT (AC) SYSTEM REPLACEMENT/UPGRADE!!

Notice Date
5/11/2006
 
Notice Type
Solicitation Notice
 
NAICS
336413 — Other Aircraft Parts and Auxiliary Equipment Manufacturing
 
Contracting Office
Department of Homeland Security, United States Coast Guard (USCG), Commanding Officer, USCG Aircraft Repair & Supply Center, HU25, HH65, H60J, C130, EISD, 130J or Support Proc Building 79, 75, 78, 19 or 63, Elizabeth City, NC, 27909-5001
 
ZIP Code
27909-5001
 
Solicitation Number
HSCG38-06-Q-101020
 
Response Due
6/26/2006
 
Archive Date
9/20/2006
 
Description
This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in 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 (HSCG38-06-Q-101020) incorporates provisions and clauses in effect through Federal Acquisition Circular 2005-09. This is an unrestricted procurement. The North American Industry Classification System (NAICS) Code is 336413 and the small business size standard is 1,000 employees. The contract will be awarded using simplified acquisition procedures in accordance with FAR Part 13.5. The contract will be awarded as a firm fixed price contract for a replacement Alternating Current (AC) system, which generates (AC) electrical power, and the associated design effort to modify/integrate this system into a HU-25 aircraft. Final acceptance of First article installation and all deliverables are required 270 days after contract award. The desired delivery is 180 days after contract award. **DELIVERABLES: ***ITEM-1*** The prospective contractor shall provide the following: 1.) Baseline aircraft electrical load analysis; 2.) Identify and recommend a replacement AC electrical power system 3.) Provide a design and technical data package for CG review; 4.) Remove and/or modify the current CSD system; 5.) Install, test and certify the first article installation to include NRE, parts & labor in one HU25 USCG aircraft IAW the Performance Requirements detailed in the Performance Work Statement (PWS). *ITEM -2* Prepare and provide monthly and final progress reports that includes the following information: 1.) Provide program status with specific information on each task/milestone identified. This should include, as required, any anticipated or encountered problems, their impact and recommendations for resolution. 2.) State whether or not delivery dates will be met, and if not, the reasons and anticipated completion dates.***ITEM-3*** Provide reproducible copies of written technical data in ATA format, which provides detailed instructions for removal of the existing AC power generation system and installation of the modernized AC power generation system. Specification shall include detailed drawings/schematics, test procedures, maintenance manuals, parts breakdown and vendor codes for all installed equipment and hardware. Prospective contractor shall provide permission to publish this technical data to incorporate in USCG aircraft publications, reproduced and posted on the USCG internal web. PERFORMANCE WORK STATEMENT: 1.0 **OVERVIEW: ** This Performance Work Statement (PWS) describes the tasks required to develop and certify a modernized replacement for the current AC system for the HU-25 fleet of aircraft. The United States Coast Guard (USCG) has in service three types of HU-25 aircraft, they are the HU-25 A, C and D. The primary Alternating Current power source for these aircraft is the 20 KVA AC generator. The hydraulically driven 20 KVA generator provides 115 VAC; three phase 400 cycles to the main AC bus. The current electrical system (for mission avionics) experiences numerous failures, low Mean Time Between Failures (MTBF), requires extensive maintenance, and includes components that are obsolete and unserviceable. The Constant Speed Drive (CSD) system components have become some of the most significant mission readiness degraders on the airframe. Failures of the Constant Speed Motor (CSM) and AC generator are expensive and result in the HU-25 being out of commission while the units are located and replaced. A modern AC power Generation system will enhance HU-25 mission readiness and reduce life cycle costs. The CSD system consists of three primary components: The two engine driven hydraulic pumps, the constant speed drive Motor (CSM) and the main AC generator. The CSM, AC generator, hydraulic plumbing, and wiring are located in the aft compartment of the aircraft. The total weight of the system located in the aft compartment is approximately 150 lbs, this estimate takes in consideration all equipment, wiring, hydraulic tubing and fluids. The current center of gravity of the aircraft is critical and reduction in weight of the system is desirable. 2.0 **SCOPE: ** The USCG is seeking a System to replace the current CSD system which generates alternating current (AC) electrical power on its fleet of HU-25 aircraft. A ?Commercial-Off-The Shelf? (COTS) System is desired. The prospective contractor shall be a Federal Aviation Administration (FAA) authorized service center having the engineering, analysis, development certifications, and integration expertise to provide the services required. The design shall specify all industry recognized standards for equipment and hardware which will be incorporated into each aircraft to generate clean, safe MIL-STD-704F AC electrical power. The USCG estimates that 12KVA, 400 cycles, three-phases is the minimum power requirement. The prospective contractor shall perform a baseline load analysis to confirm the USCG?s 12 KVA, 400 cycle, three-phase loads requirement. The quote shall include a complete description of the proposed system, associated drawings, schematics, and manuals required for installation and maintenance. Quotes must specify MTBF of the equipment. Copies of relevant documentation shall accompany the System package. Award will be based on a solid technical quote, past performance, and Firm Fixed Price. 3.0 **PERFORMANCE REQUIREMENTS:** 3.1 Contractor shall : 3.1.1 Be a Federal Aviation Administration (FAA) Authorized Service Center. 3.1.2 Have the engineering resources, analysis, development, integration capabilities and certification to install and support a modernized AC power generation system. 3.1.3 Have significant expertise in all technical and operational disciplines required to fulfill the objectives of this program. 3.1.4 Provide a detailed written work scope which demonstrates understanding of the program and technical requirements. 3.1.5 Conduct baseline testing to establish references, power requirements and measurement criteria for the upgraded unit. 3.1.6 Identify the ?best value? replacement for the current HU-25 main AC system that will provide clean safe MIL-STD-704F, dated 12 Mar 04, 115 VAC, 400 Hz, three phase power. 3.1.7 Identify system location, required electrical and/or hydraulic modifications and system weight. The system shall not move the aircraft?s center of gravity further aft. 3.1.8 The system shall minimize modification of the existing AC power distribution system. 3.1.9 The system shall minimize structural or equipment modification of the HU-25. 3.1.10 Design and installation shall comply with federal Aviation Regulations (FAR) parts 23 & 25. 3.1.11 Provide and install hardware that meets Military Specifications IAW NAVAIR 01-1A-505, dated 01 Sept 04. This includes, but is not limited, to equipment, wiring, and connectors. 3.1.12 Install and qualify the CSD prototype system upgrade in the HU-25 aircraft. 3.1.13 Develop ground and test flight procedures to demonstrate the system?s capabilities on the HU-25. 3.1.14 Certify the airworthiness of the installation. Certification by the FAA is not required. 3.1.15 Prepare written technical data, in ATA format, which provides detailed instructions for removal of the existing AC power generation system and installation of the modernized AC power generation system. Specification shall include detailed drawings/schematics, test procedures, maintenance manuals, parts breakdown and vendor codes for all installed equipment and hardware. This technical data is intended to be incorporated in USCG aircraft publications, reproduced and posted on the USCG internal WEB. 3.1.16 Provide recommendations for scheduled maintenance tasks and intervals for the new system. 3.1.17 Supply all labor, equipment, and facilities for the initial installation, and dispose of all waste materials generated. 3.1.18 Adhere and conduct business in compliance with all Federal, State and Local Laws governing this type of work. 3.1.19 Weigh the aircraft IAW AFTO 1-1B-50, CGTO 1U-25-5 HU-25 Weight and Balance Manual and Maintenance Procedure Card (MPC) 083010.D, CMS Code 083011 after modification. USCG personnel will assist, if required, as technical advisor in weighing the aircraft. 3.1.20 Provide a ?Firm, Fixed Price (FFP) Breakdown Structure? for the following options. Include labor and materials. 3.1.20.1 Baseline aircraft electrical load analysis. 3.1.20.2 Prototype installation (NRE, parts & labor). 3.1.20.3 Follow on contractor installations. This will be at the Coast Guard?s discretion. 3.1.20.4 Provide cost of kitting for future installations by the CG. Kitting shall include all equipment, wire harnesses, hydraulic lines and all hardware. 3.2 USCG will: 3.2.1 Deliver aircraft in a flyable condition with all grounding discrepancies cleared. 3.2.2 Notify the contractor within fourteen days of any aircraft delivery schedule changes. 3.2.3 Provide the contractor with required manuals and drawings if available. 3.2.4 Provide an aircraft at ARSC for contractor evaluation. 3.2.5 Assist in system evaluation and perform required acceptance test flights. 3.2.6 Following initial test flights the USCG will operationally field test the aircraft for 250 flight hours. 3.3 **SPECIAL REQUIREMENTS:** Note: Currently the HU-25 hydraulic system operates using MIL-PRF 83282. 3.3.1 Minor Maintenance: The contractor will perform minor maintenance as required. This maintenance is limited to removal/installation of necessary panels and equipment to facilitate AC electrical first article installation. Minor maintenance also includes removal/installation of exterior panels as required for the purpose of identifying and describing discrepancies over and above the installation requirements (e.g. fuel and hydraulic leaks). 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). 3.3.2 Major maintenance: The contractor shall notify the USCG upon discovery of any major discrepancy within 24 hours or as soon as possible. The contractor shall identify and clearly describe any major discrepancies to the CG Contracting Officer for disposition. The USCG will determine the corrective action and will advise the contractor of its decision as soon as possible. If it is deemed by the Coast Guard that it is in the best interest of the Government to have the contractor expedite repairs the contractor shall submit a quote to include a breakdown of labor and materials. If contracted, the contractor shall have access to or be able to obtain the necessary Original Manufacturer?s specifications to facilitate repairs. The Coast Guard will not furnish technical data other then that listed in this PWS in Paragraph 6.0 Applicable Documents. 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 USCG reserves the right to perform a pre-award site visit. 5.0 **GOVERNMENT FURNISHED MATERIAL: None** 6.0 **APPLICABLE DOCUMENTS:** 6.1 The following are applicable documents and may be available electronically: 6.1.1 CGTO 1U-25A-3 Structural repair Manual dated -1 Aug 05. 6.1.2 CGTO 1U-25A-4 Illustrated Parts Catalog dated 01 Aug 05 (Chapters 24, 31, & 29). Other chapters will be made available upon request. 6.1.3 CGTO 1U-25A-2 Maintenance Manual dated 01 Aug 04 (Chapters 24, 31 & 29). Other chapters will be made available upon request. 6.1.4 1U-25A-2-9 dated Wiring Manual dated 06 Jul 05 6.1.5 MIL-STD-704F Aircraft Electric Power Characteristics dated 12 Mar 2004 6.1.6 NAVAIR 01-1A-505 (series) Aircraft Electrical and Electronic Wiring and Repair. Dated 01 Sept 04 6.1.7 CGTO 1U-25A-1 Flight Manual dated 01 Dec 03. 6.1.8 Weight and Balance Documents 6.1.8.1 MPC 083010.D, CMS code 083011 Aircraft weighing Procedures dated 01 May 98 6.1.8.2 CGTO 1U025-5 HU-25 Weight and Balance Manual change 1 dated 15 Feb 05. 6.1.8.3 AFTO 1-1B-50 Weight and Balance dated 01 Mar 05. 6.1.9 Upon request any other required schematics, or drawings if available. 6.2 Applicable documents can be obtained by contacting the USCG?s Freedom of Information Officer, Mr. James Bronson at (252) 335-6829 or e-mail James.O.Bronson@uscg.mil. 7.0 **INSPECTION and ACCEPTANCE:** 7.1 Inspection and acceptance will be accomplished at the contractor?s site by USCG personnel. 7.2 Acceptance will include the following: 7.2.1 Inspection of the aircraft. 7.2.2 Ground tests. 7.2.3 Flight test. 7.3 Contracting Officer's Technical Representative (COTR) will provide final inspection and acceptance sign-off after inspection and approval of the HU25 Engineering Officer. 8.0 **MEETINGS:** 8.1 Meetings may be held, at the USCG?s or contractor?s request, that are intended to provide an exchange of information on issues, as applicable, of problems, possible solutions, actions, or applications that are deemed necessary to supplement the scope of this requirement. 8.2 The location and dates of these meetings shall be at the USCG?s discretion, and may be held, but not limited to the USCG?s Aircraft and Supply Center located in Elizabeth City, NC. 9.0 **The USCG Point of Contact:** For technical information or photos contact AMTCS Tracey Stevens at (252) 334-52-89 (e-mail Tracey.K.Stevens@uscg.mil or JJ Tirak at (2520 335-6877 (e-mail James.J.Tirak@uscg.mil). ************************************************************************ DUE TO SPACE LIMITATIONS OF FEDBIZOPS, THIS JOINT SYN/SOL CONTINUES ON HSCG38-06-Q-101020-cont.
 
Record
SN01046193-W 20060513/060511220438 (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.