Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF AUGUST 24, 2006 FBO #1732
MODIFICATION

J -- Repair of HU25 Horizontal Stabilizer

Notice Date
8/22/2006
 
Notice Type
Modification
 
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-101029
 
Response Due
8/22/2006
 
Archive Date
9/6/2006
 
Point of Contact
Tonya Bush, HU25 Contract Specialist, Phone 252-335-6195, Fax 252-334-5427,
 
E-Mail Address
Tonya.W.Bush@uscg.mil
 
Description
The closing date is extended to 05 September 2006, 4:00 PM local time. This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in Subpart 12.6 as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; proposals are being requested and a written solicitation will not be issued. This Request for Quotation, HSCG38-06-Q-101029 incorporates provisions and clauses in effect through Federal Acquisition Circular 2005-09. The North American Industry Classification System number is 336413. The small business size standard is 1000 employees. This is an unrestricted procurement. The contract will be awarded using simplified acquisition procedures In Accordance With (IAW) FAR Part 13.5. The award will be based on FAR 6.302-1. Interested parties may submit a proposal, which shall include a performance work statement, performance metrics, and incentives/disincentives program, identification of key personnel, quality certifications, past performance, subcontracting plan in accordance with FAR Clause 52.219-9 (or a request for waiver if no subcontracting opportunities will be anticipated), and a firm-fixed-price quote for the following: Prices must include both Extensive Repair and Limited Repair. Quoters must submit prices for each year of the Base and Option periods in order to be considered for award. Pricing for Replacement Parts is also requested, See Section 8.0, entitled Replacement Parts for the list of items (also refer to Section 5.0, Performance Metrics Plan, C. Cost). ALL QUANTITIES ARE ESTIMATES. NSN PART NO. NOMENCLATURE 1ST BASEYEAR QTY EXTENSIVE REPAIR QTY LIMITED REPAIR 14-477-2081 MY20331-16 HORIZONTAL STABILIZER 4 1 OR 01-HS1-4702 MY20331-17 NSN PART NO. NOMENCLATURE 2ND BASEYEAR QTY EXTENSIVE REPAIR QTY LIMITED REPAIR 14-477-2081 MY20331-16 HORIZONTAL STABILIZER 4 1 OR 01-HS1-4702 MY20331-17 NSN PART NO. NOMENCLATURE OPT YEAR QTY EXTENSIVE REPAIR QTY LIMITED REPAIR 14-477-2081 MY20331-16 HORIZONTAL STABILIZER 4 1 OR 01-HS1-4702 MY20331-17 1.0 Background The U.S. Coast Guard currently operates a fleet of twenty-one (21) HU-25 aircraft manufactured between 1982 and 1984 by Dassault-Breguet Aviation SA-Avions Marcel. These aircraft are operated differently from general aviation; Coast Guard HU-25 missions frequently operate at lower altitudes and in salt-laden environments. This environment accelerates corrosion on airframe structures and components of the aircraft. The Coast Guard typically flies each of these aircraft 800 flight hours per year. Aircraft are inspected in accordance with (IAW) the Original Equipment Manufacture?s (OEM) periodic requirements in conjunction with the Coast Guard?s specialized Aircraft Computerized Maintenance System (ACMS). Historically, corrosion damage and operational wear and tear associated with aging aircraft is revealed, which is often outside the scope of OEM published repair limits and specifications. All Coast Guard horizontal stabilizers are serial number tracked under ACMS. This tracking provides a historical record of repair, item location and status. It also provides an effective method of configuration control. 2.0 Objective The Coast Guard?s objective is to obtain services of a Federal Aviation Administration (FAA) authorized repair center or equivalent, to effectively repair HU-25 horizontal stabilizers, Part Numbers MY20331-16 and MY20331-17. Repaired horizontal stabilizers must meet the OEM current specifications, critical profile and dimensions to ensure the fit to aircraft with minimal adjustment during installation. The Coast Guard requires a Turn-Around-Time of 120 days from time of material receipt at prospective contractor facility in order to prevent Programmed Depot Maintenance (PDM) delay in aircraft delivery. During repair, corrosion preventative steps shall be incorporated. The horizontal stabilizer must also be painted to match the Coast Guard?s current colors and paint schemes. The Coast Guard anticipates at least two levels of repair for horizontal stabilizers. First, a ?return-to-service repair? would be required for horizontals that are subject to limited damage, such as exterior corrosion or minor impact damage, inspection and replacement of bushings and hardware as required. This would require skin repair and hardware. Second, ?extensive repair? would be required for horizontal stablizers that require replacement of skins, major extrusions, and fittings. At a minimum, these two levels of service should be addressed in the prospective contractor technical and price proposal. Prospective contractor may propose additional levels of service. 3.0 Applicable Documents The following Technical Specifications are applicable: A. OEM drawings: 1. MY20331-16/17 drawings 2. Falcon 20 Maintenance Manual, Chapter 55 3. F20/F200 Structural Repair Manual B. CG Technical Orders: 1. CGTO 1U-25A-3, (Structural Repair Manual), Rev. 6, dated Jul/98 through TOPS, TP-3 dated 1 Oct 05 2. CGTO 1U-25A-4, Chapters 55 (Illustrated Parts Catalog), Rev. 24, dated Aug 1/05 3. USCG ARSC Paint Drawing 925-139, HU-25A Paint and Detail Markings, Ref. F, dated 02/03/06 4.0 Requirements A. The prospective contractor is responsible for all necessary functions to perform services requested. This includes, but is not limited to, original manufacturer?s drawings and specifications, required tooling, test equipment, parts, material, engineering services, management, maintenance, serviceable and non-serviceable parts bonded storage, preservation, packaging, and shipping. B. The Coast Guard maintains all aircraft and resources in an Aviation Computerized Maintenance System (ACMS). The ACMS system tracks and schedules maintenance of aircraft components and assemblies by serial number and part number. The prospective contractor's responsibilities within ACMS consist of completion and submission of the included Component Repair Record (CRR) as follows: 1. A current copy of the ACMS Configuration Report and a Significant Component History Report (SCHR) will be provided with each horizontal stabilizer. The prospective contractor shall ensure these reports correspond with the current configuration of the component. All discrepancies shall be reported to the Contracting Officer. 2. Upon completion of repair of the tracked component, the prospective contractor shall complete the Component Repair Record provided and include Service Bulletins Complied with and other maintenance performed. a. One copy of the CRR with the original SCHR should be sent with each horizontal stabilizer, a copy with the invoice and one copy mailed to: Commanding Officer USCG Aircraft Repair and 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. The contractor shall maintain a copy of each completed CRR for a minimum of ninety (90) days. C. Under a performance-based requirements contract structure, performance metrics and service level agreements will be used to monitor the performance of this contract. The performance measures and metrics will be reviewed for the extent they are comprehensive in their ability to quantify, measure, track, and report operational performance relating to both system and management performance as well as achievement of Coast Guard objectives, identify the highest level of service consistent with cost effectiveness, and will be tied to performance incentives and disincentives that are directly related to meeting or exceeding mission critical performance metrics. The Coast Guard Aircraft Repair and Supply Center (ARSC) HU-25 Product Line and the contractor will baseline and monitor progress using agreed-to performance metrics and service level agreements. D. Technical 1. Provide detailed work specifications for horizontal stabilizer ?return-to-service repair?, ?extensive repair? and any other proposed levels of repair. 2. Horizontal stabilizers shall be painted using products that meet or exceed MIL-PRF-23377 epoxy primer and MIL-PRF-85285 polyurethane topcoats. Aviation coatings which meet or exceed the performance and quality of these products may be substituted. 3. Horizontal stabilizers shall be painted to match the Coast Guard paint schemes, IAW ARSC Paint Drawing 925-139. NOTE: Color match is critical for this contract and future aircraft maintenance. Coatings currently used by the Coast Guard are known to provide satisfactory results on aircraft operating in corrosive environments when properly applied. 4. All products proposed for use shall be submitted with quote for performance and color match review and approval. 5. ARSC currently applies AKZO Nobel Eclipse products to the HU-25 stabilizers. The following AKZO part numbers are provided only as references for the required color match standards. a. Gray AKZO P/N: 666-58-6320 b. White AKZO P/N: ECL-G-46 c. Orange AKZO P/N: ECL-G-3655 E. Service Bulletins Service bulletins are subject to change during the contract period of performance. All service bulletins if not previously accomplished, shall be identified to the Contracting Officer. The contractor is responsible for obtaining service bulletins. Upon receipt of components requiring incorporation of such service bulletins, the offeror shall prepare a firm fixed price proposal IAW instructions listed below. Service bulletins created and incorporated during performance of this requirement may create new part number configurations, which supersede the previous configuration. In cases where the old configuration cannot be modified to the new, the new part number may be added to the contract. The contractor shall notify and request disposition instructions from the Contracting Officer for superseded parts, which have been removed and replaced by new part number configurations. Upon receipt of notification from the Contracting Officer that a service bulletin is required, the contractor shall submit, within thirty (30) calendar days after receipt of the notification, a firm-fixed price proposal for an incremental charge to be assessed each time the service bulletin is incorporated in a component. The proposal shall contain a breakdown of material and labor costs including hours, labor categories, labor rates, and applicable mark ups. The incremental charge agreed to for incorporation of a service bulletin shall apply only to those components into which the Offeror incorporates a required service bulletin, not those into which the service bulletin has been previously incorporated. Upon agreement of an incremental charge and issuance of a contract modification to reflect this change, the service bulletin shall be incorporated into each subsequent component received at the repair facility if said service bulletin has not already been incorporated. When service bulletin incorporation changes the Contract Line Item Number (CLIN) part number, the new part number shall be added to the contract. The same procedures apply if removal of service bulletins is required. 5.0. Performance Metrics Plan. A. Provide evidence of and ability to maintain a Quality System in compliance with ISO 9001: 2000 or ANSI/ISO/ASQ Q9001-2000 or a Quality System that is acceptable to the Coast Guard. B. Either possess or show ability to obtain adequate technical data, tooling and fixtures to meet the OEM?s critical profile and dimensions per paragraph 3.0. C. PRICE: 1. Provide separate price breakdowns for horizontal stabilizer ?return-to-service repair,? ?extensive repair? and any other levels of service quoted. 2. Provide an Incentives and Disincentives program. 3. For EACH YEAR of the contract, provide pricing for the replacement of parts identified at 8.0. D. Performance Metrics shall address at a minimum: 1. Performance Work Statement 2. Company strategy, Mission Statement, Stated goals and objectives 3. Staffing structure for workload management 4. Identification of key personnel 5. Performance measurement criteria against stated goals and objectives 6. Regularly scheduled management meetings to review and evaluate performance indicators 7. Plan of inventory replacement parts to preclude delinquent deliveries 8. Management plans for any subcontractors participating on a major scale 9. Customer satisfaction monitoring 10. Corrective actions and procedures 11. Provide a delivery schedule 6.0 Past Performance A. Provide documentation for having performed repair of similar or like items. B. Provide Points of Contact for past performance documentation for the past two years. Include references? name, company, phone number, and e-mail address. 7.0 Corrosion Low altitude flight over salt water contributes to greater corrosion damage in Coast Guard components than that experienced in commercial aircraft components. The contractor shall consider the presence and effects of corrosion to be "normal" in this case and provide for correction and removal of corrosion in the firm fixed repair price. During inspection and functional testing, the presence of corrosion in an item or part thereof shall constitute reason for a more thorough disassembly and inspection. Corroded parts shall be replaced, except in those cases where removal of corrosion from a part will not impair the efficiency or safe operation of the part. Corrosion removal and treatment of any affected areas shall be accomplished IAW the manufacturer's specifications. 8.0 Replacement Parts (See Section 5.0 Pricing, number 3) A. The firm-fixed repair prices for the horizontal stabilizer do not include replacement of the part numbers identified below, which are not within the normal repair scheme. Horizontals requiring one or more of the below listed replacement parts shall be provided at the firm-fixed repair prices specified in the contract plus the firm-fixed replacement price of the applicable part(s). Prospective contractor shall obtain authorization from the Contracting Officer prior to proceeding with the work if utilization of these replacement parts is required. The prospective contractor will provide a delivery schedule on items when requesting authorization. Description Part Number Front Attachment Fitting MY20-331-32 Rear Attachment Fitting MY20-331-33 Leading Edge MY20-333-16 LH MY20-334-16 RH Top Front Skin MY20-331.5101 LH MY20-331.5102 RH Top Rear Skin MY20-331.5103 LH MY20-331.5104 RH Bottom Front Skin MY20-331.5001 LH MY20-331.5002 RH Bottom Rear Skin MY20-331.5003 LH MY20-331.5004 RH Front Spar Made from A-U4G1/A5 Front Spar Upper Surface Angle MY20-331.1001 LH MY20-331.1101 RH Front Spar Lower Surface Angle MY20-331.1002 LH MY20-331.1102 RH Center Spar Made from A-U4G1/A5 Center Spar Front Lower MY20-331-1402 LH Surface Angle MY20-331-1502 RH Center Spar Front Upper MY20-331.1404 LH Surface Angle MY20-331.1504 RH Center Spar Rear Lower MY20-331.1403 LH Surface Angle MY20-331.1503 RH Center Spar Rear Upper MY20-331.1405 LH Surface Angle MY20-331.1505 RH Rear Spar Made From A-U4G1/A5 Rear Spar Upper Surface Angle MY20-331.1803 LH MY20-331.1903 RH Rear Spar Lower Surface Angle MY20-331.1804 LH MY20-331.1904 RH 9.0 Beyond Economic Repair (BER) In the event the prospective contractor considers a Horizontal Stabilizer to be Beyond Economical Repair (BER), he shall contact the Contracting Officer, in writing, for disposition instructions. Repair/overhaul cost which exceeds 75% of the OEM?s new replacement cost will be considered BER. The Line Item Number, Part Number, Serial Number and a breakdown of the price for parts and labor necessary to repair the Horizontal stabilizer shall be provided. The prospective contractor shall not proceed with repair until authorization (or disposition instructions) is received from the Contracting Officer. 10.0 Inspection and Acceptance Inspection shall be by Certificate of Conformance and/or an FAA Form 8130 Airworthiness Approval Tag and acceptance by ARSC Quality Assurance personnel. 11.0 Packaging and Marking The contractor shall comply with ASTMD 3951-98 (Reapproved 2004) Standard Practice for Commercial Packaging. Horizontal Stabilizers must be individually packaged in a separate container; suitable for shipment via land, air, or sea. Each container shall be individually labeled on the outside with the NSN, P/N, S/N, Quantity, Nomenclature, Contract Number, and Line Item Number. The internal packaging material shall be sufficient to prevent damage during shipment, handling and storage. Preservation protection must be sufficient to prevent corrosion, deterioration, or decay during warehouse storage with temperatures ranging from 40 to 95 degrees Fahrenheit and high humidity for a period of one year. Packaging material shall not consist of popcorn, shredded paper, Styrofoam of any type, or peanut style packaging. Bar coding is authorized, however not mandatory. At the time of each delivery of supplies or services under this contract, the contractor shall prepare and furnish to the Government a properly completed packing slip. The packing slip shall include the following information: 1) National Stock Number, 2) Part Number, 3) Nomenclature, 4) Serial Number, 5) Delivery Order Number, 6) Line Item Number, and 7) Quantity. One copy of the packing slip shall be submitted with the shipment and shall be attached to the outside of the shipping container. The contractor shall provide a Certificate of Conformance (COC) and/or an FAA Form 8130 Airworthiness Approval Tag which shall be attached to each repaired component, a copy submitted with the invoice, and a copy with the packaging slip. Failure to do so will result in either nonpayment or a delay in payment. 12.0 Period of Performance The period of performance shall consist of one base period to begin at time of award through two years and one option period of one year. The base period will be from 01 October 2006, or date of award, whichever is later, through 30 September 2008. The one year option period follows consecutively through 30 September 2009. 13.0 Data Availability: OEM Service Bulletins and specifications are proprietary and cannot be provided by the Coast Guard. 14.0 Evaluation Criteria A. Written documentation shall be provided stating prospective contractor has or can acquire access to all OEM drawings, specifications, tools, fixtures and parts prior to contract award. B. A site survey of the contractor?s facility may be performed prior to award. 15.0 Exclusions Horizontal Stabilizers received which indicate obvious misuse, cannibalization or severe damage due to mishandling or crash damage may dictate an exclusion from the prices specified in the schedule. The horizontal stabilizer shall be inspected, repair costs determined, and authorization to proceed obtained from the Contracting Officer prior to commencement of repair. If the prospective contractor considers a horizontal stabilizer is a candidate for exclusion, he shall immediately notify the Contracting Officer. (Verbal notification to the Contracting Officer shall be confirmed in writing). The prospective contractor shall submit a proposal to cover the cost of the exclusion repair (the costs over and above the firm-fixed repair price) within thirty (30) calendar days after such notification. The proposal shall include: nomenclature, part numbers, cost and quantity of replacement parts, total labor hours, and a delivery schedule. Prospective Contractor shall provide backup documentation to support the cost of the parts (other than the replacement parts identified at 8.0) such as invoices or catalogs. The prospective contractor?s delivery obligation for the horizontal stabilizer 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 prospective contractor?s written proposal) make a written determination (subject to the ?Disputes? Clause) as to whether or not this is an ?exclusion?, a written modification shall be issued that will authorize the prospective contractor to proceed with the repair at the agreed upon cost and delivery schedule. No authorization to proceed is valid until the Contracting Officer issues a modification to the delivery order with instructions to the prospective contractor and additional funding provided. F.O.B. Point F.O.B. Destination Applies- the contractor will be responsible for shipping charges. SHIPPING INSTRUCTION Repaired/modified components shall be shipped FOB destination to the following address: U. S. Coast Guard Aircraft Repair and Supply Center Receiving Section, Building 63 Elizabeth City, NC 27909 MARK FOR: (contract number to be provided at time of award) DELIVERY ORDER NO. ____________________________ (assigned upon issuance) ITEM NO. ____________________________ (assigned upon issuance) (SEE CONTINUATION OF SOLICITATION POSTED SEPARATELY) NOTE: THIS NOTICE WAS NOT POSTED TO FEDBIZOPPS ON THE DATE INDICATED IN THE NOTICE ITSELF (22-AUG-2006); HOWEVER, IT DID APPEAR IN THE FEDBIZOPPS FTP FEED ON THIS DATE. PLEASE CONTACT fbo.support@gsa.gov REGARDING THIS ISSUE.
 
Web Link
Link to FedBizOpps document.
(http://www.fbo.gov/spg/DHS/USCG/USCGARSC/HSCG38-06-Q-101029/listing.html)
 
Record
SN01122897-F 20060824/060822223938 (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.