Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JANUARY 31, 2007 FBO #1892
SOLICITATION NOTICE

J -- Paint HU25 Dassault Falcon Jets

Notice Date
11/29/2006
 
Notice Type
Solicitation Notice
 
NAICS
488190 — Other Support Activities for Air Transportation
 
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 ALD Support, Elizabeth City, NC, 27909-5001, UNITED STATES
 
ZIP Code
27909-5001
 
Solicitation Number
HSCG38-07-Q-101002
 
Response Due
12/29/2006
 
Point of Contact
Damian Krull, HU25 Contract Specialist, Phone 252-334-5410, Fax 252-334-5427, - Joyce Hudson, HU25 Contracting Officer, Phone 252-335-6142, Fax 252-334-5427,
 
E-Mail Address
Damian.C.Krull@uscg.mil, Linda.J.Hudson@uscg.mil
 
Description
This is a combined synopsis/solicitation for commercial items 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), (HSCG38-07-Q-101002) incorporates provisions and clauses in effect through Federal Acquisition Circular 2005-13. This is an UNRESTRICTED PROCUREMENT. The North American Industry Classification System (NAICS) Code is 488190. The contract will be awarded using simplified acquisition procedures in accordance with (IAW) FAR Part 13.5. The contract will be awarded as a FIRM-FIXED-PRICE requirements contract. The United States Coast Guard (USCG) intends to award to a Federal Aviation Administration (FAA) authorized repair center, with an on site paint facility, who is able to prepare and externally paint the 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 price evaluation will be based on the combination of the following 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. Paint of the following: CLIN 0001 ? Prime & Paint Services of HU-25 Aircraft, 3 each for each year of the base period, with 3 each for each year of the option period. CLIN 0002 ? Scuff, Prime & Paint Services of HU-25 Aircraft, 1 each anticipated in Calendar year 2009. (See schedule 3.1.1 Tentative Schedule) The contract will include a 3-year base period and one 2-year option period. The total duration of this contract shall not exceed five years. Estimated effective date for contract performance is 01 January 2007. The first year of the base period will be from 01 January 2007 (or award date whichever is later) through 31 December 2007. Each successive year of the base and option periods will run consecutively. VENDOR MUST SUBMIT PRICES FOR EACH YEAR OF THE BASE AND OPTION PERIODS IN ORDER TO BE CONSIDERED FOR AWARD. All responsible sources may submit a quote which shall be considered by the agency. Sources shall have a valid Cage Code, Data Universal Numbering System (DUNS) number or the ability to obtain one, be registered in the Central Contractor Registration (CCR) (http://www.ccr.gov) and be registered in the Online Representations and Certifications Application (ORCA) (http://orca.bpn.gov) Interested parties may submit a quotation, which shall include a performance work statement, performance metrics, incentives and disincentives programs, 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), and a firm-fixed-price quote for the following: USCG HU-25 DASSAULT FALCON JET EXTERNAL AIRCRAFT PAINT, PERFORMANCE WORK STATEMENT 1.0 BACKGROUND: The USCG operates twenty Falcon HU-25 aircraft. Until recently these aircraft have been externally stripped and painted at the USCG?s Aircraft Repair and Supply Center (ARSC) following the completion of a required five year Programmed Depot Maintenance Inspection (PDM). Aircraft painted at ARSC experience paint adhesion discrepancies shortly after delivery to USCG operational units. Poor 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 current paint facility. In an effort to improve performance, reduce corrosion and field maintenance cost the USCG intends to establish a long term commercial paint contract for its fleet of HU-25 aircraft whose anticipated retirement date is 2015. This solicitation establishes the minimum external paint requirements. NOTES: A reduction in fleet size may occur by fiscal year 2008. All aircraft will be stripped by ARSC during PDM using corn starch blast media. The USCG is also in the process of procuring one type of paint system for all aircraft. The contractor must be able to adjust to the new system to be used. 2.0 OBJECTIVE: The USCG?s objective is to obtain the services of a Federal Aviation Administration (FAA) authorized repair center with an onsite paint facility. The contractor shall provide all services necessary to prepare and externally paint HU-25 aircraft in accordance with (IAW) best commercial practices, the paint manufacturer?s recommended procedures and the general scope work. Dassault Falcon Jet, Plaisir, France is the Original Equipment Manufacturer (OEM). The general scope of work is as follows: 2.1 Pre-paint surface preparation IAW best commercial specifications. Contractor to identify specification in the quote. Note: Areas of the aircraft that is covered and inaccessible after assembly of the aircraft; such as flight control surface leading edges (flaps, slats, slat upper fixed boxes, ailerons, rudder, & elevators), horizontal/vertical stabilizer attachment points, box structures and cavities were painted during the interim paint phase of the PDM evolutions. Flight controls do not require removal. Previously painted areas shall be inspected for adhesion, scuff sanded and top coated to insure a color match. 2.2 Inspect seam sealants and reseal as necessary. Do not use hard permanent type fillers on faying joints, all removable inspection panel seams, wing root seams or wing tip caps. Use Polysulfide sealants meeting MIL-PRF-81733, AMS-S-8802 or PR-1422 2.3 Prime, paint and stencil the aircraft?s exterior surfaces IAW USCG ARSC Drawings 925-139 (HU-25 Paint and Detail Markings), Revision J, dated 11/16/06, 925-139-1 (HU-25 Paint Markings, Stencil and Decal package), Revision C, dated 07/10/06 and paint manufacturer?s recommended procedures. 2.4 Apply leading edge tape and appropriate radome boot IAW USCG ARSC Drawing 925-139, Revision J, dated 11/16/06 and manufacturer?s recommended procedures. 3.0 AIRCRAFT DELIVERY SCHEDULE: 3.1 For the purpose of this contract the schedule published here-in is tentative and subject to change due to mission requirements or reduction of the fleet. 3.1.1 Tentative Schedule: A/C Tail Number & Model Est. PDM Induction Date Est. Paint Date Paint Requirements 2129C 5/22/2006 02/07/07 Prime & Paint 2110A N/A 02/14/07 Prime & Paint 2131C 09/21/06 08/01/07 Prime & Paint 2118A 05/17/07 01/15/08 Prime & Paint 2141C 08/29/07 04/30/08 Prime & Paint 2139C 09/28/07 07/25/08 Prime & Paint 2135C 06/09/08 03/10/09 Prime & Paint 2104C 09/02/08 05/01/09 Scuff, Prime & Paint Notes: *Tail number 2104 will have completed a 1C inspection, and is not expected to be stripped at ARSC, but will require the vendor to scuff, prime, and paint. The periodic PDM inspections will determine whether this aircraft will be stripped or not. Aircraft schedule for paint thru 2009. Post 2009 schedule and tail numbers are pending reduction of the HU-25 aircraft fleet. 4.0 PERFORMANCE REQUIREMENTS 4.1 Contractor shall: 4.1.1 Be a Federal Aviation Administration (FAA) authorized repair center with experience in performing aircraft servicing, performing line maintenance, and painting. 4.1.2 Have an onsite paint facility. 4.1.3 Have the capabilities and equipment to tow, jack, weigh, and de-fuel/refuel the aircraft. The USCG will not furnish the required equipment. 4.1.4 Provide a detailed written work scope. 4.1.5 Have experience in applying high solid 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. Note: Primer and topcoat shall be a complete paint system supplied by the same manufacture and match current USCG colors. Primers and topcoats 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. 4.1.6 Adhere and conduct business in compliance with all Federal, State and Local Laws governing this type of work. 4.1.7 The contractor shall dispose of all waste materials generated. 4.1.8 Supply all labor, equipment, facilities, masking materials, pre-paint solutions, primer, and topcoats. 4.1.9 Provide the leading edge tape and apply leading edge tape and appropriate radome boots (Government Furnished Property GFP) that meet or exceed the requirements as specified in the paint drawing. 4.1.10 All work 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. 4.1.11 Provide a timeline for the painting process for USCG planning purposes. 4.1.12 Perform an incoming inspection of the aircraft, document and report discrepancies to the USCG?s Contracting Officer. 4.1.13 Remove and install the horizontal stabilizer spring fillets IAW Maintenance Procedure Card (MPC) 551020.0. 4.1.14 Remove and install the elevator bearing boxes (Reference MPC 064010.D). 4.1.15 Remove the FLIR turret blanking plate. 4.1.16 Protect exposed pistons from dust and paint contamination: 4.1.16.1 Flight control servo pistons (e.g. aileron, elevator, rudder) 4.1.16.2 Slat actuators 4.1.16.3 Landing Gear & door actuators. 4.1.17 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. 4.1.18 Prepare and paint all composite structures (e.g. radome, wing tips, horizontal/vertical stabilizer tip caps, FLIR fairing, etc.). 4.1.19 Reseal Seam Sealant, Faying Joints and Lap Skins 4.1.19.1 Inspect and reseal all exposed aircraft seams and faying joints as necessary. 4.1.19.2 All removable inspection panels (e.g. fuselage, wings, wing root panels, pylon panels, Horizontal/Vertical Stabilizers panels) and wing tip cap seams shall be sealed with sealant meeting MIL-PRF-81733D, PR-1422 or SAE-AMS-S-8802. Note: Aircraft removable inspection panels, wing root panels, and wing tip caps are removed to perform hourly maintenance at 300 hour intervals. DO NOT use permanent hard filler (Bondo type) material on these surfaces. Use Polysulfide sealants meeting MIL-PRF-81733, AMS-S-8802 or PR-1422 in these areas. 4.1.20 Prepare the aircraft?s external surface for paint IAW best commercial practices. Vendor?s planned treatment of aircraft skin and surface corrosion treatment 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. USCG pre-paint preparation process is performed IAW NAVAIR 01-1A-509. 4.1.21 Paint and stencil the aircraft with matched high solids chromated epoxy primer and high gloss topcoat system IAW the manufacturer?s recommended procedures, USCG ARSC Drawing 925-139, Revision J, dated 11/16/06 and 925-139-1, Revision C, dated 07/10/06 and matching current USCG colors. (See Attachment 1). Attachment 1 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 proposal. 4.1.22 Paint internal FLIR cavity white. 4.1.23 Paint the inside of landing gear doors and landing gear (exposed areas only) IAW USCG ARSC Drawing 925-139, Revision J, dated 11/16/06. 4.1.24 Prime and paint the spring fillets and elevator bearing boxes and reinstall on the aircraft. 4.1.25 Prime and paint the FLIR Fairing white. 4.1.26 Apply ?Flap 200 Emergency Mark? IAW MPC 275030.D after final paint. 4.1.27 De-fuel and sump the aircraft prior to weighing IAW MPC 280020.0. The aircraft will be delivered with approximately 2000 to 3000 lbs of fuel remaining. The contractor shall identify the process used for documenting amount of fuel removed, storage of removed fuel and the procedures and methods for its reuse. 4.1.28 Weigh the aircraft IAW 1U-25A-5 HU-25 Weight and Balance Manual and MPC 083010.D. USCG personnel will assist as technical advisor in weighing the aircraft if required. 4.1.29 Upon completion of painting, weigh and refuel the aircraft with the amount removed during the de-fueling process. The contractor shall credit the USCG for any fuel not restored, at current market price. 4.1.30 Post Paint maintenance: 4.1.30.1 The contractor shall perform post paint maintenance requirements (i.e. lubrication of empennage, droop leading edges, flap linkage & rails, doors, landing gear, etc), install the removed spring fillets, elevator bearing boxes and FLIR blanking plate IAW the MPC?s and Computerized Maintenance System (CMS) Codes listed below in section 7.0, Applicable Documents. 4.1.30.2 Seal all cockpit window perimeter voids with white sealant meeting MIL-A-46146B(3) or equivalent. 4.1.30.3 Polish all bright work. 4.1.31 The contractor shall sign off all applicable MPC and CMS codes upon completion of work. 4.1.32 The contractor shall provide a Certificate of Conformance (COC) which shall describe the work completed and provide a list of paint products used, manufacturer, color, manufacture dates, batch & lot numbers. This information will be used to update the Airframe Significant Component History Record (SCHR). 4.2 USCG shall: 4.2.1 Deliver aircraft which has recently completed PDM in a flyable condition with all grounding discrepancies cleared and exterior coatings removed as specified herein. 4.2.2 Will provide a copy of the aircraft weight and balance records. Note: The aircraft was weighed prior to PDM test flights. 4.2.3 Deliver the aircraft with the following areas painted: flight control leading edge surfaces (flaps, ailerons, elevator, and rudder), horizontal/vertical attachment points, and slats, box structures and cavities which are covered or inaccessible for final paint application after PDM assembly. 4.2.4 Notify and provide the contractor with aircraft status and changes that impact the delivery schedule at the following intervals: 4.2.4.1 Aircraft PDM induction date 4.2.4.2 Three (3) months after PDM induction 4.2.4.3 Thirty days (30) prior to PDM completion 4.2.4.4 Fourteen (14) calendar days prior to PDM completion. 4.2.5 The USCG will provide a military representative from ARSC?s HU-25 Tech Service Branch to: 4.2.5.1 Assist in weighing the aircraft, if required. 4.2.5.2 Assist in completing the required forms and MPCs 4.2.5.3 Perform final inspection and acceptance. Note: The Military representative 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. 4.3 SPECIAL REQUIREMENTS 4.3.1 Minor Maintenance: The contractor will perform minor maintenance as required. This maintenance is limited to removal/installation of the spring fillets, elevator bearing boxes, FLIR blanking plate. Minor maintenance also includes removal/installation of exterior panels as required for the purpose of cleaning any residual fluids that may leech from panel cavities and to determine the source of the seepage. 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). 4.3.2 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 USCG 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 have access to or be able to obtain the necessary OEM?s specifications to facilitate repairs or employ/obtain services of a contractor who has access to these specifications and can perform the work. Authority of action is only by this contracting office, by modification (if applicable). NOTE: The USCG will not furnish technical data other than that listed in this solicitation in Paragraph 7.0 Applicable Documents. The contractor must possess, have access to, or ability to obtain current OEM Component Maintenance Manuals, drawings, specifications, and tooling to ensure that the equipment is repaired/overhauled, calibrated, and operating in accordance with the latest manufacturer?s performance, test and acceptance specifications. 4.3.3 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. 4.3.4 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. 5.0 QUALITY ASSURANCE: 5.1 The contractor shall have a quality system compliant with ISO 9001-2000 or an FAA approved quality system. 5.2 The USCG reserves the right to perform a pre-award site visit and inspection of the contractor?s and sub-contractor?s site if applicable. 6.0 GOVERNMENT PROPERTY FURNISHED FOR REPAIR: 6.1 Stencil/decal kit - P/N 925-139-1, Value - $185.00 6.2 Radome Boots: P/N FP-18 (A Model), Value - $164.00 and P/N FP-011 (C Model), Value - $244.00 7.0 APPLICABLE DOCUMENTS 7.1 The following are applicable documents and may be available electronically: 7.1.1 ARSC Drawing 925-139 (HU-25 Paint and Detail Markings), Revision J, dated 11/16/06. 7.1.2 ARSC Drawing 925-139-1 (HU-25 Paint and Detail Markings), Revision C, dated 07/10/06. 7.1.3 Coast Guard Technical Order (CGTO) 1U-25A-4 Illustrated Parts Catalog dated 01 Aug 05 (Chapters 53, 54, 55 & 57). 7.1.4 CGTO 1U-25A-3 Structural Repair Manual dated 04 Nov 05 (Chapter 51). 7.1.5 CGTO 1U-25A-5 HU-25 Weight and Balance Manual dated 15 Feb 05. 7.1.6 Maintenance Procedure Cards (Post Maintenance): 7.1.6.1 MPC 064010.D Access panels, Doors, etc., dated 01 April 99. 7.1.6.2 MPC 071010.0, CMS 071010, Aircraft Jacking/Leveling, dated 01 Aug 01. 7.1.6.3 MPC 083010.D, CMS Code 083011, Aircraft Weighing Procedures (Load Cell), dated 01 May 98. 7.1.6.4 MPC 271060.D, CMS Code 271070, Lube Visible Aileron Hinges, dated 01 April 99. 7.1.6.5 MPC 273020.0 CMS Code 274046, Lube Tail Plane Spring Fillet Aft Hinge, dated 01 Feb 05. 7.1.6.6 MPC 275011.D, CMS Code 278078, Lube Flap Hinge/ Rail LH, dated 01 May 98. 7.1.6.7 MPC 275011.D, CMS Code 278079, Lube Flap Hinge/ Rail RH, dated 01 May 98. 7.1.6.8 MPC 275030.D CMS Code 278091, Flaps 200 Emergency Mark, dated 01 May 98. 7.1.6.9 MPC 275011.D, CMS Code 278135, Lube Droop Leading Edge LH, dated 01 May 98. 7.1.6.10 MPC 275011.D, CMS Code 278136, Lube Droop Leading Edge RH, dated 01 May 98. 7.1.6.11 MPC 276011.0 CMS Code 276006, Lube Airbrake Act Cylinder Hinge LH, dated 01 Feb 05.. 7.1.6.12 MPC 276011.0 CMS Code 276008, Lube Airbrake Act Cylinder Hinge RH, dated 01 Feb 05. 7.1.6.13 MPC 280020.0 (Text Only) De-fuel Aircraft, dated 01 May 98. 7.1.6.14 MPC 282051.0, CMS Code 281290, Service Center Wing, dated 29 Nov 05. 7.1.6.15 MPC 321025.0, CMS Code321024, Lube MLG and Doors LH, dated 04 Apr 05. 7.1.6.16 MPC 321025.0, CMS Code321025, Lube MLG and Doors RH, dated 04 Apr 05. 7.1.6.17 MPC 322025.0, CMS Code 322024, Lube NLG steering Control and Doors, dated 31 Oct 05. 7.1.6.18 MPC 520000.0, CMS Code 520000, Lube Hinged Doors, dated 31 Oct 05. 7.1.6.19 MPC 550010.0, CMS Code 551022, Lube Empennage (minor), dated 01 March 00. 7.1.6.20 MPC 551020.0, CMS Code 551005, Remove/Inst Spring Fillet LH, dated 18 Apr 05. 7.1.6.21 MPC 551020.0, CMS Code 551006, Remove/Inst Spring Fillet RH, dated 18 Apr 05. 7.2 Applicable documents can be obtained by contacting the USCG ARSC?s Freedom of Information Act (FOIA) Officer, Mr. James Bronson at (252) 335-6829 or e-mail James.O.Bronson@uscg.mil. When requesting documents reference the contract solicitation number. 8.0 PAST PERFORMANCE 8.1 Provide evidence of experience in applying high solid VOC compliant primers and high solids gloss topcoats. 8.2 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. 8.3 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). CONTINUED ON HSCG38-07-Q-101002 PART 2 NOTE: THIS NOTICE MAY HAVE POSTED ON FEDBIZOPPS ON THE DATE INDICATED IN THE NOTICE ITSELF (29-NOV-2006). IT ACTUALLY APPEARED OR REAPPEARED ON THE FEDBIZOPPS SYSTEM ON 29-JAN-2007, 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.fbo.gov/spg/DHS/USCG/USCGARSC/HSCG38-07-Q-101002/listing.html)
 
Record
SN01221652-F 20070131/070129222524 (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.