Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF MARCH 03, 2007 FBO #1923
SOLICITATION NOTICE

C -- Engineer and Test Support on DSCC Spare/Repair Parts

Notice Date
3/1/2007
 
Notice Type
Solicitation Notice
 
NAICS
541330 — Engineering Services
 
Contracting Office
Defense Logistics Agency, Logistics Operations, Defense Supply Center Columbus, P O Box 3990, Columbus, OH, 43218-3990, UNITED STATES
 
ZIP Code
00000
 
Solicitation Number
SP470207R0006
 
Response Due
4/16/2007
 
Archive Date
5/1/2007
 
Description
This is a synopsis for an unrestricted procurement for engineering and test support on DSCC managed spare/repair parts as specified by the Defense Supply Center Columbus, 3990 E. Broad St., Columbus, OH 43213-1152. The contractor shall provide the necessary test and engineering support as specified by the Defense Supply Center Columbus (DSCC), to ensure that quality spare parts are being delivered to the DSCC customer. The required testing may cover any of the parts, types of equipment, assemblies or systems procured by DSCC. Testing shall be in accordance with all applicable drawings, specifications or as specified by DSCC. If specifications or data packages are not already stated, the contractor personnel at the contractor?s facility must be able to perform or assist in the performance of system, environmental, mission analyses in conjunction with DSCC to develop the appropriate specifications and test plans. The contractor shall demonstrate the capability of designing and fabricating automated electrical, electronic, mechanical, and hydraulic systems and item input/output interfaces and data acquisition systems together with associated test fixtures, instrumentations, sensors and software. The contractor shall provide test, evaluation, and engineering services as required to support the acceptable spares, including failure investigations, corrective actions, evaluations of drawing and data packages for tolerances, manufacturing processes, materials, etc., that may effect quality of parts. He may also be required to fabricate and test prototype items for evaluation of data packages. The contractor shall set up and maintain a computerized data base to track status of all tasks proposed and issued. The data base must be comparable with the DSCC data base. The data base shall be used to provide proper coordination and interface of projects between the contractor and DSCC. The contractor shall prepare detailed test procedures, test reports and other documentation as required. Test reports shall include a detailed description of the test results, test item failures, corrective actions, results and recommendations, as required. Systems, parts or assemblies to be tested will be supplied under the following programs: First Article Testing (FAT), Production Lot Acceptance testing (PLT), Qualification testing, and Customer Quality Complaint investigations. Items to be tested include, but are not limited to: Critical Safety Items (CSI) which are Bomb Release Unit (BRU's) specific, Critical Safety Items not related to Bomb Release Units, and Non-CSI Miscellaneous. To perform BRU testing, the contractor must demonstrate provide the following: Facilities that can perform ballistic ejection testing to verify proper function of bomb rack parts; full compliment of instrumented test stores required to measure the above noted parameters in the Ballistic Ejection Test Facility; facilities capable of performing ejection testing (non instrumented) at a rate of 10 ejections/hour; have a full compliment of non-instrumented stores (simulated bomb weights of 250, 500, 1000, 2600 and 3575 pounds) that can be easily installed or removed from the facility to support the full range of bomb rack life test requirements; must have provisions to store Class C explosives (impulse cartridges) that are used to support bomb rack functional ejection testing; fully automated specialized test equipment capable of performing endurance testing on various bomb rack electrical solenoids and motors; and a data acquisition system is required to measure and collect all data specified in each item specification. Contractor shall provide accomplish testing and results in the required turnaround times. FOB Point shall be destination. Solicitation will be issued on March 16, 2007 and offers will be due by 1:00 EST, April 16, 2007.
 
Place of Performance
Address: Contractor's plant
Zip Code: 43218
Country: UNITED STATES
 
Record
SN01241351-W 20070303/070301220128 (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.