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

17 -- Rework/Upgrade T-700, 401 C Engine Fuel Boost Pump

Notice Date
3/1/2007
 
Notice Type
Solicitation Notice
 
NAICS
336412 — Aircraft Engine and Engine Parts 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 ALD Support, Elizabeth City, NC, 27909-5001, UNITED STATES
 
ZIP Code
00000
 
Solicitation Number
HSCG38-07-R-J00001
 
Response Due
3/19/2007
 
Archive Date
4/3/2007
 
Description
The US Coast Guard requires modification and or rework of P/N 2915-01-120-8717, P/N 3033T33G02 to P/N 3033T33G03 , NSN 2915-01-HS1-9178. The primary purpose of this acquisition is to upgrade the current Fuel Boost Pump use on the T-700, 401C, General Electric Engine, by having an improved O-ring installed during the modification that eliminate the current 3000 hour overhaul requirement. The contract described in this announcement should be in place by the end of the 3rd quarter of FY-07. SCOPE OF WORK. The contractor shall provide all necessary parts, material, labor, tooling, test equipment and facilities to evaluate and modify/repair/rework components for the GE model, T700-401C power plant fuel boost pump, as necessary to conform with the requirements of this Work Statement. APPLICABLE SPECIFICATION. This information is not intended to be all-inclusive nor to detract from or modify procedures outlined in the Army?s Depot Maintenance Work Requirements Manual, publication number DMWR-55-2915-341 dated 15 August 2002, or the most current version, except where specifically noted herein. The Contractor must have continual access to all necessary maintenance, rework and overhaul manuals and performance/test/acceptance criteria and data to ensure that equipment is reworked/modified, calibrated, and operating in accordance with the current specifications. Where an application of ?best commercial practice? principles are in conflict with DMWR, the Contracting Officer may, upon request from the Contractor, approve deviation from DMWR requirements. It is anticipated that the contract will include a 12 months base period followed by four one-year option periods. The performance based statement of work with CLIN structures and estimated yearly need will be provided in the solicitation. The proposed contract must ensure contractor performance that meets or exceeds the previous contract. Request for solicitation must be made no later than March 19, 2007. Written requests for solicitation may be faxed to (252) 335-6566 or emailed to Sherri.d.roche@uscg.mil. Telephonic requests will not be honored. Deadline for receipt of offers will be established upon issuance of the solicitation.
 
Place of Performance
Address: USCG, ARSC, Elizabeth City, NC
Zip Code: 27909
Country: UNITED STATES
 
Record
SN01241548-W 20070303/070301220438 (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.