Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF AUGUST 29, 2007 FBO #2102
SOLICITATION NOTICE

16 -- Repair of HU25 Landing Gear

Notice Date
8/27/2007
 
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
00000
 
Solicitation Number
HSCG38-07-Q-101026
 
Response Due
9/26/2007
 
Archive Date
10/11/2007
 
Description
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; quotations are being requested and a written solicitation will not be issued. This Request for Quotation, HSCG38-07-Q-101026 incorporates provisions and clauses in effect through Federal Acquisition Circular 2005-18. The North American Industry Classification System number is 488190. The small business size standard is $6.5M. 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 quotation, which shall include a performance work statement, performance metrics, 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 Level 1 and Level 2 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 for every year as identified in the below schedule. The contract will include a 1-year base period and four option years. The total duration of this contract shall not exceed five years. The anticipated first base year will be from 01 November 2007 (or award date whichever is later) and extend for one year from that date. Each successive year of the base and option years will run consecutively. ALL QUANTITIES ARE ESTIMATES. Material is designated as Flight Critical. PART I THE SCHEDULE SECTION B SUPPLIES OR SERVICES PRICES/COSTS Estimated Quantity Per Year ITEM NO. NSN PART NO. NOMENCLATURE 1ST BASE YEAR (12 MONTHS) OPTION YEAR 1 OPTION YEAR 2 OPTION YEAR 3 OPTION YEAR 4 1 1620-01-HR2-2302 1 0 0 0 0 A23659023-1C Landing Gear, Nose Level 1 Repair 2 1620-01-HR2-2302 1 2 1 1 1 A23659023-1C Landing Gear, Nose Level 2 Repair 3 1620-14-452-6656 0 1 0 0 0 A23659-22 Landing Gear, Nose Modified to 1620-01-HR2-2302 0 0 0 0 0 A23659023-1C Landing Gear, Nose Level 2 Repair BREAKOUT PARTS PRICED SEPARATELY NOSE LANDING GEAR GA58306-1 1 1 1 1 1 Cylinder Barrel Assembly GA58113-7 1 1 1 1 1 Tube, Swivel GA52907-1 1 1 1 1 1 Cylinder Bushing GA58188-1 1 1 1 1 1 Rocker, Swing Lever Assy. C48730 1 1 1 1 1 Turning Rack GA2-52899 1 1 1 1 1 Bushing Assembly GA62723 1 1 1 1 1 Ball GA52786 1 1 1 1 1 Rod End Assembly A100-24658-1 1 1 1 1 1 Swivel Joint, Hyd 4 1620-01-HR2-1578 1 0 0 0 0 P/N A23663023B L/H Main Landing Gear Level 1 Repair 5 1620-01-HR2-1578 2 2 0 2 1 P/N A23663023B L/H Main Landing Gear Level 2 Repair 6 1620-14-373-2885 1 0 0 0 0 P/N A23663-22 L/H Main Landing Gear Modified to 1620-01-HR2-1578 0 0 0 0 0 P/N A23663023B L/H Main Landing Gear Level 2 Repair 7 1620-01-HR2-1579 0 1 0 0 0 P/N A23664023B R/H Main Landing Gear Level 1 Repair 8 1620-01-HR2-1579 1 1 1 1 2 P/N A23664023B R/H Main Landing Gear Level 2 Repair 9 1620-14-373-2887 0 0 0 1 0 P/N A23664-22 R/H Main Landing Gear Modified to 1620-01-HR2-1579 0 0 0 0 0 P/N A23664023B R/H Main Landing Gear Level 2 Repair BREAKOUT PARTS PRICED SEPARATELY L/H & R/H MAIN LANDING GEAR GA54595-2 1 1 1 1 1 Box Bushing L/H GA54596-2 1 1 1 1 1 Box Bushing R/H GA53612-9 1 1 1 1 1 Balancer Swing Le L/H & RH GA52909-2 1 1 1 1 1 Cylinder Bushing L/H GA52910-2 1 1 1 1 1 Cylinder Bushing R/H C48925 1 1 1 1 1 Rod 10 Exclusion Labor Rate $ $ $ $ $ (per hour) 11 Service Bulletin $ $ $ $ $ Labor Rate (per hour) 12 Contractor Receipt/ *NSP NSP NSP NSP NSP Verification of Material (as required) 13 Contract Component Repair Record (CCRR)/ Significant Component History Record (SCHR)/ and FAA Form 8130 (as required) NSP NSP NSP NSP NSP 14 SF294 and SF295 Subcontracting Report NSP NSP NSP NSP NSP (as required) *Not Separately Priced 1. BACKGROUND The U.S. Coast Guard (USCG) currently operates 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; USCG 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 USCG typically flies each of these aircraft 800 flight hours per year. Aircraft and its components are inspected in accordance with (IAW) the Original Equipment Manufacturer?s (OEM) periodic requirements in conjunction with the USCG?s specialized Aircraft Computerized Maintenance System (ACMS). HU-25 landing gear are serial tracked under ACMS. This tracking provides a historical record of repair/overhaul, item location, and status. This Performance Work Statement (PWS) establishes the minimum requirements necessary to repair/overhaul HU-25 landing gear (main MLG and nose NLG). Repair/Overhaul shall be accomplished IAW the manufacturer?s specifications except where specifically noted herein. Messier?Hispano-Bugatti SA, Montrouge Cedex, France is the OEM. The contractor shall have access to or ability to obtain current OEM component maintenance manuals (CMM), service bulletins (SB), modifications, and drawings as the USCG does not own, nor can it provide this data. The information herein is not intended to be all inclusive nor detract from the procedures outlined in the manufacturer?s drawings, manuals, specifications and service bulletins except where specifically noted herein. Landing Gear and Strut Configurations MLG Right Hand: Part Numbers A23664-22 A23664023B MLG Shock Absorber RH Part Numbers A23710-22 A23710-2201 A23710023 & -1 MLG Left Hand Part Numbers A23663-22 A23663023B MLG Shock Absorber LH Part Numbers A23709-22 A23709028 A23709023 7 & -1 NLG Part Numbers A23659-22 A23659-2202 A23659023-1, -1A, -1ABC & -C NLG Shock Absorber Part Number A23660-22 A23660023-1 2. OBJECTIVE 2.1 The USCG?s objective is to obtain services of an OEM or a Federal Aviation Administration (FAA) Part 145 authorized repair center to effectively repair and overhaul and provide complete, ready-to-install HU-25 landing gear. Repaired/overhauled landing gear must meet OEM?s specifications IAW the OEM?s Component Maintenance Manuals, and Service Bulletins listed under applicable documents (as defined in paragraph 3.0). All landing gear returned to service shall have FAA Form 8130 attached. The contractor is responsible for all necessary functions to perform services requested. This includes, but is not limited to, required tooling, manuals, test equipment, parts, material, engineering services, management, maintenance, preservation, shipping, etc., to repair/overhaul HU-25 landing gear. 2.2 The USCG anticipates at least two levels of service. 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. 2.2.1 First, a repair or ?return to service? is considered as test/inspect/repair as necessary. This work consists of inspection, failure analysis, defective part(s) replacement as necessary, and testing to meet the OEM?s functional return to service requirements (component time continues). A repair does not zero the Time Since Overhaul (TSO). 2.2.2 Secondly, Overhaul for ?High Time?. This concept qualifies the type of component maintenance which imposes fixed limits for component removal, overhaul or scrap depending on the time in service or the number of landings. Overhaul is considered over and above the repair scope and includes complete overhaul of the landing gear assembly, incorporation of new service bulletins, and the replacement of additional parts as necessary. An overhaul zeroes the TSO. Overhaul is required for landing gear that has reached a life cycle of 15 years or 10,000 landing or those that exhibit excessive wear. 2.2.2.1.1 The following Nose Landing Gear Components are life limited to 20,000 landings per the Aircraft Maintenance Manual 1U-25A-2, Chapter 05-40-00. Landings for Life Limited parts are tracked to the NLG assembly. ? Strut P/N A23659-22 ? Rotating Tube P/N GA58605-1 ? Leg P/N GA58303 3.0 APPLICABLE DOCUMENTS The following Technical Specifications are applicable: 3.1 OEM applicable Component Maintenance Manual: 3.1.1 MLG LH & RH applicable CMMs: 3.1.1.1 32-10-02, Jan 1990, Rev 5 (MLG Strut P/Ns A23663-22 & A23664-22) 3.1.1.2 32-10-03, Jan 1986, Rev 4 (Shock Absorber P/Ns A23709-22 & -2201, A23710-22 & -2201) 3.1.1.3 32-15-53, Dec 1985, Rev 1 (Shock absorber (A23709023-1 & A23710023-1) 3.1.1.3.1 32-35-28, Oct 31, 2003 (Selector switch A23870-101) 3.1.2 NLG applicable CMMs: 3.1.2.1 29-09-06.Aug, 1992, Rev 4 (Selector Switch P/N A23802-101) 3.1.2.2 32-15-53, Dec 15, 1985, Rev 1 (NLG Shock absorber P/N A23710023-1) 3.1.2.3 32-20-02, March 31, 1993, Rev 5 (NLG Strut P/N A23659-22) 3.1.2.4 32-20-03, Aug 30,2002, Rev 3 (NLG Shock Absorber P/N A2365923-1) 3.1.2.5 32-25-51, Mar 2004, Rev 3 (NLG Strut P/N A23659023-1 & A23659-2201) 3.1.2.6 32-50-05, Apr 1980, Rev 2 (Shimmy Damper P/N A23744M1) 3.1.3 Service Bulletins (SB) or Modifications (MOD): The USCG does not own or possess OEM SB, MOD data or specifications nor can it provide them. 3.2 CG Technical Orders (CGTO): 3.2.1 CG Time Compliance Technical order (TCTO) H25-932010.0, Jan 15, 1992 (NLG Crush Indicator & Grounding Chain Removal) 3.2.2 CG TCTO H25-T32090, August 31, 2004 (NDI NLG Down Lock Attachment Lugs, One time inspection) 3.2.3 CG Technical Order Page Supplements (TOPS). All applicable TOPS thru TP-1 dated March 1,1995 for CGTO 1U-25a-11, 32-20-02 March 1, 1995 3.3 Data Availability: 3.3.1 OEM manuals, Service Bulletins and specifications are proprietary and cannot be provided by the USCG. 3.3.2 For request of USCG specific CGTOs, submit a written request referencing the RFQ number to: Email to Tonya.W.Bush@uscg.mil or via facsimile at 252-334-5427, Attn: Tonya Bush 4.0 PERFORMANCE REQUIREMENTS 4.1 Contractor shall: 4.1.1 Be certified by the (FAA) and have experience in repairing/overhaul of Messier landing gear. If the contractor for any reason loses its FAA certification during the period of performance, this constitutes a material breach of contract and may result in contract termination. The contractor shall notify the Contracting Officer verbally and in writing no later than five (5) calendar days after certification forfeiture disclosing events that caused such. 4.1.2 Provide copies of all certifications (e.g. FAA, OEM, ISO 9000, etc.). Contractor?s inspection system requirements shall be in compliance with ANSI/ASQC Q9002 certification or Commercial Industry Standards. All quality assurance data shall be made available to the government representative for review upon request. 4.1.3 Upon receipt of a component the contractor shall notify the USCG Contracting Officer, in writing, providing the following information: date the component(s) received, confirmation of the serial number(s), confirmation of delivery order number. Notification via facsimile or e-mail is acceptable. 4.1.4 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. All manuals and data shall have current revisions and dates. If the contractor has newer information than what is listed by the USCG in this solicitation, the contractor must provide the latest revision number, Service Bulletin or amendment, a brief synopsis of the revision, date, and source for this information, with the quotation. 4.1.5 Use OEM Service Bulletins (SB) and Modifications (MOD): 4.1.5.1 Have access to all current and new SBs and MODs issued by the OEM. 4.1.5.2 Insure that previous SBs and MODs that have been incorporated remain incorporated. 4.1.5.3 See Section 9 for additional service bulletin requirements. 4.1.6 Have the facilities, tooling, test equipment, and personnel to perform landing gear repair/overhaul. 4.1.7 Submit a tear down for the component. This report shall include part number, serial number, nomenclature, date of repair, contract number, contract line item number (CLIN), description of the failure and a listing of parts repaired or replaced. This report shall be forwarded to the USCG Contracting Officer?s prior to commencing work for evaluation and approval. 4.1.8 Perform Geometrical Distortion Inspection. 4.1.8.1 When the contractor?s inspection indicates distortion, the contractor shall discontinue all actions; notify the Contracting Officer and provide the PN, SN (if applicable), nomenclature, line item, corrective action needed, and additional, pricing (parts and labor). The contractor shall not proceed with the repair unless an authorization or disposition instruction (modification) is received from the Contracting Officer. 4.1.9 Replace parts as necessary. 4.1.9.1 Parts of a component found to be in a serviceable condition as a result of inspection and functional testing shall be reused. Missing parts, parts found defective or high time/life limited parts which cannot be repaired IAW OEM specifications shall be replaced with new parts or parts approved by the OEM. Repair of all items in a component shall be based on condition of material received and IAW applicable CMM and OEM specifications. Replacement parts shall have full traceability to the OEM. Traceability means that the contractor must be able to show a clear documented, auditable paper trail for ownership and transfer of each part from the OEM to the final vendor. 4.1.9.2 Components Beyond Economical Repair (BER) 4.1.9.2.1 In the event the component is considered to be (BER), the contractor shall contact the USCG?s Contracting Officer, in writing, via FAX or e-mail, for disposition instructions. The P/N, S/N and Contract Line Item Number (CLIN), along with a breakdown of the cost of parts and labor necessary to repair the component shall be provided. The contractor shall not proceed with the repair unless an authorization or disposition instruction is received from the Contracting Officer. 4.1.10 Inspect and repair associated landing gear sub-components to meet OEM specifications as necessary. 4.1.11 Comply with ACMS Procedures. The Coast 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 contractor?s responsibilities within ACMS consist of completion and submission of the included Component Repair Record (CRR), as follows: See CRR form at Attachment 1. a. A current copy of the ACMS Configuration Report and a Significant Component History Report (SCHR) will be provided with each tracked component. The contractor shall ensure these reports correspond with the current configuration of the component. All discrepancies shall be reported to the Contracting Officer. b. Upon completion of repair of the tracked component, the contractor shall complete the Component Repair Record provided with each component to include Service Bulletins Complied with and other maintenance performed. c. One copy of the CRR with the original SCHR should be sent with each tracked component, one 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. 4.1.12 Provide two copies of FAA Airworthiness Form 8130. Attach one copy each to the component with the CRR. The second copy shall be forwarded with the invoice. FAA Form 8130 is considered a deliverable under the contract, and noncompliance with these instructions shall result in nonpayment of the invoice. 4.1.13 Preserve and package IAW the applicable CMM. 4.1.14 The contractor shall provide a Firm-Fixed-Price price breakdown for parts and labor for a standard repair and overhaul. 4.1.15 Firm Fixed Price breakdown does not include the replacement of breakout parts identified in the schedule. These parts shall be priced separately. 4.1.16 Identify any additional parts or items which are not covered by Firm- Fixed Price repair/overhaul price breakdown. These parts shall be priced separately and submitted with the quotation. 5.0 INSPECTION AND ACCEPTANCE Final inspection and acceptance will be performed by ARSC quality assurance personnel for kind, count and condition only. Unless special inspections are otherwise specified by the USCG, the contractor shall perform the inspections and tests required to substantiate that the supplies and services provided under the contract conform to the latest drawings, specifications, CMMs and contract requirements listed herein. The USCG may invoke Defense Contract Management Agency requirements if deemed necessary. 6.0 SOURCE SELECTION CRITERIA 6.1 Under a performance-based service contract structure the contractor shall submit a performance plan and a method for monitoring repair progress. 6.2 To meet the USCG?s objectives the contractor will be required to meet the following criteria: 6.2.1 Technical 6.2.2 Detailed work specifications for landing gear clearly defining how the work will be accomplished to return to service and/or overhaul HU-25 landing gear. 6.2.3 Either possess or show the ability to obtain adequate technical data, tooling and fixtures to meet the OEM?s repair/overhaul/test requirements. Repair/overhauls shall be accomplished IAW the OEM?s CMM, specifications or USCG accepted procedures. All manuals and data shall have current revisions and dates. If the contractor has newer information than what was listed in the solicitation the contractor must provide the latest revision number, Service Bulletin number or amendment, date issued and a brief synopsis describing the revision to the USCG?s Contracting Officer for approval. Include copies of the cover sheet and revision page for each CMM, SB or amendment when responding to this solicitation. 6.2.4 Provide evidence of and ability to maintain a Quality System acceptable to the USCG. Provide copies of the Quality Certifications (e.g. ISO9000), complete FAA Certifications, and OEM certifications. 6.2.5 Performance Plan: 6.2.5.1 The Performance Plan shall address the following at a minimum. 6.2.5.2 Company strategy and mission statement 6.2.5.3 Stated goals and objectives. 6.2.5.4 Staffing structure for workload management. 6.2.5.5 Performance measurement criteria against stated goals and objectives. 6.2.5.6 Plan of inventory replacement parts to preclude delinquent deliveries. 6.2.5.7 Management plans for subcontractors participating on a major scale. 6.2.5.8 Customer satisfaction monitoring. 6.2.5.9 Corrective actions and procedures. 6.2.5.10 Provide a delivery schedule. 6.2.6 Past Performance 6.2.6.1 The USCG will utilize any source deemed relevant for past performance information, including USCG personnel with knowledge of prospective offeror?s past performance and Government Past Performance Information retrieval system. 6.2.6.2 Provide documentation for having performed repair and overhaul of similar or like items. 6.2.6.3 Provide points of contact for past performance documentation over the past three years on the servicing of similar or like items. Include references? name, company, phone number, and e-mail address. 6.2.6.4 Documented or demonstrated performance will include but is not limited to: 6.2.6.4.1 Turn-around time. 6.2.6.4.2 The number, frequency, and severity of quality deficiencies. 6.2.6.4.3 Resolution of quality deficiencies after notification. 6.2.6.4.4 Percentage of on-time deliveries for all contracts. 6.2.6.4.5 Responsiveness to urgent requirements/contractual issues. 6.2.7 Pricing Quotation 6.2.7.1 The prospective contractor's quotation will be evaluated using the following criteria: 6.2.7.1.1 Reasonableness: Reasonableness will be established to the extent practicable by the existence of adequate competition, by comparison of all or a representative sample of proposed prices to industry average rates and/or price from other contracts for similar work. 6.2.7.1.2 Realism: If it is determined that a realism assessment is needed, it may be accomplished by technical review and evaluation of the skill mix, specific hours, and material kinds and quantity for each identified CLIN/sub-CLIN in the prospective offeror?s quoted price. The intent of the evaluation is to determine whether the quoted price is realistic for the work to be performed; reflect a clear understanding of the requirements; and are consistent with the approach described in the technical submission. The price quoted should include sufficient detail to allow for complete evaluation, e.g. work breakdown structure, material description, prices, labor categories, rates and hours. 6.2.7.1.3 Provide separate price breakdowns inclusive of parts and labor for each level of service. 6.2.7.1.4 Evaluation: The USCG intends to award one contract resulting from this solicitation to the responsible offeror whose offer conforms to the solicitation, and will be most advantageous and best value to the Government, price and other factors considered. The USCG may determine the best value which merits a higher price based on technical superiority. The USCG, using sound business judgment, will base the selection decision on an integrated assessment of the proposal?s relative capability as measured against the source selection criteria below. 6.2.8 Factor 1 ? Technical 6.2.9 Factor 2 ? Performance Plan 6.2.10 Factor 3 ? Past Performance 6.2.11 Factor 4 ? Price 6.3 Factors 1, 2 and 3 are equal and each is significantly more important than Factor 4. While the Price is an important part of the integrated selection decision, the non-Price Factors are significantly more important than the Price factor. Price will become increasingly important as proposal evaluation ratings for technical, and performance factors approach equal. (SEE CONTINUATION OF SOLICITATION POSTED SEPARATELY)
 
Record
SN01386041-W 20070829/070827220459 (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.