Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF MARCH 01, 2008 FBO #2287
SOLICITATION NOTICE

J -- Repair of Horizontal Stabilizer Assy

Notice Date
1/15/2008
 
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
HSCG38-08-R-100002
 
Response Due
1/29/2008
 
Point of Contact
Linda Clark, HU25 Contract Specialist, Phone 252-334-5212, Fax 252-334-5427
 
E-Mail Address
Linda.D.Clark@uscg.mil
 
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 incorporates provisions and clauses in effect through Federal Acquisition Circular 2005-23. The North American Industry Classification System (NAICS) code is 488190. The small business size standard is 1,000 employees. This is an unrestricted procurement. This contract will be awarded as a firm-fixed-price contract. The award will be based on 6.302-1. Interested parties who can meet the requirements specified herein under the Statement of Work may submit a proposal which shall include a performance work statement. This synopsis is issued for the repair of Horizontal Stabilizers as follows: Horiz. Stab Assy NSN 1560-14-477-2081, P/N MY20331-16 2 EA This item is flight critical in Coast Guard missions. The Coast Guard does not own nor can it provide specifications, plans, drawings or other technical data. Delivery will be made to USCG, Aircraft Repair and Supply Center, Receiving Section, Bldg. 63, Elizabeth City, NC 27909 marked for Field Stock (00001). F.O.B. point will be in accordance with contractor standard commercial practice. 1.0 BACKGROUND The U.S. Coast Guard 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 those in general aviation; Coast Guard missions require frequent operation within salt-laden environments, and conditions, which accelerate the corrosive attack on the airframe structures and components of the HU-25 aircraft. Inspection of these aircraft in accordance with (IAW) the Original Equipment Manufacturer??s (OEM) periodic requirements under the U.S. Coast Guard's specialized Aircraft Computerized Maintenance System (ACMS), historically reveals corrosion damage and operational wear and tear associated with aging aircraft, which is often outside the scope of OEM published repair limits and specifications. During these inspections Horizontal Stabilizers S/N 411 and 404 were found unserviceable. These stabilizers were evaluated and recommended for repair by Dassault Falcon (DFJ) Structural Engineers on 11 April 2007. This statement of work describes the inspection, damage evaluation, repair plan proposal and services necessary to return horizontal stabilizers S/Ns 411 & 404, their structures, and components as used on the U.S. Coast Guard HU-25 aircraft in an airworthy condition per DFJ Report Number DFJ-823-6147 and Power Point Inspection of Horizontal Stabilizers. The horizontal stabilizers shall be painted to match the Coast Guard??s current colors and paint scheme in accordance with (IAW) ARSC Paint Drawing 925-139, and be delivered in a ready for installation condition. All work shall be performed IAW Dassault Falcon Jet drawings specifications. This Statement of Work addresses DFJ??s findings and recommendations for returning each stabilizer to an airworthy condition. However, it is recognized that during the repair process circumstances outside of the proposed scope of work may arise which could not be anticipated. For such instances, direct communication with the Coast Guard??s Aircraft Repair and supply Center (ARSC), HU-25 Engineering Cell will be required. These communications shall be for the purpose of clarification only and shall not be construed by the contractor as authorization for an increase in the scope of work being performed. In the event the discussions result in need for a change, the contractor shall not perform additional work until so authorized by written modification which has been signed by an authorized Coast Guard contracting officer. Work performed without written modification may result in unpaid performance on the part of the contractor. The ARSC HU25 Engineering Officer may be reached at (252-335-6887), or you may contact the ARSC HU25 Maintenance Officer at (252-335-6310) for any relevant questions or comments. 2.0 SCOPE The contractor shall review and evaluate DFJ maintenance procedures and structural repair requirements for the repair of horizontal stabilizers S/N 411 and 404. The repair cost for each stabilizer is estimated to be (per negotiated price) each. If the repair exceeds this cost the Contractor shall notify the Coast Guard??s HU-25 Contracting Officer in writing and provide a cost breakdown structure for parts and labor. 3.0 OBJECTIVES 3.1 Enable the Coast Guard to optimize the utilization of the horizontal stabilizer spare assets, through inspection, evaluation, and repair of those assets to serviceable and airworthy condition. The repaired horizontal stabilizers must meet the OEM??s critical profile and dimensions to ensure the fit to aircraft with minimal adjustment during installation. 3.2 To obtain services of a Federal Aviation Administration (FAA), or OEM authorized repair center to effectively repair and provide a complete, ready-to-install HU-25 horizontal stabilizer assemblies in airworthy condition. 3.3 To receive horizontal stabilizers painted to match the Coast Guard??s current colors and paint scheme, and be delivered in a ready for installation condition. These services include but are not limited to the following: ?X Inspect and evaluate horizontal stabilizer skins, structures, and attachment fittings. ?X Submit a repair plan and provide a cost breakdown for inspection, repair parts, and labor. ?X Replace fittings as necessary. ?X Remove corrosion and incorporate corrosion preventative measures. ?X Evaluate fittings and bushing dimensions & determine if within tolerance. Remove & replace horizontal stabilizer bushings as required. ?X Repair skins, structures, fittings, and bushings IAW Dassault Falcon Jet specifications, procedures, and drawings. ?X Replace hardware as necessary. ?X Clean, treat, prime, and paint the horizontal stabilizer assembly IAW best commercial practices, the manufacturer??s recommended procedures, and USCG ARSC Paint Drawing 925-139. Coatings shall meet or exceed MIL-PRF-23377 epoxy primer and MIL-PRF-85285 polyurethane topcoats and match current Coast Guard colors. Note: Horizontal stabilizer areas under leading edge fairings, tip caps and trailing edge are top coated with Grey polyurethane Federal color Number 36320. 4.0 REQUIREMENTS: 4.1 In order to meet the Coast Guard??s objectives the Contractor shall be required to meet the following technical criteria: 4.1.1 The contractor shall review DFJ evaluation report number DFJ-823-6147, and the Power Point Inspection of Horizontal Stabilizers, develop a repair scheme and perform repairs as necessary IAW OEM specifications. This report was completed by and is proprietary to, DFJ. The USCG cannot provide this report. The contractor must request this report from DFJ at the sole discretion of DFJ. 4.1.2 Provide a Cost Proposal (sufficiently detailed) including labor categories, rates, and number of hours for repair IAW FAR 52.215-20, Requirements for Cost or Pricing Data or Information Other Than Cost or Pricing Data (Oct 1997). 4.1.3 Clean, treat, prime, and paint the horizontal stabilizer assembly IAW best commercial practices, the manufacturer??s recommended procedures, and USCG ARSC Paint Drawing 925-139. Coatings shall meet or exceed MIL-PRF-23377 epoxy primer and MIL-PRF-85285 polyurethane topcoats and match current Coast Guard colors. Horizontal stabilizer areas under leading edge fairings, tip caps and trailing edge cavity are top coated with Grey polyurethane Federal Color Number 36320. 4.1.4 The Contractor is responsible for all necessary functions to perform repair services requested. This includes, but is not limited, original Manufacturer??s drawings and specifications, required tooling, test equipment, parts, material, engineering services, management, maintenance, preservation, storage, shipping, etc., to repair horizontal stabilizers S/Ns 411 and 404. 4.1.5 Either possess or show ability to obtain adequate technical data, tooling and fixtures to meet the OEM??s critical profile and dimensions. 4.1.6 Provide evidence of and ability to maintain a Quality System acceptable to the Coast Guard. The Contractor will respond to specific requests for repair services within the scope of the Coast Guard??s objectives by providing a proposal that satisfies the following criteria as required: 5.0 APPLICABLE DOCUMENTS The following Technical Specifications are applicable. 5.1 OEM publications and drawings: 5.1.1 MY20331-16 and MY20331-17 drawings 5.1.2 Falcon 20 Maintenance Manual, (Chapter 55) 5.1.3 F20/F200 Structural Repair Manual. 5.1.4 DFJ report number DFJ-823-6147, Power Point Inspection of Horizontal Stabilizers. 5.2 CG Technical Orders Horizontal Stabilizer: 5.2.1 CGTO 1U-25A-3, Structural Repair Manual, Rev. 6, dated Jul /98 through TOPS, TP-3, dated 1 Oct 05. 5.2.2 CGTO 1U-25A-4, (Chapters 55) Illustrated Parts Catalog, Rev. 24, dated 01 Apr 06. 5.2.3 USCG ARSC Paint Drawing 925-139, HU-25A Paint and Detail Markings, Rev. H, dated 21 Sept 07. 5.3 Data Availability: 5.3.1 OEM drawings, specifications, publications, and reports are proprietary and cannot be provided by the Coast Guard. 5.3.2 Coast Guard specific CGTOs can be acquired through the Freedom of Information Act (FOIA).Submit a written request to: Commanding Officer Attn: ARSC FOIA Officer United States Coast Guard Aircraft Repair & Supply Center Elizabeth City, NC 27909 6.0 DELIVERABLES 6.1 Repaired and airworthy horizontal stabilizers painted and ready for installation IAW DFJ drawings and specifications. 6.2 Provide a Cost Proposal (sufficiently detailed) including labor categories, rates, and number of hours. Repair cost is estimated at (per negotiated price) for each stabilizer. If the estimated cost is expected to be exceeded the contractor shall notify the Coast Guard??s Contracting Officer. 6.3 Provide a Component Repair Record (CRR) describing the repair. NOTE: Horizontal stabilizers are serial tracked under the Coast Guard??s Aviation Computerized Maintenance System (ACMS). This tracking provides an individual components historical record of repair and overhaul and includes component Time since new, time since overhaul and time since repair, component status and physical location. The CRR will be used to update Significant Component History Report (SCHR). 6.4 The contractor shall provide FAA form 8130 airworthiness documentation for the work accomplished. 7.0 MEETINGS: No meetings are anticipated or scheduled for the purposes of this contract but may be directed as determined by the Contracting Officer. 8.0 DELIVERY SCHEDULE: Delivery of these units shall begin 120 days for stabilizer S/N 411 and 180 days for S/N 404 upon placement of the contract. EARLY DELIVERIES. The contractor is requested to ship items completed prior to the required delivery date, if no additional charges occur to the government. 9.0 INSPECTION AND ACCEPTANCE Inspection and acceptance will be at the contractor??s facility by Coast Guard quality Assurance Personnel. 10. NEW SERVICE BULLETINS. New service bulletins created and incorporated during the performance of this contract may create new part numbers, which will not change form, fit, or function, but which supersede parts initially ordered. HU-25 Engineering must approve part number changes and any price changes must be approved in writing by the Contracting Officer prior to incorporation of the service bulletin. 11. PACKING SLIP: At the time of each delivery of supplies or services under this contract, the contractor must furnish to the Government a properly completed packing slip. This packing slip must include the following information: 1) National Stock Number (NSN), 2) Part Number (P/N), 3) Nomenclature, 4) Serial Number(S/N), 5) Delivery Order Number, 6) Line Item Number, and 7) Quantity. One copy of the packing slip 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 and included with each packing slip. A copy must also be attached to each invoiced submitted for payment. Failure to do so will result in either nonpayment or a delay in the payment. 12. PACKAGING/MARKING: The contractor shall comply with ASTM D 3951-98 Commercial Packaging, shipping and Storage Procedures (Approved 11/10/98, issued 1/99, Re-approved 2004). Each individual container shall be labeled on the outside with 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 a temperature ranging from 95 to 40 degrees Fahrenheit and high humidity for a period not less than 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. When an AOG situation occurs, the outside of the shipping container will be marked in highly visible lettering ??A.O.G.??. 13. LEVEL OF INSPECTION/QUALITY SYSTEM: The contractor shall provide and maintain a quality system in compliance with ISO 9001 or ISO 9002, ANSI/ASQC, Q9001, Q9002 or a Quality System that is acceptable to the government. Vendor shall indicate quality system used. 14. PERIOD OF PERFORMANCE. This contract shall be in effect from the date of award until 180 days after contractor receipt of material. F.O.B. Point F.O.B. Destination Applies- the contractor will be responsible for shipping charges. SHIPPING INSTRUCTIONS. Repaired/modified components shall be shipped FOB destination to the following address: Chief, Fiscal Branch Bldg. 63 USCG Aircraft Repair and Supply Center Elizabeth City, NC 27909-5001 MARK FOR: Contract No.. ____________________________ (Assigned at time of award) CONTRACT ADMINISTRATIVE DATA ADDRESS FOR CORRESPONDENCE: All correspondence, except as otherwise specified, shall be directed to the following address: Contracting Officer HU-25 Contract Section, Bldg. 79 USCG Aircraft Repair and Supply Center Elizabeth City, NC 27909 Contract No. ______________________ (Assigned at time of award) INVOICING INSTRUCTIONS The original Contractor's Invoice shall be submitted to the designated billing office for payment as follows: Chief, Fiscal Branch Bldg. 63 USCG, Aircraft Repair and Supply Center Elizabeth City, NC 27909-5001 (Assigned at time of award) GOVERNMENT PROPERTY Failure of the Government to furnish any of the line items in the amounts or quantities described in the schedule of supplies/services will not entitle the contractor to any equitable adjustment in price. The Government reserves the right to do depot level repair of the Components found in the Schedule of Supplies/Services. IAW FAR 45.505-2()(2), the value of government property to be shipped under this contract is $434,157.84 each. See Continuation Synopsis shown as HSCG38-08-R-100002. NOTE: THIS NOTICE MAY HAVE POSTED ON FEDBIZOPPS ON THE DATE INDICATED IN THE NOTICE ITSELF (15-JAN-2008). IT ACTUALLY APPEARED OR REAPPEARED ON THE FEDBIZOPPS SYSTEM ON 28-FEB-2008, 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/HSCG38-08-R-100002/listing.html)
 
Record
SN01520254-F 20080301/080228232016 (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.