Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF AUGUST 28, 2009 FBO #2834
SOURCES SOUGHT

16 -- General Electric T700 401C Engine Repair

Notice Date
8/26/2009
 
Notice Type
Sources Sought
 
NAICS
488190 — Other Support Activities for Air Transportation
 
Contracting Office
Department of Homeland Security, United States Coast Guard (USCG), Commanding Officer, USCG Aviation Logistics Center, HU25, HH65, H60J, C130, ESD, IOD, ISD, CASA or ALD, Elizabeth City, North Carolina, 27909-5001, United States
 
ZIP Code
27909-5001
 
Solicitation Number
HSCG38-09-R-J00011
 
Archive Date
9/30/2009
 
Point of Contact
David E. Tanner, Phone: 2523356413
 
E-Mail Address
David.E.Tanner@uscg.mil
(David.E.Tanner@uscg.mil)
 
Small Business Set-Aside
N/A
 
Description
The U.S. Coast Guard, Aviation Logistics Center (ALC) is performing market research to determine available sources with the technical capability of providing the repair of the General Electric T700 401C Engine, NSN 2840-01-318-5538, P/N 6064T25G01, the modules and various engine components. On an as required basis, the contractor shall provide all necessary parts, material, labor, tooling, test equipment and facilities to evaluate and repair systems and subsystems of the HH60J/T helicopter power plant (Engine) model T700-GE-401C. All material must be repaired and or modified IAW the Army Depot Maintenance Work Requirement (DMWR) Manual 12840-248-1 / 2. The contractor must have access to all necessary maintenance repair and overhaul manuals, performance, test, acceptance criteria and data to ensure that all equipment repaired, modified, and calibrated operate in accordance with current OEM specifications. The majority of U. S. Coast Guard T700 - GE Engines are repaired locally (Operational Level) at the USCG, ALC, Elizabeth City, N.C., which consist of: induction, evaluating, cleaning, accessing damage, scheduled maintenance, trouble shooting, engine upgrades and repairs IAW Navair manual MMI-200 / 210. Engines, modules and components that are shipped to the vendor (Intermediate Level) are beyond the repair capabilities at the Operational Level and have been determined to have more extensive damage such as: Excessive Corrosion (out of limits), Engineering Investigation (special requirement), Excessive damage (detailed test & evaluation required) or Catastrophic failure (crash damage). Coast Guard Aircraft operate primarily in a saltwater environment and are subject to corrosion. The Contractor shall perform a thorough inspection of the equipment and repair or modify all deficiencies found. This shall include replacement of broken parts, replacement of parts that are within 1350 hours TSN (time since new) of their life limits, and the removal of any foreign matter or corrosion. During inspection and functional testing, the presence of corrosion in an assembly or component or part shall constitute reason for a more thorough disassembly and inspection. Should corrosion be found, disassembly shall be made only to the extent necessary to remove corrosion or replace the part (s) affected. Corroded parts shall be replaced except in those cases where removal of corrosion from the part will not impair efficiency of safe operation of the part. Parts of a component found to be in serviceable condition as a result of inspection and functional testing shall be reused. Parts found to be damaged beyond economical repair shall be replaced with parts that meet current DMWR specifications and drawings. In addition this contract will incorporate service bulletins, modifications, engineering change proposals, local engineering change proposals and time compliance technical orders. There will be a fixed price for scrapping components deemed beyond economical repair. The Coast Guard does not have the specifications or drawings for release to interested parties. The contractor shall furnish a Certificate of Airworthiness in accordance with FAA procedures (FAA Form 8130-3 of 8130-4) or a Certificate of Conformance (COC) in accordance with FAR 52.246-15 for each component shipped. A firm fixed price Indefinite Delivery Indefinite Quantity (IDIQ) Requirements contract for a base year with four one year option years is being contemplated. The company must be an authorized General Electric Service Center. A summary description shall be submitted that details the technical capability of the company to perform the work. The applicable North American Industrial Classification Code (NAICS) is 488190 and the small business size standard is $7.0 million. A set-aside determination has not yet been made. Interested parties shall submit their business size and shall include any applicable preference program (i.e. 8(a), HUBZone, Service Disabled Veteran Owned, Small Business). Responses are due no later than September 15, 2009 by 4:00pm DST and may be submitted via email david.e.tanner@uscg.mil or facsimile 252-335-6790. Questions concerning this sources sought notice may be directed to David Tanner 252-335-6413. This notice is for informational and market research purposes only. This synopsis does not commit the Government to contract for any supply or service. If a solicitation is released, it will be synopsized on the Federal Business Opportunities (FedBizOpps) website http://www.fbo.gov/. It is the responsibility of the potential respondents to monitor these sites for additional information pertaining to this potential requirement. The information provided in this sources sought synopsis is subject to change and is not binding on the Government. The release of this sources sought synopsis should not be construed as such a commitment or as authorization to incur cost for which reimbursement would be required or sought. Respondents are advised that the Coast Guard will not pay for any information or administrative cost incurred in response to this sources sought synopsis.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DHS/USCG/USCGARSC/HSCG38-09-R-J00011/listing.html)
 
Place of Performance
Address: USCG Aviation Logistics Center, Elizabeth City, North Carolina, 27909, United States
Zip Code: 27909
 
Record
SN01927473-W 20090828/090827000846-4bd0574d7b0f573714f4c46afe600c3c (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.