Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JULY 08, 2011 FBO #3513
SOLICITATION NOTICE

16 -- Overhaul Accessory and Intermediate Gearbox for HH60 Helicopter

Notice Date
7/6/2011
 
Notice Type
Presolicitation
 
NAICS
336413 — Other Aircraft Parts and Auxiliary Equipment Manufacturing
 
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
HSCG3811QS00126
 
Archive Date
9/30/2011
 
Point of Contact
Geneva K. James, Phone: 2523345094
 
E-Mail Address
geneva.k.james@uscg.mil
(geneva.k.james@uscg.mil)
 
Small Business Set-Aside
N/A
 
Description
This announcement constitutes the only solicitation; quotes are being requested and a written solicitation will not be issued. Solicitation number HSCG38-11-Q-S00126 is issued as a Notice of Intent to Procure Items on a Sole Source basis. The applicable North American Industry Classification Standard Code is 336413. The Coast Guard intends to issue a firm fixed price delivery order utilizing the terms and conditions of an existing Basic Ordering Agreement (BOA) with Sikorsky Aircraft Corporation, the Original Equipment Manufacturer (OEM), for the overhaul of: Schedule of Supplies/Services Description 1. Accessory Gearbox A Qty 1 Each P/N: 70351-08080-043 NSN: 1615-01-078-5718 Required Delivery: 90 days ARO and induction 1. Intermediate Gearbox Qty 1 Each P/N: 70357-06300-043 NSN: 1615-01-201-5623 Required Delivery: 180 days ARO and induction STATEMENT OF WORK 1. This SOW provides for the overhauling to like new condition of the Gearbox Intermediate, NSN 1615-01-201-5623, part number 70357-06300-043 and Accessory Gearbox NSN 1615-01-383-8992, part number 70351-08080-045 for the Coast Guard's Aviation Logistics Center (ALC), MH-60 J/T fleet. The gearboxes identified in the Description of Items or Services will be furnished to the contractor at the prices established at award for overhaul. The information contained in the scope of work is not intended to be all-inclusive or detract from procedures outlined in the original equipment manufacturer (OEM) specification except where noted herein. All overhaul actions shall be in accordance with the OEM commercial overhaul manuals and Federal Aviation Regulation Parts 43 and 145 or alternate standard approved in writing by U.S. Coast Guard (USCG) Medium Response Recovery (MRR) Engineering Branch. Components furnished hereunder shall be returned by the contractor in an airworthy condition and in all respects suitable for installation in USCG aircraft. Certification and documentation requirements apply. 2. The contractor shall provide all necessary parts, material, labor, tooling, repair manuals, test equipment and facilities to evaluate and repair or overhaul the gearboxes for the Coast Guard fleet of MH-60 J/T helicopters, as necessary to conform with the requirements of this SOW at the firm-fixed-pricing established in the contract schedule. The contractor shall provide the data and documentation requirements specified as part of this SOW. 3. The work shall be in accordance with the OEM specifications. The contractor must have access to all necessary maintenance, rework and overhaul manuals and performance/test/acceptance criteria and data to ensure that equipment is overhauled/modified, calibrated, and operating in accordance with the current specification or applicable DMWR manuals in effect on the date of contract award. 4. The contractor shall also perform a visual and technical inspection in accordance with the current applicable Component Maintenance Manual and correct all additional deficiencies found. This shall include replacement of broken parts and the removal of any foreign matter or corrosion. Corroded parts shall be replaced, except in those cases where removal of corrosion from a part will not impair the efficiency or safe operation of the part. Corrosion removal and treatment of affected areas will be accomplished in accordance with the OEM specifications (or best commercial practices if not addressed by the OEM). 5. The Gearboxes are flight critical. Serial numbers for these items are entered into the Coast Guard's Aviation Computerized Maintenance System (ACMS) for tracking upon receipt at ALC. Upon receipt of the Gearboxes, the contractor shall notify the Contracting Officer, MRR Supply Cell, in writing of the date of receipt, and shall confirm the serial number(s) of the item(s) received and the applicable task order number. Notification by facsimile or email is acceptable: submit to (252) 335-6790, ATTN: Contracting Officer MRR Supply Cell. The email address will be provided by the Contracting Officer.. 6. Coast Guard aircraft operate primarily in a saltwater environment and are subject to corrosion. Corrosion is expected on equipment to be overhauled under this contract. During inspection and functional test, the presence of corrosion in a gearbox elevation or component thereof 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 a part will not impair efficiency or safe operation of the part. Corrosion removal and treatment of affected areas shall be accomplished in accordance with the OEM's current specifications and drawings. 7. Replacement Parts. Parts found to be defective shall be replaced as specified in the OEM's current procedures or as otherwise authorized in writing by U.S. Coast Guard, Aviation Logistics Center, MRR Engineering Division. In all cases, replacement parts shall be new. A copy of the contractor's work order, listing all replacement parts, shall be provided for each component. The contractor shall maintain a copy of replacement part certification documentation for inspection by the Government for a minimum of 24 months after delivery. 8. A DD Form 1577-2, Unserviceable Tag-Material, or a CG-1577-A (11-90), Unsatisfactory Report Tag, will be attached to each Not Ready for Issue (NRFI) component describing faults. The gearbox elevation shall be overhauled to correct the specific fault(s) identified. 9. The ACMS is a computerized system used to record maintenance of aircraft components and assemblies. The contractor's responsibilities with ACMS consist of submission of required forms as outlined herein. All Spindle assemblies are serial number tracked and shipped to the contractor's facility with a Significant Component History Record (SCHR) and a component repair report (CRR). The contractor shall verify the SCHR and CRR and ensure they correspond to the Spindle Assembly part number and serial number. All discrepancies shall be reported to the Contracting Officer prior to performance of work. The contractor shall complete the CRR. The original copy of CRR shall be mailed to Engineering Services Division, ACMS Tracking, Bldg 78, Aviation Logistics Center, Elizabeth City, NC 27909-5001 and a copy shall be shipped with the overhauled/repaired assembly. The contractor shall maintain a copy of each complete CRR for a period of ninety (90) days. 10. The Coast Guard requires delivery of repaired/overhauled gearbox elevation of two (2) 30 days ARO. 11. At the time of each delivery for supplies under this contract, the contractor shall prepare and furnish to the Coast Guard a properly completed DD Form 250 Material Inspection and Receiving Report or Commercial Bill of Lading. The packaging slip shall include the following information: (1) National Stock Number, (2) Part Number, (3) Nomenclature, (4) Serial Number, (5) Contract Number, (6) Task/Delivery Order Number, (7) Line Item Number, and (8) Quantity. One copy of the packaging slip shall be submitted with the shipment and shall be attached to the outside of the shipping carton; 12. Inspection and acceptance shall be performed by the Defense Contract Management Agency representative at the contractor's facility. Inspection and Acceptance shall be in accordance with 52.212-4 Contract Terms and Conditions-Commercial Items (Mar 2009). In addition, Inspection and Acceptance may be performed at destination by ALC's Quality Assurance representative in accordance with ALCINST 4855.4, Policy and Quality Assurance Procedures for the Receipt Inspection of New, Repaired and Overhauled Items from Vendors dated Aug 15, 2008. 14. ALC considers components ready for issue upon acceptance. Components determined to be NRFI upon installation may be returned to the contractor with deficiencies described in a Quality Deficiency Report. Delivery shall be to Commanding Officer, Aviation Logistics Center, Elizabeth City, NC 27909. Inspection and acceptance shall be performed by the Defense Contract Management Agency representative at the contractor's facility. Inspection and Acceptance shall be in accordance with the terms and conditions of the BOA. In addition, Inspection and Acceptance may be performed at destination by ALC's Quality Assurance representative in accordance with ALCINST 4855.4, Policy and Quality Assurance Procedures for the Receipt Inspection of New, Repaired and Overhauled Items from Vendors dated Aug 15, 2008. The Coast Guard does not own, nor can it provide drawings or specifications for this item. The Coast Guard intends to negotiate with the OEM, Sikorsky Aircraft Corporation, as the only known NAVICP-PICA certified source of supply. All responsive responsible sources that provide an offer will be considered. Offerors that are not NAVICP certified sources of supply are considered non-responsive. Offers may be submitted on company letterhead stationery indicating nomenclature, part number, unit price, and extended price for the items offered; plus the FOB point, any discounts for prompt payment and business size standards and any minority classification. A company representative authorized to commit the company must sign this offer. The basis for award rests with the determination of fair and reasonable pricing. PACKAGING INSTRUCTIONS 1. USCG Aviation Logistics Center is a supply depot; therefore, material will be stored and transshipped to various users. The container shall be packed and labeled suitable for shipment via land, air or sea. 2. Packaging material shall not consist of the following: popcorn, shredded paper, Styrofoam of any type, or peanut packaging. 3. Each part shall be individually packed in a separate envelope, box, carton or crate. 4. Each individual container shall be labeled on the outside with National Stock Number, Part Number, Serial Number, Quantity, Nomenclature, Purchase Order Number, and Purchase Order Line Item Number. 5. Packing List and Certification/Documentation shall be placed on the outside of individual containers. 6. The internal packing material shall be sufficient to prevent damage during shipment, handling, and storage. Preservation and protection shall be provided to prevent corrosion, deterioration or decay during warehouse storage for a period of one year. The closing date for receipt of quotes is August 10, 2011 at 10:00 am EDT. Anticipated award date is no later than September 30, 2011. Quotes are to remain effective for 60 days after close of solicitation. Offers may be submitted on company letterhead stationery and must include the following information: Solicitation Number, Nomenclature, Part Number, FOB point, Unit Price, Extended Price, Payment Terms and discount offered for prompt payment, the business size standard and any minority classification; delivery date, and Representation and Certifications contained in FAR Clause 52.204-8. Facsimile quotes are acceptable and may be forwarded via fax number 252-335-6790. Point of contact is Geneva James, phone 252-334-5094, and email: Geneva.K.James@uscg.mil.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DHS/USCG/USCGARSC/HSCG3811QS00126/listing.html)
 
Place of Performance
Address: USCG, Aviation Logistics Center, Elizabeth City, North Carolina, 27909, United States
Zip Code: 27909
 
Record
SN02491083-W 20110708/110706235318-f026e8cc71ed83b24a13d7f70e7e900b (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.