Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF FEBRUARY 09, 2012 FBO #3729
SOLICITATION NOTICE

16 -- Overhaul of MH-60 Main Gearboxes

Notice Date
2/7/2012
 
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
HSCG38-12-Q-S00042
 
Archive Date
3/27/2012
 
Point of Contact
Nancy F DeBerry, Phone: 252-335-6642
 
E-Mail Address
nancy.deberry@uscg.mil
(nancy.deberry@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 HSCG38-12-Q-S00042 is issued as a Notice of Intent 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 the Gear Box listed below. The applicable North American Industry Classification Standard Code is 336413. Overhaul Main Gearbox, NSN 1615-01-552-3522, P/N 70351-38100-049 Qty 1 Each Required Delivery 180 Days ARO Overhaul Main Gearbox, NSN 1615-01-289-4810, P/N 70351-38100-047 Qty 1 Each Required Delivery 180 Days ARO (This part will not be modified to the -049.) The Coast Guard intends to issue one delivery order against an existing Defense Logistics Agency's Basic Ordering Agreement (BOA) SPRPA1-11-G-001Y. The terms and conditions of the BOA are applicable to this requirement. No formal solicitation will be issued for this requirement. Overhaul work shall be performed in accordance with the following statements of work. Delivery shall be to Commanding Officer, Aviation Logistics Center, Receiving Section, Building 63, Elizabeth City, NC 27909. Inspection and acceptance shall be performed by the Defense Contract Management Agency (DCMA) 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. Offerors, other than the OEM, must provide a Certificate of Conformance. The Coast Guard intends to negotiate with the OEM, Sikorsky Aircraft Corporation, as the only known NAVSUP Weapon Systems Support (NAVSUP WSS) approved source of overhaul. Offerors, other than the OEM, must possess NAVSUP WSS approval as an approved source of supply and must provide proof of such prior to contract award. Offerors that are not NAVSUP WSS certified sources of supply will be considered non-responsive. Offers may be submitted on company letterhead stationary 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 other minority classification. A company representative authorized to commit the company must sign this offer. Award is subject to evidence of NAVSUP WSS certification and the determination of fair and reasonable pricing. STATEMENT OF WORK (SOW) 1. This SOW provides for the overhauling to like new condition of the Main Gearbox, NSN 1615-01-552-3522, part number 70351-38100-049 for the Coast Guard's Aviation Logistics Center (ALC), MH-60 J/T fleet. The gearbox 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). For both Major and Minor Overhauls Inspection shall be conducted IAW ACMS Code 630014 Item 2 of MPC 63207.5 as follows: a. Remove sealing compound from heads of mounting bolts and mounting feet areas using locally manufactured nonmetallic scraper (Refer to Figure 6) Enclosed. b. Remove all sealing compound using nonmetallic scraper and Dry Cleaning Solvent, MIL-PRF-680 (Series), Type III, until entire mounting bolt area and the base of the mount feet are clean (Refer to Figure 4) Enclosed. c. Visually inspect mounting feet for nicks, gouges, scratches, corrosion, and cracks. If damage exists proceed as follows: (1) Minor nicks, gouges, and scratches may be removed as long as damage is within repairable limits. (2) Crack indications, or damage greater than specified limits, is unacceptable (Refer to Figure 3). Replace main module. (3) Determine allowable repair criteria from A1-H60CA-SRM-300 and A1-H60CA-260-300. If allowable limits are exceeded, contact ARSC H60 Engineering Branch at (252) 335-6161. (4) Remove and treat corrosion that is present IAW A1-H60HA-SRM-000, Corrosion Removal Treatment." 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 Gearboxes 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 Gearbox 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. 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; 11. 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. 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 August 15, 2008. 12. 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. FAR 52.246-15 Certificate of Conformance (APR 1984) (a)When authorized in writing by the cognizant Contract Administration Office (CAO), the Contractor shall ship with a Certificate of Conformance any supplies for which the contract would otherwise require inspection at source. In no case shall the Government's right to inspect supplies under the inspection provisions of this contract be prejudiced. Shipments of such supplies will not be made under this contract until use of the Certificate of Conformance has been authorized in writing by the CAO, or inspection and acceptance have occurred. (b) The Contractor's signed certificate shall be attached to or included on the top copy of the inspection or receiving report that is distributed to the payment office. It may also be attached to the CAO copy when contract administration (Block 10 of the DD Form 250) is performed by the Defense Contract Management Agency. In addition, a copy of the certificate shall also be attached to or entered on copies of the inspection or receiving report accompanying the shipment. (c) The Government has the right to reject defective supplies or services within a reasonable time after delivery by written notification to the Contractor. The Contractor shall in such event promptly replace, correct, or repair the rejected supplies or services at the Contractor's expense. (d) The certificate shall read as follows: "I certify that on ________________ [insert date], the _________________________ [insert Contractor's name] furnished the supplies or services called for by Contract No. ___________________________ via ________________________[Carrier] on __________________________ [identify the bill of lading or shipping document] in accordance with all applicable requirements. I further certify that the supplies or services are of the quality specified and conform in all respects with the contract requirements, including specifications, drawings, preservation, packaging, packing, marking requirements, and physical item identification [part number], and are in the quantity shown on this or on the attached acceptance document. Date of Execution: __________________________________________________________ Signature:___________________________________________________________________ Title:_______________________________________________________________________ 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, Delivery Order Number, and Delivery 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. NOTICE FOR FILING AGENCY PROTESTS United States Coast Guard Ombudsman Program It is the policy of the United States Coast Guard (USCG) to issue solicitations and make contract awards in a fair and timely manner. The Ombudsman Program for Agency Protests (OPAP) was established to investigate agency protest issues and resolve them without expensive and time-consuming litigation. OPAP is an independent reviewing authority that is empowered to grant a prevailing protester essentially the same relief as the General Accountability Office (GAO). Interested parties are encouraged to seek resolution of their concerns within the USCG as an Alternative Dispute Resolution (ADR) forum, rather than filing a protest with the GAO or some external forum. Interested parties may seek resolution of their concerns informally or opt to file a formal agency protest with the contracting officer or Ombudsman. Informal forum with the Ombudsman. Interested parties who believe a specific USCG procurement is unfair or otherwise defective should first direct their concerns to the cognizant contracting officer. If the contracting officer is unable to satisfy the concerns, the interested party is encouraged to contact the USCG Ombudsman for Agency Protests. Under this informal process, the agency is not required to suspend contract award performance. Use of an informal forum does not suspend any time requirement for filing a protest with the agency or other forum. In order to ensure a timely response, interested parties should provide the following information to the Ombudsman: solicitation/contract number, contracting office, contracting officer, and solicitation closing date (if applicable). Formal Agency Protest with the Ombudsman. Prior to submitting a formal agency protest, protesters must first use their best efforts to resolve their concerns with the contracting officer through open and frank discussions. If the protester's concerns are unresolved, an independent review is available by the Ombudsman. The protester may file a formal agency protest to either the contracting officer or as an alternative to that, the Ombudsman under the OPAP program. Contract award or performance will be suspended during the protest period unless contract award or performance is justified, in writing, for urgent and compelling reasons or is determined in writing to be in the best interest of the Government. The agency's goal is to resolve protests in less than 35 calendar days from the date of filing. Protests shall include the information set forth in FAR 33.103. If the protester fails to submit the required information, resolution of the protest may be delayed or the protest may be dismissed. This will not preclude re-filing of the protest to meet the requirement. To be timely, protests must be filed within the period specified in FAR 33.103(e). Formal protests filed under the OPAP program should be submitted to: Department of Homeland Security United States Coast Guard (CG-9131) Ombudsman Program for Agency Protests 1900 Half Street, SW, Room 11-0602 Washington, D. C. 20593-0001 FAX: 202.475.3904 The Ombudsman Hotline telephone number is 202.372.3695. Closing date and time for receipt of offers is March 12, 2012 at 10:00 a.m., EST. All responsible sources may submit an offer which shall be considered by the Agency. Anticipated award date is on or about April 2, 2012. Offers should be submitted via e-mail to Nancy.Deberry@uscg.mil. Facsimile Offers are acceptable and may be forwarded via fax number to (252) 335-6790. Point of contact is Nancy DeBerry, 252-335-6642 and by email Nancy.Deberry@uscg.mil.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DHS/USCG/USCGARSC/HSCG38-12-Q-S00042/listing.html)
 
Place of Performance
Address: Sikorsky Aircraft Corporation, 6900 Main Street, Stratford, Connecticut, 06614, United States
Zip Code: 06614
 
Record
SN02669151-W 20120209/120207235010-3a153188dfc52706ae3312cdc4164138 (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  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.