Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF MAY 03, 2012 FBO #3813
SOLICITATION NOTICE

16 -- Overhaul Spindle Assemblies for H60 Helicopters

Notice Date
5/1/2012
 
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
HSCG3812QS00095
 
Archive Date
7/27/2012
 
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 HSCG38-12-Q-S00095 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: 1. Spindle Assembly Qty 1 Each P/N: 70102-28100-054 Required Delivery: 120 ARO and induction 2. Spindle Assembly Qty 1 Each P/N: 70102-28100-055 Required Delivery: 120 ARO and induction STATEMENT OF WORK (SOW) 1. This SOW provides for the overhaul to like new condition of the Blue Spindle Assembly (NSN 1615-01-HS1-4256, P/N 70102-28100-054) and Yellow Spindle Assembly (NSN 1615-01-HS1-4258, P/N 70102-28100-055) for the US Coast Guard Aviation Logistics Center's (ALC), MH-60 aircraft. The spindles 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 to detract from procedures outlined in the original equipment manufacturer (OEM) specifications except where noted herein. All overhaul actions shall be in accordance with the OEM commercial manuals and Federal Aviation Regulation Parts 43 and 145 or alternate standard approved in writing by the 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 overhaul manuals, test equipment and facilities to evaluate and overhaul the spindle assemblies for the Coast Guard fleet of MH-60 helicopters, as necessary to conform to 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 except where noted herein. All Sikorsky ORI's that are applicable to the Naval Hawk production line shall be used in the performance of this contract. The contractor must have access to all needed maintenance, overhaul manuals and performance/test/acceptance criteria and data to ensure that equipment is overhauled/modified, calibrated and operating in accordance with the OEM's specifications. 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 Spindle Assemblies 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. 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 review the component's attached Significant Component History Report (SCHR) prior to induction for the total number of hours installed since last overhauled. If the installed hours are less than 200, the contractor shall notify the Contracting Officer in writing for additional instructions and SHALL NOT proceed without Contracting Officers approval. 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. 6. Upon receipt of the Spindle assemblies, 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. 7. Coast Guard aircraft operate primarily in a saltwater environment and are subject to corrosion. Corrosion is expected on equipment to be overhauled or modified under this contract. During inspection and functional test, the presence of corrosion on a spindle assembly 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. 8. 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 the U.S. Coast Guard, Aviation Logistics Center, MRR Engineering Division. In all cases, replacement parts shall be new. The Coast Guard requires Parts Integrity on all items awarded under this contract. The Coast Guard utilizes serial number tracking systems for safety of flight items; and places a high priority on parts integrity within those components. As a result, any part that is determined to be in serviceable condition, every effort shall be made to reuse that part from the component from which it was removed. Contractor is advised that in order to expedite deliveries, parts may be transferred to/from other USCG components but serial number integrity documentation is required under this contract. The contractor shall ensure that reused serviceable parts' serial numbers are documented as installed on the repaired component. 9. A DD Form 1577-2, Unserviceable Tag-Material, or CG-1577-A (11-90), Unsatisfactory Report Tag, will be attached to each Not Ready for Issue (NRFI) component describing faults. The Spindles assemblies shall be overhauled to correct the specific fault(s) identified. 10. The Coast Guard requires delivery of repaired items no later than one hundred and twenty (120) calendar days after induction of the material at the contractor's overhaul facility. The contractor guarantees completion at a monthly rate pre-determined on the 2012 Firm-Fixed Price Repair List valid 9/30/12 through 12/31/12. 11. At the time of 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 container. 12. Inspection and acceptance shall be performed by the Defense Contract Management Agency representative at the contractor's facility. 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. 13. 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. The closing date for receipt of quotes is May 16, 2012 at 8:00 am EDT. Anticipated award date is no later than July 31, 2012. 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/HSCG3812QS00095/listing.html)
 
Record
SN02735767-W 20120503/120501235736-56d4e0bfff1d7dff9df74ba01591db56 (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.