Loren Data Corp.

'

  
COMMERCE BUSINESS DAILY ISSUE OF DECEMBER 26, 2001 PSA #3005
SOLICITATIONS

69 -- REPAIR GEARBOX IN DEVICE 9A16 CENTRIFUGE-BASED FLIGHT ENVIRONMENT TRAINER (CFET) AT NAS LEMOORE, CA

Notice Date
December 21, 2001
Contracting Office
Naval Air Warfare Center TSD, Code 257, 12350 Research Parkway, Orlando FL 32826-3275
ZIP Code
32826-3275
Solicitation Number
N61339-02-R-0033
Response Due
January 7, 2002
Point of Contact
Mary Lu MacClary, (407)380-4155
E-Mail Address
Mary Lu MacClary (macclaryml@navair.navy.mil)
Description
22. This is to issue a combined synopsis/solicitation to remove and perform diagnostics on the gearbox in Device 9A16 Centrifuge-Based Flight Environment Trainer (CFET) located at NAS Lemoore, CA prepared in accordance with the format in FAR Subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation, a quote is being requested and A WRITTEN SOLICITATION WILL NOT BE ISSUED. Solicitation N61339-02-R-0033 is issued as a request for quote and incorporates the provisions and clauses in effect through Federal Acquisition Circular 97-19. The solicitation shall be awarded on a sole source basis to Environmental Tectonics Corporation (ETC), Southampton, PA. The NAICS Code for this solicitiation is 541330. The following items are required: CLIN 0001; Provide services and materials to remove and perform diagnostics on the gearbox in Device 9A16 Centrifuge-Based Flight Environment Trainer (CFET) at NAS Lemoore, CA as set for the in the Statement of Work (SOW) dated 14 December 2001, 1 Lot. CLIN 0002; Provide technical data in support of the Contract Data Requirements List (CDRL), DD Form 1423's, 1 Lot. SLIN 0002AA; A001 -- Scientific and Technical Report, 1 Lot. SLIN 0002AB; B001 -- Contractor's Progress, Status, and Management Report, 1 Lot. SLIN 0002AC; E001 -- Revisions to Existing Government Documents (PMS), 1 lot. CLIN 0003; Option -- Provide services and materials to repair/refurbish the gearbox in Device 9A16 Centrifuge-Based Flight Environment Trainer (CFET) at NAS Lemoore, CA as set forth in the Statement of Work (SOW), dated 14 December 2001. CLIN 0004; Option -- Provide services and materials to reinstall and test the gearbox in Device 9A16 Centrifuge-Based Flight Environment Trainer (CFET) at NAS Lemoore, CA as set forth in the Statement of Work (SOW), dated 14 December 2001. The following is the Statement of Work 020040 dated 14 December 2001 for Main Gearbox Repair of Device 9A16, Centrifuge-Based Flight Environment Trainer (CFET) at the Naval Air Station (NAS) Lemoore, California: 1. SCOPE. This Statement of Work (SOW) specifies the extent of work to be performed with regard to the main gearbox repair on Device 9A16, CFET, located at NAS Lemoore, California. This repair is being conducted in order to return the CFET to an operational condition. 1.1 Government point of contact (POC). The coordinating Government representative for the effort, Naval Air Systems Command Training Systems Division (NAVAIR Orlando) In-Service Engineering Office (ISEO) Representative, AIR-4983LM, will be available for coordination of this contract. Name, telephone number, address, and e-mail address of the POC is listed in section G of the contract. 1.2 Government Furnished Information (GFI). The following GFI will be provided at the site to the contractor for review and use with respect to completion of the work specified in this SOW. Available documentation can be provided to the contractor electronically. a. Publications: (1) P-7105-1 -- Operation & Maintenance Manual (O&M), (2) P-7106 -Maintenance Requirement Cards (MRC's), (3) P-8066 -- Computer System Operator's Manual, (4) P-7108 -Instructor Utilization Handbook (IUH), (5) P-7105-S7.1 -- Bearing Maintenance Manual, (6) P-7105-S7.2 -Operating Instructions For Flender Gear Units, Redurex Gear Units, and Planetary Gear Units, (7) P-7105-S7.3 -- Operating and Maintenance Instructions For Cavex Worm Gear Reducers, (8) P-7105-S7.4 -- installation and maintenance Instructions For Arpex Couplings, (9) P-7105-S7.5 -- Assembly Instructions Plate Packs For Arpex Couplings, (10) P-7105-S7.6 -- Installation Instructions For Ringfeder Locking Assemblies, (11) Device 9A16 -- BUMED Quality Assurance and Revalidation Systems Test Criteria for Device 9A16 Centrifuge-Based Flight Environment Trainer (CFET) dated Dec 00. b. Drawings: (1) 911-812 -- Pitch Gearbox Modification, (2) 911-813 -- Roll Gearbox Modification, (3) 911-814 -- Pitch Gearbox Assembly, (4) 911-815 Roll Gearbox Assembly. 2. APPLICABLE DOCUMENTS. There are no requirement documents cited in section 3 of this SOW. 3. REQUIREMENTS, 3.1 General Requirements. The following general requirements apply: 3.1.1 Work Progress Monitoring and Reporting. The contractor shall monitor the progress, cost, and performance of all work being performed under this SOW. The contractor shall prepare the Contractor's Progress, Status, and Management Report in accordance with the CDRL. 3.1.2 Government technical assistance and coordination with site personnel. The Government will provide access to the device to the extent needed to complete the repair of the main gearbox. Access will be provided Monday-Friday, 0700-1800. Evening and weekend trainer availability is possible if requested 48 hours in advance of requirement from the Government point of contact identified above. The contractor and any required sub-contractors shall coordinate their site visits with the Government point of contact specified above. 3.1.3 Integrated Program Team (IPT) Reporting. The contractor shall provide status updates to the on-site Government Technical Representative (Government POC) as required. These informal IPT updates shall include, as a minimum, current work in progress, evaluation efforts in progress, proposed fixes, and estimated completion of contracted repairs and tests. 3.2 Detailed Requirements. The contractor shall perform the following tasks: 3.2.1 Remove, Repair, Re-install, and Test. The contractor shall perform all work necessary to remove the main gearbox, repair the gearbox, reinstall the main gearbox, align the CFET main General Electric (GE) motor and CFET arm shaft with the main gearbox, repair and realign all trainer systems affected in this repair, and test for proper operation as outlined below. 3.2.1.1 Remove main gearbox. The contractor shall remove and store all motor wiring, vibration monitoring equipment, miscellaneous conduit, mounting and connecting hardware, concrete floor panels, GE motor, couplers, cooling fan assemblies, and other miscellaneous hardware as needed to gain access to the main gearbox. The contractor shall remove the main gearbox. 3.2.1.2 Repair main gearbox. The contractor shall repair the main gearbox. The contractor shall perform and document a failure analysis to determine why the gearbox failed. This task shall also include a failure mode analysis to determine how the gearbox failed. The contractor shall provide a detailed description of failed and worn gearbox sub-components (i.e. identify any collateral damage within the gearbox); any recommended changes to the device while in a tear-down status; identification of corrective measures that will not degrade the training nor the performance of the trainer, and a detailed cost estimate and schedule for each of the recommended repairs. The contractor shall prepare the Scientific and Technical Report and the Revision to Existing Government Documents (Planned Maintenance System (PMS)) in accordance with CDRL. 3.2.1.3 Reinstall main gearbox. The contractor shall reinstall main gearbox, properly align gearbox with the GE motor and the CFET arm shaft. The Gearbox shall be properly serviced and readied for normal operations. All conduits, fans, vibration monitoring equipment, and miscellaneous items removed during disassembly shall be reinstalled and tested. 3.2.1.4 Main gearbox break-in and testing for proper operation. The contractor shall perform all manufacturer "break-in" procedures of the gearbox and insure proper gearbox, motor, and trainer operation. The Quality Assurance and Revalidation (QA&R) Systems Test Criteria will be utilized by the Government team for acceptance of the contractor repair efforts. All weight that has been added to the CFET arm that is not included in the motor torque limiting program module in the CFET simulation program shall be identified and recalculated in the module. The contractor shall include in the Scientific and Technical Report all calculations used for torque-limiting tables, simulation program updates, and data supporting current estimated weight of rotating mass used in all calculations. Rotating mass inertia used in calculations shall include current weight of gondola, yoke, arm mass, main shaft, gearbox and motor in all inertia calculations. The contractor shall verify and test that the recalculated motor torque limiting program module in the CFET simulation program is within tolerable limits as identified in the Scientific and Technical Report in order not to over torque the motor, gearbox, and arm assemblies in real time. 3.2.1.5 Government Inspection. After the contractor has completed the repair and break-in, and check-out, the device shall be turned over to the Navy for testing and evaluation utilizing the QA&R Systems Test Criteria as well as other test profiles from the Aviation Survival Training Center training syllabus. The Navy will conduct a two-day test while the contractor observes the device for proper operation. The two-day test will include 1-hour pre-inspection, 6 hours of continuous trainer operation running assorted training profiles not to exceed 9g, followed by a 1-hour post operation inspection. On the second day, the Government will operate the device using training and test profiles that will operate the trainer up to 15g, at 6g onsets and 3g offsets, for 7 continuous hours followed by a 1-hour inspection. The Government will verify that the CFET meets the Systems Test Criteria of the QA&R as specified in paragraphs 2.14, 2.21, 2.22, 2.24, and 2.33 without over torquing the gearbox parameters identified in the Scientific and Technical Report. 3.2.2 Additional trainer repair and enhancements. All additional trainer modifications shall be subject to Government approval prior the performance of the work. The contractor shall develop a work description and estimated cost for all trainer repairs, trainer modification, or enhancements that are not related to, but were identified during the gearbox repair. This information shall be provided to the Government as part of the Contractor's Progress, Status and Management Report cited above. The Contracting Officer will provide direction for the contractor to proceed with any recommendations contained in the reports. Ship to NAS Lemoore, CA. Delivery NLT 60 days; acceptance shall be made at destination upon delivery. Delivery shall be made FOB Destination. The following FAR/DFAR provisions and clauses apply to this acquisition: 52.212-1, 52.212-3 ALTERNATE 1, 52.212-4, 52.212-5 (Dev), 252.212-7001, 52.228-5 and 52.236-9. The following subparagraphs of FAR 52.212-5(b) apply: (12), (13), (14), (15), (16), (22). The following subparagraphs of FAR 52.212-5(c) apply -- none. The following clauses of DFARS 52.212-7001(b) and (c) apply: 252.204-7001. The following NAVAIR clauses of 5252.217-9509 and 5252.228-9501 apply. A COMPLETED COPY OF THE FOLLOWING MUST BE INCLUDED WITH THE QUOTE: FAR 52.212-3 AND DFARS 252.212-7000. The following clause also apply: DFARS 252.2004, "Required Central Contractor Registration". The DPAS rating for this solicitation is N/A. See Note 22 (forty-five days is changed to read fifteen days). Quote is due at 2:00 EST on 07 January 2002 and may be made by FAX to 407-380-4164 (Attn: Mary Lu MacClary
Web Link
NAVAIR AIR WARFARE CENTER TRAINING SYSTEMS DIVISION, (http://www.ntsc.navy.mil/EBusiness/BusOps/Index.cfm)
Record
Loren Data Corp. 20011226/69SOL002.HTM (W-355 SN515830)

69 - Training Aids and Devices Index  |  Issue Index |
Created on December 21, 2001 by Loren Data Corp. -- info@ld.com