SOLICITATION NOTICE
J -- Maintenance, Repair and Rebuilding of Equipment
- Notice Date
- 5/1/2002
- Notice Type
- Solicitation Notice
- Contracting Office
- Department of Transportation, United States Coast Guard (USCG), Commanding Officer, USCG Aircraft Repair & Supply Center, HU25, HH65, H60J, C130 or Support Procurement Building 79, 75, 79, 78, or 63, Elizabeth City, NC, 27909-5001
- ZIP Code
- 27909-5001
- Solicitation Number
- DTCG38-02-Q-100041
- Response Due
- 5/10/2002
- Archive Date
- 5/25/2002
- Point of Contact
- Sherri Peele, HU25 Contract Specialist, Phone 252-335-6491, Fax 252-334-5427, - Joyce Hudson, HU25 Contracting Officer, Phone 252-335-6142, Fax 252-334-5427,
- E-Mail Address
-
SPeele@arsc.uscg.mil, LHudson@arsc.uscg.mil
- Description
- This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in Subpart 12.6 as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; quotations are being requested and a written solicitation will not be issued. This Request for Quotation incorporates provisions and clauses in effect through Federal Acquisition Circular 2001-06. The North American Industrial Classification Code is 336412. The small business size standard is 1000 employees. This is an unrestricted procurement. The contract will be awarded using simplified acquisition procedures in accordance with FAR Part 13. The purchase order will be awarded on a firm fixed price basis. The Coast Guard anticipates award to a foreign firm performing work outside of the United States and therefore has not incorporated Department of Labor (DOL), Service Contract Act (SCA) wage rates. If the purchase order is awarded within the United States, DOL wage rates will be incorporated. The contractor shall provide necessary labor, tooling, test equipment, materials, parts and facilities to perform in accordance with the following statement of work. Clin 1 Mandatory Service Bulletin MOD 1946, (SB-Da72-533), AD 2001-19-06 RR plc on Rolls Royce Dart 5298X Engine serial numbers 16270 and 16269, Quantity 2 each; Clin 2 Overhaul/Inspection NVG's for Engine Service Life Extension Application, Quantity 2 each. Statement of Work For Engine Service Bulletin and Service Life Extension for U.S. Coast Guard owned Dart Aircraft Engines (Rev. 4/12/2002) 1.0 Scope. 1.1 Scope of work. This Statement of Work (SOW) defines the scope of effort that the contractor shall perform to comply with Airworthiness Directive 2001-19-06 and Rolls-Royce Mandatory Service Bulletin Da 72-533 on U.S. Coast Guard owned Rolls-Royce Dart Engines Serial Number 16269 and Serial Number 16270, and inspection of Nozzle Guide Vanes to enable application for 2000 hour extension of Time Before Overhaul (TBO). This effort shall include all necessary engineering labor, administrative and managerial services, material, hardware (except as specified herein), and facilities to: 1.1.1 Comply with Service Bulletin Da 72-533 (Mod 1946) and produce Engine Log Book entries for this modification. 1.1.2 Perform Nozzle Guide Vane inspection and documentation for engine TBO extension of 2000 hours. 1.1.3 Complete the requirements of this SOW within 45 calendar days from date of engine delivery to contractor site. Completion and delivery of both engines is required prior to 30 June 2002. 1.1.4 Delivery/Shipping of engine to contractor site will be coordinated by COTR after contract award. 1.1.5 Contractor shall provide engine shipping containers. Containers shall be shipped to :U.S. Coast Guard Air Station Miami, Opa Locka Airport, Opa Locka, FL 33054/ C/O Gulfstream 1 Program. Containers will be returned to contractor upon delivery and installation of completed engines. 1.2 Paragraph References. Within this SOW, references to a given paragraph number shall imply reference to all sub-paragraphs. Where a group of paragraphs is referenced, such as paragraph 5.1.1 through 5.3.4, the word inclusive after paragraph 5.3.4 is implied whether or not actually stated. 2.0 Applicable Documents. 2.1 Documents listed in paragraph 2.1.1 form part of the technical requirements of the SOW to the extent specified herein. In the event of a conflict between documents referenced and this SOW, the requirements of the SOW shall govern. 2.1.1 The Coast Guard will make the following manuals and documents available to the contractor upon contract award: Applicable Engine Logs and records. Copy of SB Da 72-533 and AD 2001-19-06. 2.1.2 In the event of errors within the government-supplied manuals, documents or diagrams, the contractor shall furnish the Contracting Officer a report of the errors along with marked-up documents within 3 days of such error discovery. Upon receipt of error corrections the Government shall approve or disprove the corrections within 5 days. Upon governmental approval of the marked-up diagrams, the contractor may use the marked-up diagrams for performance of work. The marked-up diagrams and documents shall remain the property of, and be returned to the USCG at completion of the contract. 3.0 Requirements. 3.1 General. Engine modifications, inspection and testing shall be performed in accordance with Mandatory Service Bulletin Da 72-533 as specified in paragraph 1.1.1 of this SOW. 3.2 Upon completion of modification or repair, certification will be to FAA standards as certified by FAA or FAA Designee. 3.3 Discrepancies. Discrepancy repairs shall not be performed prior to the Contracting Officer?s authorization. All repairs will be done in accordance with the Gulfstream Aerospace/Rolls Royce repair procedures. In cases where repairs are not covered in the Gulfstream/Rolls Royce repair manuals, repairs will be preformed in accordance with current Federal Aviation Administration requirements. Discrepancies identified not specifically related to completion of this SOW will be completed by Coast Guard personnel. 3.4 Replacement parts. The contractor as required by this SOW shall furnish required components and shop supplies. 3.5 Workmanship. The contractor shall conform to aircraft manufacturer workmanship and warranty standards. Operation shall be warranted for 1Year or 500 Cycles, whichever occurs first. This warranty will not include government-repaired discrepancies. 3.6 Maintenance records. The contractor shall provide appropriate aircraft log book entries and assist U.S. Coast Guard representative in updating the required maintenance records. 4.0 Work Schedule Plan and Status Reviews 4.1 The contractor shall submit a written work schedule and proposed delivery schedule. Actual delivery schedule shall be coordinated between the contractor, Contracting Officer, and Contracting Officer?s Technical Representative upon award. The Required delivery date is 30 June 2002 5.0 Materials, Processes and Parts. 5.1 General. Contractor shall insure that all materials, processes and parts used will be in accordance with Rolls Royce specifications or FAA specifications. Nonstandard parts or materials shall not be used. 5.2 Specific requirements. 5.2.1 Commercial hardware. Commercial hardware shall not be modified without USCG consent. The purpose of this is to maintain interchangeability of purchased components with similar ?off-the-shelf? components, which will provide improvements in supportability. 5.2.2 Ground support. Contractor shall provide all required ground power and support equipment to perform the modification and testing requirements of this SOW. 6.0 Quality Assurance. 6.1 A Coast Guard Quality Assurance inspector will conduct QA inspections on the completed engines at U.S. Coast Guard Air Station Miami in Opa Locka Florida. 6.2 Responsibility for Inspection and Testing. The Contractor shall be responsible for the performance of all required ground inspection and testing. The Coast Guard will be responsible for all aspects of flight-testing, to include providing aircrew and pilots, and associated flight costs such as fuel, fluid and lubricants expended in performance of flight-testing. 6.3 Acceptance. Final acceptance will be by the COTR and will be based on acceptable outcome of ground and in-flight testing. Final approval and acceptance of documentation shall be provided to the contractor in writing by the Contracting Officer. 7.0 Delivery requirements. 7.1 Deficiencies. Any deficiencies identified during ground or in-flight testing shall be corrected by the Contractor within a time period acceptable to the USCG. 8.0 Notes. 8.1 The aircraft has been maintained in accordance with Rolls Royce Inspection Schedule and Federal Aviation Regulations. 8.2 Evaluation of Aircraft. Bidders may make arrangements to inspect and evaluate the Engines, subject to availability, by contacting Commanding Officer, USCG Air Station Miami, FL, 33054 at (305) 345-6735 or (305) 953-2220. POC will be Chief Warrant Officer Jeffrey B. Dorwart. 8.3 Acronyms. TBO Time Before Overhaul AFTO Air Force Technical Order FAA Federal Aviation Administration MIL Military Standard QA Quality Assurance RFI Ready For Issue (A Condition) SOW Statement Of Work STC Supplemental Type Certificate USCG United States Coast Guard The Coast Guard does not own nor can it provide specifications, plans, drawings or other technical data except what is listed for release in the statement of work. Delivery will be made to US Coast Guard Air Station Miami, Opa Locka Airport, Opa Locka, FL 33054, M/F: Gulfstream 1 Program. F.O.B. destination applies and any offers submitted on a basis other than F.O.B. Destination will be rejected as nonresponsive. Packaging and marking shall be in accordance with best commercial practices to ensure safe transit and storage. Note each engine must be individually packed in a separate box suitable for shipment via land, air or sea; Each package shall be individually labeled on the outside with NSN, P/N, S/N, Quantity, Nomenclature, Purchase Order Number, Line Item Number. Bar coding is authorized, however, not mandatory. Inspection and acceptance shall be performed by Quality Assurance at destination in accordance with the SOW. Required delivery date is June 30, 2002. Anticipated award date is May 13, 2002. All responsible sources may submit a quotation which shall be considered by the Agency. Sources shall be certified by the FAA or the OEM. The following FAR provisions and clauses apply to this request for quotation and are incorporated by reference. FAR 52.212-1 Instructions To Offerors Commercial Items (Oct 2000) FAR 52.212-2 Evaluation Commercial Items (Jan 1999) this provision will not be used. Award will be made to the offeror who submits the lowest price technically acceptable FAR 52.212-3 Offeror Representations and Certifications Commercial Items (Apr 2002) Alt I (Apr 2002) These certifications must be included with the quotation, copies may be obtained by calling the Agency FAR 52.212-4 Contract Terms and Conditions Commercial Items (Feb 2002) ADDENDUM FAR 52.215-20 Alt IV Requirements for Cost or Pricing Data or Information Other Than Cost or Pricing Data (Oct 1997) (a) Submission of cost or pricing data is not required (b) Provide information on the prices at which same or similar items have been repaired in the commercial market that is adequate for evaluating the reasonableness of the price for this acquisition. (End of Provision) FAR 52.246-11 Higher-Level Contract Quality Req (Feb 1999) The contractor shall provide and maintain a quality system equal to ISO 9001, ISO 9002, ANSI/ASQC, Q9001, Q9002 or a higher-level system acceptable to the Government. contractor shall state quality system to be used in performance of this contract. FAR 52.247-45 F.O.B. Destination (Nov 1991) FAR 52.252-2 Clauses Incorporated by Reference (Feb 1998) This contract incorporates one or more clauses by reference, with the same force and effect as if they were given in full text. Upon request, the Contracting Officer will make their full text available. Also, the Full Text of a clause may be accessed electronically at this Internet address; www.deskbook.osd.mil FAR 52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders Commercial Items (Dec 2001) FAR 52.222-19 Child Labor?Cooperation with Authorities and Remedies (E.O. 13126) FAR 52.222-21 Prohibition of Segregated Facilities (Feb 1999) FAR 52.222-26 Equal Opportunity (E.O. 11246) FAR 52.222-35 Equal Opportunity for Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans (38 U.S.C. 4212) FAR 52.222-36 Affirmative Action for Workers with Disabilities (29 U.S.C. 793) FAR 52.222-37 Employment Reports on Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans (38 U.S.C. 4212) FAR 52.232-33 Payment by Electronic Funds Transfer-Central Contractor Registration (31 U.S.C. 3332) Minority, Women-owned, and Disadvantaged Business Enterprises (DBEs)! The Department of Transportation (DOT), Short-Term Lending Program (STLP) offers working capital financing in the form of lines of credit to finance accounts receivable for transportation related contracts. Maximum line of credit is $500,000 with interest at the prime rate. For further information, call (800)532-1169. Internet address: http://osdbuweb.dot.gov. FAR 52.211-15 Defense Priorities and Allocations System Rating: DO-A1 (Sep 1990) Closing date and time for receipt of offers is May 10, 2002, 4:00 pm, Eastern Daylight Time. Facsimile Offers are acceptable and may be forwarded via fax number 252-334-5427. Email offers may be submitted to Ms. Sherri Peele at speele@arsc.uscg.mil. Offers may be submitted on company letterhead stationery indicating the nomenclature; part number; unit price, FOB point; payment terms and any discount offered for prompt payment, the business size standard and any minority classification; delivery date and warranty provisions. Offeror Representations and Certifications-Commercial Items shall be submitted with quotation.
- Record
- SN00069468-W 20020503/020501213227 (fbodaily.com)
- Source
-
FedBizOpps.gov Link to This Notice
(may not be valid after Archive Date)
| FSG Index | This Issue's Index | Today's FBO Daily Index Page |