SOLICITATION NOTICE
J -- GULFSTREAM-IV MAINTENANCE
- Notice Date
- 2/7/2003
- Notice Type
- Solicitation Notice
- Contracting Office
- Department of Commerce, National Oceanic and Atmospheric Administration (NOAA), Central Administrative Support Center, 601 East 12th Street, Room 1756, Kansas City, MO, 64106
- ZIP Code
- 64106
- Solicitation Number
- WC1330-03-RP-0015
- Archive Date
- 3/22/2003
- Point of Contact
- Joseph D'Felio, Lead Contract Specialist, Phone (816) 426-7267, Fax (816) 426-7530, - Joseph D'Felio, Lead Contract Specialist, Phone (816) 426-7267, Fax (816) 426-7530,
- E-Mail Address
-
joseph.d.dfelio@noaa.gov, joseph.d.dfelio@noaa.gov
- Description
- This requirement is for aircraft inspection, maintenance, repair, and modification. The required work will be performed on the National Oceanic and Atmospheric Administration (NOAA), Aircraft Operations Center (AOC), 1994 Gulfstream G-IV SP high altitude fixed wing aircraft N49RF, Serial Number 1246. The aircraft currently has 1900 hours of flight time since new. The aircraft is based in Tampa Florida. The contractor shall provide all inspections, maintenance, repair and modifications when the aircraft arrives at its facility. The aircraft will be flown to the contractor's facility by NOAA Personnel prior to commencement of the required Operation #1 inspection, Due List, and modifications NOAA require for ASC's/CB's and Ads which will be done in accordance with all Gulfstream Aerospace and Federal Aviation Administration (FAA) publications. The contractor shall be responsible for all documentation and log book entries. Maximum aircraft downtime is 3 weeks after delivery of the aircraft to maintenance facility, work will commence on or about April 15, 2003. All work requirements will be given to the contractor on request. AOC may elect to complete all or some of the scheduled item listed below. The contractor shall furnish all labor, materials, equipment, and parts necessary to perform the following types of service, which include but are not limited to: Gulfstream Computerized Maintenance Program (CMP), inspection, repair, maintenance, required manufacturer's and/or customer requested modifications on an as needed basis. The contractor shall also furnish all labor, materials, equipment, and parts necessary for repairs, on an as needed basis. A list of discrepancies from the inspection will be forwarded to the AOC Maintenance Officer and/or on site COTR. All items are to be provided by the contractor either in new or overhauled condition and shall be properly tagged in conformance with FAA regulations. The contractor will obtain instruction regarding the disposition of non-exchangeable items from the AOC Maintenance Officer and/or on site COTR. Warranty: Parts and material furnished on these inspections, repairs, and modifications will be warranted to be free from defects and workmanship for a period of one year or 1000 flight hours, whichever occurs first from the date of government acceptance. Evaluation Criteria: The evaluation of offers shall be based on the following: Must have the G-IV SP aircraft on FAA Repair Station Certificate. G-IV SP S/N: 1246 must be insured against loss or damage for $50.0 million for the time the aircraft is at the facility (proof of insurance). Evaluation will also be based on number of G-IV SP Type aircraft that contractor has performed similar maintenance on in the past 6 months. Distance from AOC (Tampa, Florida) to the contractor's maintenance facility. (This expense to the Government will be estimated and borne by the government.) Offerors must also submit documentation to verify that they are authorized by Gulfstream to perform ASC, CB's, major modifications, and warranty work as required. Offerors must be able to provide all scheduled items at the same facility, and at the same time, or at a place and time pre-approved by the AOC. Offerors past performance. This is a commercial items acquisition. This action is not set-aside for small businesses. Solicitation packages will be available on or about February 14, 2003. Offers will be due in 15 days after issuance. Firms interested in obtain copies of the solicitation may due so by e-mail or faxing a request to the Contracting Officer at (816) 426-7530. E-mail and fax requests should reference the Solicitation Number. Work consists of, but is not limited to the following: Schedule Item No. 0001 -- Operation Package One S/N: 1246 N49RF: 212033 valve, check ram air-insp, 236010 wick, l wing-resist ck, 236011 wick, r wing-resist ck, 237004 CVR system - ground test, 243189 fan, batt circ-func test, 270011 control surface hinges-lube, 276004 detector, g/spoilfault-f/t, 276005 speed brake sys-ops test, 303005 pitot heat system-ops test, 303006 standby pitot heat -ops test, 303009 tat probe heat -ops test, 303012 angle of attack heat-ops test, 322042 nose gear axle assy --corr prey, 330007 emer exit lts ops test, 330010 exterior ught8-ops test, 351005 oxygen system, pilot --ops test, 351006 oxygen system, copilots--ops test, 351007 oxygen system, jumpsea t --ops test, 510070 honeycomb bond(alum}-test/insp, 521003 door, main entrance-lube, 521007 door, main entrance-insp, 521008 inflate seal, ent dr-op test, 521009 inflate seal, bag dr-op test, 521024 pins, ent door hinge--insp, 521050 reg, door seau system--inspect, 523004 door, baggage-lube, 527005 warn sys, ent dr-op test, 527008 warn sys, bag dr-op test, 527012 warn sys, tail dr ?op test, 532052 torque box mount -insp, 534015 installation, lmg-insp, 534016 installation, rmg-insp, 534018 wheel well, ur mlg-insp, 534020 w/well and nlg install-insp, 551019 stab/elevlext-insp, 551020 stab/elev r ext-insp, 571030 wg breather angle-insp(24/12mo), 710019 powerplants, l internal insp, 710020 power plant, r internal insp due list, upgrade two (2) Collings TDR-94D transponders for TACS change 7 requirements, rewire IRS up to ac 1330 standards, providing for radar stabilization inputs fro independent IRS. Schedule Item No. 0002 -- Electronic Standby System: installation of, operating and maintenance manuals, wiring diagrams, certification of BF Goodrich GH-3000 (latest version) electronic standby instrument system and an option for installing BF Goodrich MAG-3000. Schedule Item No. 0003 -- upgrade avionics: installation of, operating and maintenance manuals, wiring diagrams, certification for: upgrading the existing #1 and #2 Honeywell NZ-2000 FMS's software. Replace existing pilots and co-pilots CD-810 FMS control/displays with CD-820s. Provide and install AFIS with VHF communications link & AERO-H SAT-COM interface. Upgrade both comm radios to meet 8.33khz requirements. Schedule Item No. 0004 -- Replace Cockpit Seat Covers and Flooring: Recover crew seats. The cockpit crew seats will be removed from aircraft and stripped of all soft goods. The seat restraint belts will be retained. The seat frames are currently painted black and will remain as is. New Ipeco back and bottom cushions will be installed on crew seats. The seats will be covered in AOC approved blue leather with sheepskin inserts. The crew seats will be reinstalled in aircraft and adjusted for correct fit and function. Install carpet throughout cockpit. The existing vinyl flooring in cockpit will be removed. New AOC selected solid color blue carpet will be installed in cockpit to include all applicable side panels and top of step box. All exposed edges of new carpet will be surged with harmonizing thread. New lightweight Nomex carpet padding will be installed in the cockpit. Schedule Item No. 0005 -- Replace Vestibule and Cabin Carpeting: Install new floor carpet from vestibule through aft cabin. The existing vinyl flooring vestibule through cabin will be removed. The air duct carpet will be retained. New AOC selected, solid color blue carpet will be installed on floor from vestibule through aft cabin. New lightweight Nomex carpet padding will be installed in the vestibule through cabin. Schedule Item No. 0006 -- Install four (4) Threshold Plates in Specified Areas. Four (4) aluminum threshold plates will be fabricated and installed in the following areas: entryway (top of med steps), aft of radio rack area, between vestibule and forward cabin, and aft cabin bulkhead. Schedule Item No. 0007 -- Replace Racal Satcom Antenna with EMS AMT-50G. Electrically disconnect the existing Racal Satcom Antenna (model: MCA6010) from the Honeywell MCS-3000 Satcom System and remove the Racal Antenna. Install an EMS Technologies Satcom Antenna (model: AMT-50G), appropriate for the aircraft, and electrically mate with the existing Honeywell MCS-3000 Satcom system. The contractor shall ensure that installation of the AMT-50G antenna does not incur additional electrical or mechanical modifications to the aircraft per the design of the AMT-50G antenna - any discrepancies to this affect shall be reported to AOC immediately. Upon completion of the antenna installation, the contractor shall verify compatibility of the AMT-50G antenna with the Honeywell MCS-3000 and perform the integrated diagnostic and acceptance procedures per section 6 and section 7 of the Honeywell MCS-3000 maintenance manual. In addition, the contractor shall perform an operational/functional test of the voice-mode communications. The test results shall be reported to AOC upon completion of said procedures. The contractor shall provide all documentation regarding certification, drawings, and diagrams generated as a result of the antenna replacement. The Racal antenna is to be returned to AOC in Tampa.
- Record
- SN00255330-W 20030209/030207213304 (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 |