SOLICITATION NOTICE
J -- Aircraft Engine Overhaul
- Notice Date
- 3/20/2005
- Notice Type
- Solicitation Notice
- NAICS
- 336412
— Aircraft Engine and Engine Parts Manufacturing
- Contracting Office
- Department of Agriculture, Forest Service, R-9 Minnesota Shared Service Contracting Unit, 8901 Grand Avenue Pl., Duluth, MN, 55808
- ZIP Code
- 55808
- Solicitation Number
- RFQ-05-15
- Response Due
- 4/12/2005
- Archive Date
- 4/27/2005
- Small Business Set-Aside
- Total Small Business
- 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; proposals are being requested and a written solicitation will not be issued. This is a Request for Quotations. The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Curricular 05-01. This is a small business set-aside. The applicable NAICS code is 336412. The small business size standard is no more than 1,000 employees. The contractor shall furnish all parts, labor, and facilitating equipment for the overhaul of specified Pratt and Whitney Wasp Jr. 450 HP R-985-14-B S/N 60169 aircraft engine in accordance with the following delivery requirements, service requirements, and specifications for the Superior National Forest. All overhaul and repairs shall be in accordance with current FAA regulations, manufacturers overhaul manuals, service bulletins, service letters, and recommendations governing the overhaul of aircraft engines of the type specified in this Solicitation. A. The work will be performed at an FAA approved station. The aircraft engine to be overhauled and/or repaired is a basic engine. The basic engine includes the carburetor, magnetos and blocks, ignition harness leads, cylinder baffling, engine mount and mount bolts. The engine mount bolts and mount are not considered a part of the basic engine, but will be inspected and overhauled as specified herein. Also engine accessories to be overhauled will include magnetos, fuel pump, vacuum pump, tach generator and starter. All overhaul shall be performed in accordance with current FAA regulations, manufacturers overhaul manuals, service bulletins, service letters, and recommendations governing the overhaul of aircraft engines of the type specified in this solicitation. The Contractor shall comply with all FAA Airworthiness Directives applicable at the time of the award and during the contract period. The Forest Service will pay for shipping the engine both directions. The engine will be shipped to the contractor via Government Bill of Lading (GBL). Return shipping shall be prepaid by the contractor and the cost of the shipping will be added to the invoice for the job. The engine shall be returned in the same container as received in. Major overhaul and/or repair to the basic aircraft engine shall include furnishing and installing new and unused replacement parts having as their origin the original engine manufacturer or the duly authorized licensee or manufacturer under FAA/PMA as follows (rebuilt or overhauled replacement parts are not acceptable unless specified). Note: When the wording "MUST MEET NEW SPECIFICATIONS" appears, that means the existing part can be reused as long as it can meet the measurements of a new part, not the outer limits of a reconditioned part. 1. Ultrasonic testing of cylinders; 2. Valve guides, exhaust, 100% replacement of new guides on all cylinders; 3.Valve guides, intake must meet as new specifications; 4. Valves, exhaust must not be ground below 550 limit, and must meet new limit specifications. If replacement parts are needed, new parts must be used; 5. Valves, intake valves may not be ground past new limit specifications; 6. Valve springs, 100% replacement, washer and keepers, black oxidized for oil retention; 7. Valve seats replaced as required; 8. Cylinders - blasted and barrel portion metalized; 9. All cylinders shall be chromed to standard and choked to .012 inch or be new standard cylinders; 10. Replace spark plug bushings as required and reface all bushings. All bushings must be in perfect condition with all threads intact (no heli-coils are permitted); 11. Pistons - 100% new replacement; 12. Piston pins, heavy wall, must meet new specifications; 13. Piston pin plugs, heavy duty, must meet new specifications; 14. Piston rings, 100% new replacement tailored to match either a new or rechromed cylinder; 15. Primer lines - 100% new replacement; 16. Rocker box drain system installed 360 degrees, use mill-spec-hose, and new clamps; 17. Ignition wiring, 100% new factory fresh silicone type with 5/8 X 20 spark plug elbows installed (small ends); 18. Ignition harness manifold and lead elbows repaired or replaced 100% new replacement of the cigarettes; 19. Magneto overhaul, must include new blocks, rotor, points, condenser, bearings, and distributor gears; 20. Alternator mount studs shall protrude 2-1/2 threads after alternator and nuts have been installed; 21. Bushings (lord mounts), 100% new replacement; 22. Engine mount, remove paint, magnaflux and repair as necessary prime coat and paint (silver color); 23. Push rod housing, stainless steel type, must be in perfect condition; 24. Assemble impeller and shaft, electronically balanced and certified; 25. Link pins must be magnafluxed and the rods shot peened - stress relieved, and meet new specifications; 26. Blower plates, install-Pratt& Whitney P/N 8712 must meet new specification; 27. Magneto drive bushings must meet new specifications; 28. Magneto drive rubber couplings must meet new specifications; 29. Starter drive bushings must meet new specifications; 30. Oil transfer tube, install new ring carrier P/N 10266 and ring P/N 33455; 31. Alternator drive bearings assembles for 50 AMP Jasco-type, must meet new specifications; 32. 10 to 1 blower bearings - 100% new; 33. Reface cylinder pads on main case and install 100% new cylinder hold down studs; 34. Reface magneto pads if necessary and install stainless steel plates (Factory and FAA approved); 35. Rocker oil manifold ring and mating surface milled; 36. Propeller governor drive studs remove and replace with new studs 100%, and shall be sufficient length to protrude 2-1/2 threads after governor installation; 37. No reground cams acceptable; 38. Thrust bearing P/N 288934, new; 39. Gun control bushings P/N 1171, must meet new specifications; 40. Magneto Drives (long) P/N 1174, must meet new specifications; 41. Starter shaft bushing P/N 1191, must meet new specifications; 42. No welded sumps acceptable; 43. Spark plugs 5/8" fine wire REM 38S; 44. Exhaust studs, 100% new; 45. Rear bearing P/N 288 947, must be reconditioned or replaced with new; 46. Front bearing P/N 325 683, must be reconditioned or replaced with new; 47. Cotter pins on exposed part of engine shall be stainless steel type; 48. Engine cylinder baffling, repair or replace all parts pertaining to baffling, paint (black) and install in same blast tube configuration as received; 49. Paint rear of case with white and the front in gray; 50. Test run engine for a minimum of 4 hours; 51. Readjust valves after 4 hour test run; 52. Preserve engine and components for dry storage which may exceed three years; 53. Crank shaft must be dynamically balanced. Special Note: This engine has 1600 hours since last overhaul. The oil consumption is normal. The engine was removed due to reaching TBO. Accessories that will be included are as follows: Tach Generator GE P/N 7AAT-1 S/N AF44217747; Fuel Pump Pesco AN 4100 S/N PEW 2440W; Starter Eclipse P/N 756-9CG S/N 869; Vacuum Pump Eclipse B-11AEA S/N B-18901; Carburetor Bendix NAR 9B-19 S/N 5811514. Baffling repaired as necessary replacing the slider catch when wear is apparent and paint black. Engine flexible mounts MB100877 must be magnaflux inspected. FAR Provision 52.212-1 and any addendums apply to this acquisition. FAR Provision 52.212.-2 and any addendums apply to this acquisition. Evaluation criteria is as follows: Past Performance: 1) List similar projects completed in the past three years with government agencies or commercial businesses and emphasize past performance in working on Pratt and Whitney Wasp Jr. 450 HP R-985-14-B S/N 60169 aircraft engine; 2) List projects for which you have received recognition or awards for completion; and 3) List any projects for which you failed to complete on time in the last three years. Provide explanation of circumstances. Technical Capability: On-site organization and responsibilities, Pre-agreement with Subcontractors/Suppliers, Back-up Plan, Record keeping during the project. How do you intend to accomplish this project? 1) List key personnel, include management and supervision; 2) List supplies, tools, equipment and facilities to be used; 3) Please submit your detailed work schedule to accomplish this project; 4) List contractual commitments running concurrently with project; and 5) List subcontractors and major suppliers and experience with them. Quality/Safety Control: 1) Please submit your quality control program addressing material and workmanship quality control; and 2) What safety program do you expect to use. Technical and past performance, when combined, are significantly more important than cost or price. Engine will be available the first week in June 2005 and performance period is sixty calendar days, excluding shipping time. Offerors are advised to include a completed copy of the provision at 52.212-3 with its offer. FAR Provision 52.212-4 and any addendums apply to this acquisition. FAR Provision 52.212-5 and any addendums apply to this acquisition. Any additional contract requirement(s) or terms and conditions determined by the contracting officer that are necessary for this acquisition are consistent with customary commercial practices. Proposals are due by 2:00 PM CST on April 12, 2005. Submit to the USDA ? Forest Service, Attn: Karl Lautzenheiser, 8901 Grand Avenue Place, Duluth, Minnesota, 55808-1122. (218) 626-4353. DIRECT ALL TECHNICAL QUESTIONS TO DEAN LEE, U.S.F.S. SEAPLANE BASE, 218-365-7565. See numbered note #1.
- Record
- SN00772229-W 20050322/050320211516 (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 |