Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF MARCH 02, 2013 FBO #4116
SOLICITATION NOTICE

16 -- OVERHAUL MODULATING VALVES FOR H60 HELICOPTERS

Notice Date
2/28/2013
 
Notice Type
Combined Synopsis/Solicitation
 
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
HSCG3813QS00059
 
Archive Date
6/28/2013
 
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 is a combined synopsis/solicitation for commercial items prepared in accordance with the format in FAR Subpart 12.6 as supplemented with additional information included in this notice. The U.S. Coast Guard (USCG), Aviation Logistics Center (ALC), Medium Range Recovery (MRR) Contracting Branch intends to issue a Firm Fixed Price Purchase Order using the procedures of FAR Part 12 and Part 13. This Request for Quote HSCG38-13-Q-S00059 incorporates provisions and clauses in effect through Federal Acquisition Circular (FAC) 2005-65. This announcement constitutes the only solicitation; firm-fixed-price quotes for the overhaul of the following item(s) are being requested and a written solicitation will not be issued. The North American Industry Classification System Code is 336413 and the size standard is 1,000 employees. In accordance with FAR 6.302-1(a)(2), the U.S. Coast Guard Aviation Logistics Center (ALC) plans to award one (1) purchase order and negotiate only with Sikorsky Aircraft Corporation (Cage Code 78286) or Meggitt (North Hollywood), Inc. (Cage Code 79318) as the only known sources. All responsive responsible sources that provide an offer will be considered. Offerors that are not NAVSUP WSS certified sources of supply are considered non-responsive. 1. Modulating Valve Qty 4 Each P/N: 70309-23900-103 Required Delivery: 120 days ARO and induction STATEMENT OF WORK (SOW) This SOW provides for the overhauling to like new condition of the Modulating Valve (NSN 1660-01-161-8379, P/N 70309-23900-103) for the Coast Guard's Aviation Logistics Center (ALC), MH-60 J/T fleet. The modulating valve 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 nor to detract from procedures outlined in the original equipment manufacturer (OEM) specification except where noted herein. All overhaul actions shall be in accordance with the OEM commercial overhaul manuals and Federal Aviation Regulation Parts 43 and 145 or alternate standard approved in writing by 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. The contractor shall provide all necessary parts, material, labor, tooling, repair manuals, test equipment and facilities to evaluate and overhaul the modulating valve for the Coast Guard fleet of MH-60 J/T helicopters, as necessary to conform with 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. The work shall be in accordance with the OEM specifications except where noted herein. Naval Air Systems Command Depot Maintenance Manual A1-573QA-MDB-000, Depot Maintenance with Illustrated Parts Breakdown, Pump Module Assembly dated May 31, 1987 (latest change revision shall apply) shall be used when performing the overhaul requirements within this contract. The contractor shall obtain Naval Air Systems Command Technical Manuals by completing the requirements outlined in Naval Air Systems Command Technical Manual Program 00-25-100 dated December 1, 2009. Where applicable, the front cover of each manual will address if the Export Control Act applies. The contractor must have access to all needed maintenance, repair and 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 current specifications. Only approved commercial vendors that are NAVSUP Weapons System Support (NAVSUP WSS) approved shall be used for overhauling this valve. In accordance with Public Law 108-136, section 802, NAVSUP WSS has the sole responsibility to certify manufacturers/repair/overhaul agents for components commonly used by both the Navy and the Coast Guard. This component is used interchangeably throughout the Coast Guard MH-60J/T fleet and there are no authorized substitutions. If a commercial vendor requires NAVSUP WSS certification, follow the guidelines provided on the following Navy web site; https://www.navsup.navy.mil/navsup/ourteam/navsupwss/business_opps. Award of this requirement will not be delayed pending receipt of certification. Certification information is located under the Business Opportunities section, sub paragraph Commodities, document Source Approval Request Brochure - Repairs. 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). These are NOT flight critical items. However, serial number tracking shall be used for validating the correct unit was received at the vendor's repair facility and returned to ALC. Upon receipt of the items to be repaired, 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. Coast Guard aircraft operate primarily in a saltwater environment and are subject to corrosion. Corrosion is expected on equipment to be overhauled under this contract. During inspection and functional test, the presence of corrosion in a valve modulating 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. 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 U.S. Coast Guard, Aviation Logistics Center, MRR Engineering Division. In all cases, replacement parts shall be new. A copy of the contractor's work order, listing all replacement parts, shall be provided for each component. The contractor shall maintain a copy of replacement part certification documentation for inspection by the Government for a minimum of 24 months after delivery. A DD Form 1577-2, Unserviceable Tag-Material, or a CG-1577-A (11-90), Unsatisfactory Report Tag, will be attached to each Not Ready for Issue (NRFI) component describing faults. The valve modulating shall be overhauled to correct the specific fault(s) identified. The Coast Guard requires delivery of the overhauled valves six to eight weeks after induction and at a rate of four (4) per month. Induction shall take place within fifteen (15) calendars days after physical receipt of material. The Coast Guard desires early deliveries therefore early shipments are encouraged as long as no additional costs are incurred by the Coast Guard. All requests for time extensions shall be in writing and shall include substantiation of the need for such time extension(s) in accordance with FAR 52.212-4 (f) excusable delays. If nonperformance is not covered by an excusable delay the contractor and the Contracting Officer shall negotiate the consideration for the approval of the extended delivery date at which time a modification to the order will be issued to reflect the consideration and the extension. At the time of each 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 carton; 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 August 15, 2008. 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. Environmental Requirements. All parts must be thoroughly cleaned IAW applicable Component Maintenance Manuals or FAA Advisory Circular 43-205, Guidance for Selecting Chemical Agents and Processes for Depainting and General Cleaning of Aircraft and Aviation Products, to ensure they are as free as practicable of all hazardous dust to include hexavalent chromium, cadmium, lead, etc., prior to being returned to ALC. ALC may take random samples of parts to ensure they are free as practicable of all hazards. Information on these hazards can be found in Occupational Safety and Health Standards 1910.1025 (lead), 1910.1026 (Hexavalent Chromium) and 1910.1027 (Cadmium). 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 Naval Supply Weapon Systems Support (NAVSUP WSS) certified source of supply. All responsive responsible sources that provide an offer will be considered. Offerors that are not NAVSUP WSS certified sources of supply are considered non-responsive. The basis for award rests with the determination of fair and reasonable pricing and the ability to make an affirmative responsibility determination. The closing date for receipt of quotes is March 25, 2013 at 10:00 am EDT. Anticipated award date is no later than May 31, 2013. 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/HSCG3813QS00059/listing.html)
 
Record
SN02998352-W 20130302/130228234600-42ff2bc46b1b3c9cb131aee1dbd53aee (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  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.