MODIFICATION
J -- Repair HPT stationary air seals P/N 5031T03G07 and P/N 5031T03G09. - Amendment 1
- Notice Date
- 7/30/2013
- Notice Type
- Modification/Amendment
- NAICS
- 336412
— Aircraft Engine and Engine Parts Manufacturing
- Contracting Office
- N68836 NAVSUP Fleet Logistics Center Jacksonville Naval Air Station Building 110, 3rd Floor 110 Yorktown Rd Jacksonville, FL
- ZIP Code
- 00000
- Solicitation Number
- N6883613T0231
- Response Due
- 7/23/2013
- Archive Date
- 8/27/2013
- Point of Contact
- Michael E. Jolley, Phone: 9047904495
- E-Mail Address
-
michael.e.jolley@navy.mil
(michael.e.jolley@navy.mil)
- Small Business Set-Aside
- Total Small Business
- Description
- N68836-13-T-0231 The original solicitation/synopsis was posted through the Navy Electronic Business Opportunities website known as NECO, however, the website at www.navy.neco.mil is currently down. The purposed of this amendment is to ensure all solycitation/synopsis documents previously posted to NECO are available in FEDBIZOPPS and to extend the due date. Please see attachments. The proposed contract action is for a commercial item which the NAVSUP FLC Jax intends to solicit as a 100% small business set aside. This is a combined solicitation/synopsis for commercial items prepared in accordance with the format in FAR subpart 12.6 as supplemented with additional information included in this notice. This announcement constitutes only solicitation, quotations are being requested and a written solicitation will not be issued. The solicitation number, N68836-13-T-0231 is issued as a request for quotation (RFQ). The North American Industry Classification System (NAICS) Code for this acquisition is 336412 and the business size standard is 1000. All interested bidders shall submit quotations electronically by email to Michael.e.jolley@navy.mil or by facsimile at 904-790-4247, attention Michael Jolley. The submitter should confirm receipt of facsimile and email submissions. Quotations are due on or before 12 August 2013, 11:00AM Eastern Standard Time to be considered responsive. CLIN 0001 Repair HPT stationary air seal P/N 5031T03G07 in accordance with the performance work statement. Qty 15 each $________ CLIN 0002 Repair HPT stationary air seal P/N 5031T03G09 in accordance with the performance work statement. Qty 19 each $________ Contractor MUST complete FAR 52.212-3, Offeror Representations and Certifications – Commercial Items, when submitting a proposal. The website address is http://www.acquisition.gov. This acquisition incorporates the following FAR clauses: 52.204-7 Central Contractor Registration (APR 2008) 52.204-8 Annual Representations and Certifications (JAN 2006) 52.212-1 Instruction to Offerors-Commercial Item (JUN 2008) 52.212-3 Offeror Representations and Certification--Commercial Items (JAN 2011) 52.212-4 Contract Terms and Conditions--Commercial Items (JUN 2010) 52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders--Commercial Items (JAN 2011) 52.219-1 Small Business Program Representations. (MAR 2001) 52.222-3 Convict Labor (JUN 2003) 52.222-19 Child Labor -- Cooperation with Authorities and Remedies (JUL 2010) 52.222-21 Prohibition Of Segregated Facilities (FEB 1999) 52.222-22 Previous Contracts and Compliance Reports 52.222-26 Equal Opportunity (MAR 2007) 52.222-35 Equal Opportunity for Veterans (SEP 2010) 52.222-36 Affirmative Action for Workers with Disabilities (OCT 2010 52.222-37 Employment reports on veterans (SEP 2010). 52.222-48 Exemption from Application of the Service Contract Act to Contacts for Maintenance, Calibration, or Repair of Certain Equipment Certification (FEB 2009) 52.222-51 Exemption from Application of the Service Contract Act to Contracts for Maintenance, Calibration, or Repair of Certain Equipment-Requirements (NOV 2007) 52.223-18 Contractor Policy to Ban Text Messaging while Driving (SEP 2010) 52.225-13 Restrictions on Certain Foreign Purchases (JUN 2008) 52.232-33 Payment by Electronic Funds Transfer-Central Contractor Registration (OCT 2003) 52.237-3 Continuity Of Services (JAN 1991) 52.252-2 Clauses Incorporated By Reference (FEB 1998) 252.204-7003 Control Of Government Personnel Work Product (APR1992) 252.204-7004 Alt A Central Contractor Registration (52.204-7) Alt A (SEP 2007) 252.212-7001 Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items (APR 2007) 252.225-7001 Buy American Act and Balance of Payment Program (JAN 2009) 252.225-7002 Qualifying Country Sources As Subcontractors (APR 2003) 252.232-7003 Electronic Submission of Payment Requests (MAR 2008) 5252.204-9400 Contractor Access to Federally Controlled Facilities and/or Unclassified Sensitive Information or Unclassified IT Systems (May 2010 All responsible sources may submit a capability statement, proposal, or quotation, which shall be considered by the agency. PERFORMANCE WORK STATEMENT 1.0 Introduction 1.1 The Fleet Readiness Center, Southeast (FRCSE) requires replacement of the honeycomb seal in the high pressure turbine (HPT) stationary air seal, part numbers 5031T03G07/G09. The HPT stationary air seal prevents the balance piston air from leaking into the core flow going to the HPT blades. 2.0 Background 2.1 The HPT stationary air seal (PN 5031T03G07/G09) is required during depot repair of the HPT nozzle support and seal face assembly (PN 5033T79G07). Presently, the stationary air seal is unavailable and we are experiencing 109 each backorders Fleet wide. The current contract of 207 each is scheduled to begin delivery in July but will not cover current backorders plus demand. Get well forecasts have determined that with the best manufacturing scenario we cannot meet demand without augmenting new seals with refurbished stationary air seals. In 1993 the USN experienced a similar situation and qualified a repair to refurbish the honeycomb seal. Re-establishing this repair capability will alleviate current Fleet backorders and provide the USN an improved logistics posture for future readiness. FRCSE does not have the capability to stand up organic support of the stationary air seal. 3.0 Scope 3.1 The US Government will provide to the contractor HPT stationary air seals with accompanying work orders requiring maintenance, repair, and/or overhaul service. The contractor will return to the Government only repaired HPT stationary air seals that are ready for issue (RFI). The Government requires vendor to return seals to RFI condition by inspecting seals received, replacing the honeycomb seal, and ensuring the HPT stationary air seal passes dimensional inspection. All procedures shall be in accordance with specifications and documentation of section 4.0 of this SOW. Any deviations from these documents should be coordinated through the USG F404 Fleet Support Team. 3.2 Critical Safety Item Requirements 3.2.1 These parts are Critical Safety Items. Repair sources must meet the requirements contained in NAVAIR Critical Item Management Desktop Guide of 23Apr2004, Paragraph 6.b(1) of Appendix I. 4.0 Applicable Documents 4.1 Government Documents The following are applicable Government documents; however the OEM maintenance manual will take precedence. 4.1.1 Drawing 5031T03 Drawing. 5.0. Performance Requirements 5.1 Contractor shall disassemble, clean, inspect, and repair HPT stationary air seals part numbers 5031T03G07 and 5031T03G09. Contractor will be required to have repair capabilities including but not limited to the appropriate technical data, manufacturing documents, engineering drawings, design changes, and support equipment. 5.2 Contractor is responsible for the repair and delivery of the product. All shipments from the FRC, to the repairing contractor’s site, shall be at the government’s expense. The Government will inspect candidates for repair, and only send viable assets. 5.3 Contractor will perform a receiving inspection, measurement, and evaluation to determine the acceptability for repair. All seals will be received and visually inspected for physical damage. Only seals that are acceptable for repair shall be processed. Vendor may scrap unserviceable parts, but must notify the Government of the serial numbers of the units scrapped. All seals determined to be acceptable for repair shall be disassembled and examined for wear or damage in accordance with the government documents listed in paragraph 4.1. All grease, oil, dirt, corrosion, and moisture must be removed before inspecting, repairing, or reassembling the part. Inspection shall be performed for wear and serviceability in accordance with contractor OEM specifications, which are provided in the OEM’s maintenance manuals and IAW FRCSE referenced documents. 5.8 The replacement of any unserviceable part and any repair shall be accomplished with appropriate technical procedures and manufacturing specifications, in accordance with section 4.0 documents. No repair procedures or manual exist for the stationary air seals. The contractor is responsible for the development and implementation of procedures that will restore part to print P/N 5031T03 dimensions. All applicable requirements and specifications listed in the drawing shall be part of the repair and any deviations shall be submitted to the F404 FST for review prior to implementation. Repaired HPT stationary air seals provided by the contractor shall meet all dimensional inspection, shot peen, age, and heat treat requirements as specified on the latest revision of the OEM drawing, 5031T03. Typical repair process will follow drawing notes: Clean Visually inspect FPI (cleaned/as received part to ensure there is nothing wrong with it) per note 6 in OEM drawing Dimensionally inspect (documents part’s as received condition/dia.) Solution and rework as required Remove honeycomb Prep surface Braze new honeycomb FPI per note in OEM drawing Chromide coat Heat treat (Solution and age) Shot peen (G07 Inco 903 configuration) only Dimensionally inspect OEM drawing Finish grind honeycomb to OEM drawing dimension FPI per note 6 in OEM drawing Identify part as reworked 5.9 The contractor will be responsible to meet the following Turn-Around-Time (TAT) for the repair of the HPT stationary air seals. After receipt of repairable seals, the contractor will have 90 days to assess work content and then begin shipment at a rate of 8 per month until, 34 each HPT stationary air seals are delivered to the FRCSE. 5.10 Inspections 5.10.1 Inspection of repaired P/N 5031T03G07 and 5031T03G09 HPT stationary air seals will take place at origin, (Repairing Contractor’s site), by a Defense Contract Management Administration (DCMA) Government Representative. The Inspections will consist of ensuring the proper repair processes and procedures were performed, functionally sound, and acceptable per industry standards. The Inspector shall have the option to view, evaluate and review any of the HPT stationary air seal repair processes, repair procedures, and may visit the Contractor’s site without prior announcement or notification. The DCMA inspector shall approve / reject all HPT stationary air seals repaired by the contractor, and shall sign off any respective Form DD 250 or Wide Area Work Flow payment documentation to ensure prompt government payment to the repair contractor. 5.10.2 All stationary air seals inspected and approved by the assigned DCMA inspector shall be shipped from the repair contractor’s site to the FRCSE at the repair contractor’s expense. (FOB Destination) 5.11 Quality Assurance (QA) Program 5.11.2 The contractor shall develop and maintain a system that adheres to the requirement of International Standard ISO 9002 ISO 9001/ANSI/ASQC Q92 Quality Systems Model for Quality Assurance in design/development, production, installation, and servicing and supplement requirements imposed by this contract. The quality system will include a clear and complete set of work documents for all maintenance required by the contract. The quality program shall be designed for all maintenance required by the contract. The quality program shall be designed to promptly detect and correct assignable conditions adverse to quality. The supplier shall investigate all Deficiency Reports (DR’s) submitted against reportedly defective items repaired or overhauled by the supplier. Each deficiency report will be processed in accordance with T.O. 00-35D-54. 5.11.3 DCMA Inspectors will be asked to randomly review the assigned processes using approved DCMA sampling procedures, and repair procedures, as stated in the SOW during the period of this contract and will tender such inspection / evaluation documentation to the procuring office upon request. 5.12 Support Equipment 5.12.1 All required Support Equipment will be the sole responsibility of the Contractor. The Contractor shall be responsible for the fabrication, procurement and expense of all required equipment, or equivalent tooling, as needed. 5.13 Consumables 5.13.1 The contractor shall be responsible for the procurement of all consumables and parts used during the repair of the stationary air seals. Procurement of consumables shall be pre-approved by the local DCMA representative, who ensures the procured consumables and parts have been obtained from only approved sources. 5.14 Approved Repairs 5.14.1 All repaired stationary air seals returned to the FRC, shall be certified as 100% Ready for Issue,(RFI) in “A†condition, and be complete and airworthy, (yellow tagged) in all respects. 5.14.2 Any stationary air seals that cannot be repaired to this level will be rejected and scrapped as previously described in Paragraph 5.3. 5.15 Packaging and Shipping Requirements 5.15.1 All repaired stationary air seals will be returned to the FRC using standard commercial packaging and shipping practices. A serviceable tag, DD Form 1564, will be placed inside the package with the serviceable part and attached to the outside of the package. The material condition code will be placed inside the package with the repaired asset and attached to the outside of the shipping container. FOB Destination. 5.15.2 Each returned shipment of repaired stationary air seals shall have a prominent shipping label firmly affixed to the carton, with the following information printed in letters at l/4†in height. Contract number, Shipment Number, Delivery Order Number, Part Number, and Shipping Address. Commanding Officer Naval Air Station Jacksonville NADEP Jax/FRC Receiving Tele: (904) 542-3670 Bldg. 110 Door 16 (For Bldg. 797 stacker delivery) NAS Jacksonville Jacksonville, FL 32212-0016 Attn: Tony Wells 790-5958
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/notices/12790d43a1363b853a883dd10024850d)
- Record
- SN03131467-W 20130801/130730235711-12790d43a1363b853a883dd10024850d (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 |