Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF NOVEMBER 21, 2013 FBO #4380
SOLICITATION NOTICE

J -- TEARDOWN, TEST, & EVALUATION LEADING TO QUOTES FOR THE OVERHAUL OF TRANSMISSION GEARBOXES FOR H60 HELICOPTERS

Notice Date
11/19/2013
 
Notice Type
Presolicitation
 
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
HSCG3814QS00015
 
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 announcement constitutes the only solicitation; quotes are being requested and a written solicitation will not be issued. Solicitation number HSCG3814QS00015 is issued as a Notice of Intent to Procure Items on a Sole Source basis. The applicable North American Industry Classification Standard Code is 336413. The Coast Guard intends to issue a firm fixed price delivery order utilizing the terms and conditions of an existing Basic Ordering Agreement (BOA) with Sikorsky Aircraft Corporation, the Original Equipment Manufacturer (OEM), for the teardown, testing, and evaluation (TT&E) leading to quotes for the overhaul of: Schedule of Supplies/Services Description 1. TRANSMISSION GEARBOX QTY 2 EACH P/N: 70358-26600-043 NSN: 1615-01-201-5624 REQUIRED DELIVERY: TT&E: 60 DAYS ARO AND INDUCTION OVERHAUL: 90 DAYS AFTER QUOTE APPROVAL STATEMENT OF WORK (SOW) 1. This SOW provides for TEARDOWN, TESTING, and EVALUATION (TT&E) of the components listed in the Schedule of Supplies/Services for the Coast Guard's Aviation Logistics Center (ALC), MH-60T fleet. The components will be furnished to the contractor for TT&E at the prices established at award of order. The contractor shall perform a visual and technical inspection in accordance with all current applicable Original Equipment Manufacturer (OEM) Component Maintenance Manual(s). 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 Manufacturers (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) Contracting Officer. Components furnished hereunder shall be returned by the contractor in an airworthy condition and in all respects suitable for installation on the MH-60T aircraft. Certification and documentation requirements apply. 2. Any contractor submitting a proposal shall provide written proof in their proposal package they have all the necessary parts, material, labor, tooling, manuals, test equipment and facilities to overhaul the Gear Boxes, prior to award of this order. Failure to comply with this requirement may exclude the proposal submitted by the contractor. 3. A DD Form 1577-2, Unserviceable Tag-Material, or a CG-1577-A (11-90), Unsatisfactory Report Tag, and or CG 1577-1 (11/90) Unsatisfactory Report Tag will be attached to each Not Ready for Issue (NRFI) component describing faults. Upon receipt and visual inspection, the NRFI tag will be removed from the component. 4. Upon completion of the TT&E, the contractor shall provide a condition report of each component which includes a price breakdown of labor hours and direct materials required to modify & return the component to a "Ready for Issue" condition as a 70358-26600-045 and a revised delivery schedule. The condition report shall include the order number, the national stock number, the part number, the serial number, and the order line item number for each component. The condition report will not include pricing previously obligated for the TT&E. Subject to negotiation and Coast Guard evaluation, a modification will be issued to grant authorization to proceed, reflect the fixed price for overhaul and establish a final delivery date. Once the overhaul has been approved in writing by the Contracting Officer, the following paragraphs apply to the overhaul process: 5. The contractor shall provide all necessary parts, material, labor, tooling, repair manuals, test equipment and facilities to evaluate and overhaul the components for the Coast Guard fleet of MH-60 T helicopters, as necessary to conform with the requirements of this SOW at the firm-fixed-pricing established in the order schedule. The contractor shall provide the data and documentation requirements specified as part of this SOW. 6. 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. 7. 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's specifications (or best commercial practices if not addressed by the OEM). 8. This component is a flight critical item. Serial number tracking shall be used for validating the correct component was received at the vendor's overhaul facility and returned to ALC. Serial numbers are entered into the Coast Guard's Aviation Computerized Maintenance System (ACMS) for tracking upon receipt at ALC. Upon receipt of these components, 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. 9. Coast Guard aircraft operate primarily in a saltwater environment and are subject to corrosion. Corrosion is expected on equipment to be overhauled under this order. During inspection and functional test, the presence of corrosion in a gearbox 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. 10. Replacement Parts. Parts found to be defective shall be replaced as specified in the OEM's current procedures, Naval Air Systems Command Depot Technical Manual A1-862QA-MDB-100 or as otherwise authorized in writing by U.S. Coast Guard, Aviation Logistics Center, MRR Contracting Officer. Naval Air Systems Command Depot Technical Manual A1-862QA-MDB-100 contains a listing of all mandatory replacement parts. 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 twenty-four (24) months after delivery. 11. 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 gearbox shall be overhauled to correct the specific fault(s) identified and modified to a -046 configuration. 12. The Coast Guard requires delivery of the overhauled components ninety (90) days after induction and at a rate of one (1) per month. Induction shall take place within fifteen (15) calendars days after the Contracting Officer has provided written approval. 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 task order will be issued to reflect the consideration and the extension. 13. At the time of each delivery under this order, 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; 14. Final 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 August 15, 2008. The F.O.B Point for shipments under this order is F.O.B. origin. 15. 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. 16. The Offeror's standard commercial warranty shall apply to this SOW and resulting order and the terms of that standard warranty shall be provided with the offer. 17. Environmental requirements. All parts must be thoroughly cleaned in accordance with 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 closing date for receipt of quotes is December 19, 2013 at 10:00 am EDT. Anticipated award date is no later than January 31, 2014. 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/HSCG3814QS00015/listing.html)
 
Record
SN03237127-W 20131121/131119234538-827dfec3a4cf2e5c12eb18144f4ec222 (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.