SOURCES SOUGHT
J -- Intent to Sole Source
- Notice Date
- 12/15/2022 5:33:47 AM
- Notice Type
- Sources Sought
- NAICS
- 81121
—
- Contracting Office
- FLEET READINESS CENTER PATUXENT RIVER MD 20670 USA
- ZIP Code
- 20670
- Solicitation Number
- AirTurbineStarter
- Response Due
- 12/22/2022 1:00:00 PM
- Point of Contact
- Tara Collins
- E-Mail Address
-
tara.f.collins.civ@us.navy.mil
(tara.f.collins.civ@us.navy.mil)
- Description
- Statement of Work for AIR TURBINE STARTER; NIIN 00-998-5303; PN:� 383694-1-3 1.0 SCOPE 1.1 This Statement of Work (SOW) addresses requirements for inspection, repair, and calibration of the End Item; AIR TURBINE STARTER; NSN 2995-00-998-5303 that meet criteria specified in this SOW. ������� The Contractor shall provide to the Government a firm fixed price per end item for evaluation and repair; to include calibration.� Performance of repairs and/or development and implementation of repairs beyond the scope of this SOW is not permitted. 2.0 WORK REQUIREMENTS 2.1 General Requirements.� The contract will cover repair services that cannot be accomplished at Navy Maintenance Activities.� The services will include inspection, repair and/or calibration of the end item as necessary.� All repairs will be made using original manufactured replacement parts and the units will be returned to fully operational Ready for Issue (RFI) condition.� The Contractor will provide proper documentation and reporting requirements as specified herein. 2.2 Place of Performance.� All work shall be performed at the contractor�s approved facility or approved sub-contractor facility.� The contractor will be responsible for providing adequate indoor storage of all items for repair while in the contractor or sub-contract�s custody. 3.0 SPECIFICATIONS Request for repair of: �ITEM:� Air Turbine Starter NIIN:��� 00-998-5303 P/N:� 383694-1-3 3.1 Acceptance.� The Contractor shall perform an acceptance inspection upon the receipt of each item of SE received for rework at their location. The Acceptance Inspection shall at a minimum include the following verification points: Review the configuration to ensure that the item is in its latest configuration (all technical directives and bulletins incorporated). Conduct a preoperational inspection in accordance with the applicable maintenance requirements. Conduct a functional test to identify any electrical, mechanical or other problems. Notify TPOC of receipt. Notify TPOC of expected induction date for repair. Notify TPOC of expected completion date. In the event that any item of SE appears to have been cannibalized, misused or abused, the Contractor shall write a report detailing the condition of the item received. The report must be in sufficient detail to allow an SE Misuse and Abuse Report to be prepared by the Government The Contractor shall document the findings of the acceptance inspection in a Report of Acceptance Inspection and place it in the SE workbook. The Contractor shall provide a report of acceptance and findings for each item of SE to local Government Site Lead.� 3.1.1 The Examination and Evaluation process validates the scope of the maintenance action to be accomplished. For SE inducted for overhauls, the contractor shall use workbooks/specifications to define the hours required and the scope of work. Any necessary work outside of the scope specified in the workbooks shall be identified at the time of discovery, whether at the E&E or in-process, and be documented. The change of scope will be agreed upon by the Government prior to work continuing. Equipment inducted for repairs, shall be agreed upon by the Contractor and the Government prior to work being started. 3.2 Ready for Issue.� The Contractor will repair, test, inspect, and certify as Ready-For-Issue (RFI), which shall include all necessary calibration documentation.� In order for an item to be considered RFI, it must conform to the latest Government approved operational/functional test procedures.� The configuration of each item must meet the intent of the Form, Fit, and Function requirements of the Lowest Acceptable Revision (LAR) level.� The Contractor is to ensure that all required parts are installed and that the external interfaces are fully compatible. 3.3 Beyond Economical Repair (BER).� The Contractor will be responsible for determining whether an item is Beyond Economical Repair (BER) and notifying the contract Technical Point of Contact (TPOC).� For repairs estimated to exceed 80% of the acquisition cost of the component, the Contractor will advise the contract TPOC of the cost details and await Government approval/disposition instructions. 3.4 Final Inspection and Acceptance.� Upon completion of all repairs, the item will be tested by the Contractor to verify that it is serviceable and in RFI condition.� Applicable calibration standards rework specifications, design drawings, and associated test requirements are to be used in measuring minimum performance standards. *A copy of the Material Inspection and Receiving Report (MIRR) DD250 should be submitted electronically through Wide Area Work Flow (WAWF) and in paper format to the TPOC with the item upon shipment. 3.5 Repair Records.� The Contractor will maintain appropriate performance records and routing records for each item maintained by the Contractor.� A copy of the detailed repair records held by the contractor shall be forwarded with each component repair.� Each repair record shall include an itemized list indicating components replaced in the end item in order to satisfy the requirements to bring the item to RFI Condition. 3.6 Shipment.� The Contractor shall ship the item after completion of inspection, acceptance and packaging, with appropriate shipping documents, to the destination provided by the customer.� Normal repair shipments shall be in accordance with �Best Commercial Practices�.� Shipment earlier than the date specified in the Schedule is authorized and requested whenever possible.� In the even that any repair action would take more than the estimated turnaround time identified in the contract, the Contractor shall notify by email the contract TPOC.
- Web Link
-
SAM.gov Permalink
(https://sam.gov/opp/e1121fad27f14066a92faa239c15cf6d/view)
- Place of Performance
- Address: MD 20688, USA
- Zip Code: 20688
- Country: USA
- Zip Code: 20688
- Record
- SN06545261-F 20221217/221215230105 (samdaily.us)
- Source
-
SAM.gov Link to This Notice
(may not be valid after Archive Date)
| FSG Index | This Issue's Index | Today's SAM Daily Index Page |