Loren Data Corp.

'

  
COMMERCE BUSINESS DAILY ISSUE OF JUNE 13, 2001 PSA #2871
SOLICITATIONS

J -- REQUEST FOR INFORMATION (RFI) FOR OVERHAUL OF T63-A-720 ENGINES

Notice Date
June 11, 2001
Contracting Office
DA, Directorate of Contracting, Fort Drum, New York 13602-5220
ZIP Code
13602-5220
Solicitation Number
N/A
Response Due
June 22, 2001
Point of Contact
Contract Specialist, Stephen Clendenen, (315) 772-6514, Contracting Officer, Cynthia L. Gillette
E-Mail Address
Contract Specialist (clendenens@drum.army.mil)
Description
The Directorate of Contracting Fort Drum, NY is issuing a Request for Information (RFI) to industry for the overhaul of approximately 76 T63-A-720 engines for the Kiowa helicopter during a one year period. THIS IS A REQUEST FOR INFORMATION ONLY. It is neither a Request for Proposal, nor solicitation, nor an indication that Fort Drum will contract for these items. Fort Drum will not pay for information received in response to this RFI. The objective of this RFI is to obtain market research data to assist Fort Drum in developing its statement of work. Industry comments/opinions are sought concerning the following areas: Should the following be established as mandatory requirements? FAA Repair Station Certifications with the T63-A-720 engines, Government approved Procurement System, prior experience in depot level maintenance of the T63-A-720, engine test capability calibrated and correlated to U.S. Army calibration standards; compliance with ISO 9000 standards, in-house DCMC oversight and in-house rework/processing capability for components and accessories. Comments are sought with regard to the following overhaul requirements: Overhaul will be in accordance with DMWR Manual 55-2840-242, the applicable Overhaul Manuals and all applicable up to date Army Technical Manuals; upon completion of the overhaul, the overhaul activity will furnish a serviceable "Zero Time Since Overhaul" Engine with an Oil Analysis Data Sheet, a Test Cell Run Data Printout and all pertinent historical data which will be up to date and recorded in accordance with DA Pam 738-751 and TB 1-1500-341-01; all components will have time remaining to meet the next overhaul interval of 1800 operating hours; all up to date Safety of Flight Messages, Aviation Safety Action Messages and Technical Bulletins will be complied with; the engines will be properly preserved and package for shipment and storage in accordance with TM 55-2840-241-23. Other requirements: Acceptance will be performed at the DOL AVIM MMD facility, Fort Drum, NY. Offers will be requested both to provide pricing that includes transportation costs to and from DOL AVIM MMD, Fort Drum, NY, and to provide pricing that that excludes transportation costs based on Government transportation arrangement and expense. Offerors must demonstrate the ability to consistently deliver 8 engines per month and to deliver engines consistently on or ahead of contract schedule requirements. NAICS is 336412 with small business size standard of 1,000 employees. Information is further sought concerning the capability, capacity, and industry interest from helicopter engine maintenance facilities. All correspondence relating to this matter should be e-mailed to clendenens@drum.army.mil not later than 1600, 22 June 01. Individual responses will be treated as proprietary. Fort Drum thanks you for your response.
Web Link
Contracting Homepage (http://www.drum.army.mil Click on Business Opportunities)
Record
Loren Data Corp. 20010613/JSOL016.HTM (W-162 SN50O515)

J - Maintenance, Repair and Rebuilding of Equipment Index  |  Issue Index |
Created on June 11, 2001 by Loren Data Corp. -- info@ld.com