SOLICITATION NOTICE
J -- Overhaul Torquemeter Assembly-R/G Mounts-Engine Mounts & Compressor Assembly on Rolls Royce T56-A-14 Engine
- Notice Date
- 1/8/2003
- Notice Type
- Solicitation Notice
- Contracting Office
- Department of Commerce, National Oceanic and Atmospheric Administration (NOAA), Central Administrative Support Center, 601 East 12th Street, Room 1756, Kansas City, MO, 64106
- ZIP Code
- 64106
- Solicitation Number
- WC1330-03-RP-0007SKC
- Archive Date
- 2/8/2003
- Point of Contact
- Sharon Clisso, Contract Specialist, Phone (816) 426-7267 ext. 231, Fax (816) 426-7530, - William Becker, Acquisitions Branch Chief, Phone (816) 426-6823, Fax (816) 426-7530,
- E-Mail Address
-
sharon.k.clisso@noaa.gov, william.j.becker@noaa.gov
- Description
- The U.S. Department of Commerce, National Oceanic and Atmospheric Administration (NOAA), Aircraft Operations Center (AOC), MacDill AFB, Florida, intends to procure the overhaul/replacement of torquemeter, r/g mounts, engine mounts and compressor assembly on a Rolls-Royce T56-A-14 engine. NOAA operates two Lockheed WP-3D aircraft designated for atmospheric research. The aircraft uses four Rolls-Royce T56-A-14 engines. On aircraft N42RF, the engine in the #2 position (S/N 1TH1149) was removed for vibration in the e-handle and given a test cell run at NAS Jacksonville, Florida. The test cell run revealed excessive torquemeter whip, worn engine mounts and excessive compressor vibration. The contractor must agree to accept the engine in the Quick Engine Change (QEC), mounted on an AOC owned engine stand. The contractor must provide all the necessary special tools and labor to remove the accessories and the engine from the QEC and remove and replace the torquemeter assembly with a like 0.0-hour TSO torquemeter assembly. The contractor shall remove and replace all of the reduction gearbox and engine mount assemblies with new or newly overhauled mount assemblies. The contractor must remove and replace the compressor assembly with a 0.0-hour TSO compressor assembly; or overhaul the existing compressor assembly to 0.0-hours TSO, whichever is more cost effective. The contractor must provide AOC with a detailed tear down report on each unit. The contractor shall reinstall the engine assembly into the QEC and perform a test cell run. Test cell run results will be evaluated by the AOC before acceptance of the engine for return to service. Maximum acceptable vibration levels of the engine upon completion of work will be discussed prior to the commencement of the contract. The contractor must complete the work within 20 working days after receipt of the engine at the contractor facility. The contractor shall comply with any outstanding service bulletins and airworthiness directives that must be complied with, and provide the AOC with any recommendations for maintenance that would prevent future failures if applicable. The contractor will be responsible for all FAA and AOC required documentation, to include but not limited to, approval for return to service. The cost of shipping the engine will be the responsibility of the Government. The Contractor must, at it's own expense, provide and maintain liability insurance of not less than $750,000.00 to cover the engine on which this work will be performed. The Contractor must provide all replacement parts, materials, and consumables. However, the Government reserves the right to provide the same, if advantageous, at any time during the contract. The Government will make the final determination on whether new, overhauled, or serviceable parts will be installed on the engine. Parts or components in an "as removed" condition will not be installed on the engine. Any part or component that has not reached its recommended service life but fails inspection and needs to be replaced must be treated as an over and above. Contractors must provide proof that the facility performing the service is an FAA or factory (Rolls Royce ) approved repair station for the T56-A-14 engine and have performed overhauls on this type unit within the last 90 days. This solicitation for commercial items will be issued on or about January 17, 2003. This procurement is unrestricted. The NAICS code is 488190. The small business size standard is $6,000,000.00. This purchase will be made under the guidelines of FAR, Part 12, Acquisition of Commercial Items. Firms interested in receiving a copy of the solicitation shall submit a request in writing to the attention of Sharon Clisso at the address listed above. Please reference RFP number WC1330-03-RP-0007SKC. Facsimile requests will be accepted at (816) 426-7530.
- Place of Performance
- Address: Contractor's facility
- Record
- SN00235405-W 20030110/030108213314 (fbodaily.com)
- Source
-
FedBizOpps.gov Link to This Notice
(may not be valid after Archive Date)
| FSG Index | This Issue's Index | Today's FBO Daily Index Page |