Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JULY 13, 2003 FBO #0591
SOLICITATION NOTICE

16 -- Propeller Assembly Overhaul/Repair

Notice Date
7/11/2003
 
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-RQ-0212JD
 
Response Due
8/4/2003
 
Archive Date
8/19/2003
 
Point of Contact
Joseph D'Felio, Lead Contract Specialist, Phone (816) 426-7267, Fax (816) 426-7530,
 
E-Mail Address
joseph.d.dfelio@noaa.gov
 
Description
The U.S. Department of Commerce (DOC), National Oceanic and Atmospheric Administration (NOAA), Aircraft Operations Center (AOC), MacDill AFB, Florida, intends to repair and possibly overhaul P/N 54H60-77 Propeller Assembly, S/N N235504NR, P/N 710085-1 Valve Housing Assembly, S/N P5750, and P/N 597946 Control Assembly, S/N SE9264. The propeller has been removed from WP-3D aircraft, tail number N43RF, located at the AOC, MacDill AFB, Florida. The propeller will be shipped as an assembly, on a propeller transportation stand provided by the Aircraft Operations Center. Propeller has been removed for reverse and low pitch stop discrepancies. Reverse could not be adjusted below -10 degrees blade angle even after two (2) valve-housing changes, and the low pitch stop lock release could not be adjusted below +30 degrees blade angle after two (2) low pitch stop replacements. The propeller has 4709.2 hours since TSO and 7965.2 TT. The Valve Housing Assembly has 2070.2 hours since TSO and 7316.2 TT. The Control Assembly has 10070.2 TSO and 16682.2 TT. The cost of shipping the propeller to and from the contractor facility shall be the responsibility of the Government. The Contractor's facility must be located within the USA. The Contract is to be accomplished in four parts: (1) the contractor shall provide a quote for teardown and inspection of the above listed assemblies. The contractor shall also provide a "worst case" quote to repair and or overhaul the above listed assemblies. (2) The contractor, will provide within seven (7) working days of receipt of the above assemblies, a report to the Contracting Officer (CO), of parts and labor required to return the assemblies to a serviceable, ready for installation condition and recommendations of the most cost effective and advantageous means to accomplish the work. (3) The teardown report and recommendations of the contractor will be reviewed by the CO and the Contracting Officer's Technical Representative (COTR). Upon completion of the review the CO shall provide instructions to the contractor on how to proceed with the work. (4) Upon receipt of the instructions from the CO, the contractor shall have twenty-five (25) working days to accomplish the work. The contractor shall provide all necessary special tools, labor, and parts (encompassing everything up to and including a major overhaul) to perform the requested work on the propeller assembly, valve housing assembly and control assembly. If any additional discrepancies (including outstanding AD's or SB's), outside of normal repair/overhaul criteria, are discovered during performance of the work, the Contractor shall immediately stop work and notify the COTR of the additional discrepancies, to include any parts required, labor required and cost estimate for the additional work, including over-and-above costs to meet the turn around time line. Contractor will not proceed with the additional work until approval for the additional work is received from the Contracting Officer. Contractor shall accomplish all work following manufacturer's repair/overhaul manuals and applicable repair station procedures. Contractor shall bench test the assemblies for proper performance parameters within manufacturer's limits. Propeller will be returned to the Aircraft Operations Center on the same transportation stand provided at delivery. Return transportation of the propeller will be by ground transportation provided through the AOC. Technical Requirements: The Contractor must be a certified FAA Repair Station. Authorized Hamilton Sunstrand Service Centers covering this propeller type are preferred, but not required. Contractor must have performed and provide written proof of an overhaul on this propeller type within the last 30 calendar days. Upon return to service of the assemblies, the contractor shall provide all the proper documentation (i.e., FAA 8130 or equivalent and FAA 337 if required) and make the required entries into the propeller logbook provided with the propeller. Parts, Discounts, and Warranties: The Contractor shall 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 in the assemblies. Parts or components in an "as removed" condition will not be installed in the assemblies. Any part or component that has not reached its recommended service life but fails inspection and needs to be replaced will be treated as an over-and-above. Since the government cannot determine which parts or components, if any, meet these criteria, contractors shall provide the labor rate they will charge the government, per hour for "over-and-above" discrepancies. Contractors shall provide what percent discount off list price for replacement parts will be given. As the AOC WP-3D aircraft average only 350 per year, the Contractor shall provide the AOC with a warranty providing a minimum of five hundred hours flight time or eighteen (18) months from time of installation of the propeller. Period of Performance: All work shall be accomplished within the time lines specified above. Insurance Against Loss or Damage to Government Property: The Contractor shall, at its own expense, provide and maintain during the performance of this work a minimum of $150,000 of insurance. Contractors responding to the solicitation shall submit the following information/documentation: Written documentation of having overhauled the same model propeller assembly, valve housing assembly and control assembly within the past 30 days. A copy of their FAA Repair Station Certificate, and proof of Hamilton Sunstrand authorized maintenance center (if applicable). Proof of insurance coverage. Discounted percentage off of list price of parts, normal hourly labor rates and over-and-above labor rates. Documentation of factory trained, A&P technicians on staff. Past performance on previous government contracts. An offeror will be considered non-responsive if any documentation requested is not provided. Contract award will be based on the lowest price offer meeting the minimum specifications, using the commercial item acquisition process. The solicitation will be available on or about July 23, 2003. Firms interested in receiving a copy of the solicitation should send a written request to the contracting officer, referencing this announcement number. Requests may be made by fax (816) 426-7530) or e-mail. This action is not set-aside for small business.
 
Record
SN00369480-W 20030713/030711213345 (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 |
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.