Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF MARCH 10, 2005 FBO #1200
SOLICITATION NOTICE

16 -- Repair of HU-25 components

Notice Date
3/8/2005
 
Notice Type
Solicitation Notice
 
NAICS
336413 — Other Aircraft Parts and Auxiliary Equipment Manufacturing
 
Contracting Office
DHS - Direct Reports, United States Coast Guard (USCG), Commanding Officer, USCG Aircraft Repair & Supply Center, HU25, HH65, H60J, C130, EISD, 130J or Support Procurement Building 79, 75, 79, 78, 78, 19 or 63, Elizabeth City, NC, 27909-5001
 
ZIP Code
27909-5001
 
Solicitation Number
HSCG38-05-Q-101007
 
Response Due
4/7/2005
 
Archive Date
4/22/2005
 
Small Business Set-Aside
Total Small Business
 
Description
This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in Subpart 12.6 as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; quotations are being requested and a written solicitation will not be issued. This Request for Quotation, HSCG38-05-Q-101007 incorporates provisions and clauses in effect through Federal Acquisition Circular 2001-27. The North American Industry Classification System number is 336413. The small business size standard is 1000 employees. This is a small business set-aside, limited source procurement. The Coast Guard may make one or more awards from this Request for Quotation. The contract will be awarded as a firm fixed price requirements contract. The contract will be awarded using simplified acquisition procedures In Accordance With (IAW) FAR Part 13.5. The award will be based on FAR 6.302-1. Interested parties may submit a quotation, which shall include a performance work statement, performance metrics, and incentives/disincentives program, identification of key personnel, quality certifications, past performance and a firm-fixed-price quote for the following: Prices must include both Level I Repair and Level II Repair and No Fault Found pricing. Offerors must submit prices for each year of the Base and Option periods in order to be considered for award. ALL QUANTITIES ARE ESTIMATES. SCHEDULE OF SUPPLIES/SERVICES NSN 1ST 1st 2ND 2nd 3RD 3RD ITEM P/N BASE BASE BASE BASE BASE BASE NUMBER NOMENCLATURE YR YR. NO YR YR NO YR YR NO Level I Level II FAULT LEVEL I LEVEL II FAULT LEVEL I LEVEL II FAULT Repair Repair FOUND REPAIR REPAIR FOUND REPAIR REPAIR FOUND 1 1680-14-370-8612 9 1 1 9 1 1 9 1 1 106-74-4 ACTUATOR LEAD EDGE 2 1680-14-370-8613 6 2 1 6 2 1 6 2 1 106-74-5 ACUTATOR LEAD EDGE 3 1680-14-370-8611 5 1 1 5 1 1 5 1 1 106-74-3 ACTUATOR LEAD EDGE 4 1650-14-450-9940 6 1 1 6 1 1 6 1 1 106043-22 BELLCRANK 5 1650-14-389-2216 4 1 1 4 1 1 4 1 1 106043-23 CYLINDER ASSEMBLY 6 6615-14-425-6119 7 1 1 7 1 1 7 1 1 103062-35 ACTUATOR SERVO CONT 7 6615-14-425-6116 4 1 1 4 1 1 4 1 1 103062-38 SERVO, ELEVATOR 8 6615-14-392-3644 4 1 1 4 1 1 4 1 1 103062-43 SERVO, AILERON L/H 9 6615-14-392-3645 4 1 1 4 1 1 4 1 1 103062-44 SERVO, AILERON R/H NSN 1ST 1ST 2ND 2ND ITEM P/N OPT OPT OPT OPT NUMBER NOMENCLATURE PERIOD PERIOD NO PERIOD PERIOD NO LEVEL I LEVEL II FAULT LEVEL I LEVEL II FAULT REPAIR REPAIR FOUND REPAIR REPAIR FOUND 1 1680-14-370-8612 9 1 1 9 1 1 106-74-4 ACTUATOR LEAD EDGE 2 1680-14-370-8613 6 2 1 6 2 1 106-74-5 ACUTATOR LEAD EDGE 3 1680-14-370-8611 5 1 1 5 1 1 106-74-3 ACTUATOR LEAD EDGE 4 1650-14-450-9940 6 1 1 6 1 1 106043-22 BELLCRANK 5 1650-14-389-2216 4 1 1 4 1 1 106043-23 CYLINDER ASSEMBLY 6 6615-14-425-6119 7 1 1 7 1 1 103062-35 ACTUATOR SERVO CONT 7 6615-14-425-6116 4 1 1 4 1 1 103062-38 SERVO, ELEVATOR 8 6615-14-392-3644 4 1 1 4 1 1 103062-43 SERVO, AILERON L/H 9 6615-14-392-3645 4 1 1 4 1 1 103062-44 SERVO, AILERON R/H NSN SERIAL CMM ITEM P/N NUMBER REFERENCE NUMBER NOMENCLATURE TRACKED 1 1680-14-370-8612 NO 27-80-19 106-74-4 Revision 2 ACTUATOR LEAD EDGE 15-Jan-83 Temp Rev 1, 30-Mar-85 2 1680-14-370-8613 NO 27-80-19 106-74-5 Revision 2 ACUTATOR LEAD EDGE 15-Jan-83 Temp Rev 1, 30-Mar-85 3 1680-14-370-8611 NO 27-80-19 106-74-3 Revision 2 ACTUATOR LEAD EDGE 15-Jan-83 Temp Rev 1, 30-Mar-85 4 1650-14-450-9940 NO 27-09-05 106043-22 Revision 2 BELLCRANK (Variable) 01-Dec-83 Elevator 5 1650-14-389-2216 NO 27-09-05 106043-23 Revision 2 CYLINDER ASSEMBLY 01-Dec-83 (Bellcrank variable) Aileron 6 6615-14-425-6119 NO 27-35-11 103062-35 Revision 2 ACTUATOR SERVO CONT 15-Jul-83 Rudder 7 6615-14-425-6116 YES 27-09-04 103062-38 Revision1 SERVO, ELEVATOR 15-Dec-82 Temp Rev 1, 30-Mar-85 8 6615-14-392-3644 YES 27-09-04 103062-43 Revision1 SERVO, AILERON L/H 15-Dec-82 Temp Rev 1, 30-Mar-85 9 6615-14-392-3645 YES 27-09-04 103062-44 Revision 1 SERVO, AILERON R/H 15-Dec-82 Temp Rev 1, 30-Mar-85 STATEMENT OF OBJECTIVES BACKGROUND The U.S. Coast Guard currently operates twenty HU-25 aircraft manufactured between 1982 and 1984 by Dassault-Breguet Aviation SA-Avions Marcel. Three of the items listed in this requirement manufactured by Dassault Equipements Div De Dassault Aviation, Paris, France, currently installed on these aircraft are serial number tracked under the Coast Guard?s Aviation Computerized Maintenance System (ACMS). This tracking provides, but is not limited to: an individual components historical record of repair or overhaul; tracking of component time (time since new (TSN)/time in service (TIS), time since overhaul (TSO), and mean time between failure (MTBF); component status; and physical location. ALL ITEMS IN THIS REQUIREMENT ARE DESIGNATED ?FLIGHT CRITICAL?. OBJECTIVE The Coast Guard?s objective is to obtain services of a Federal Aviation Administration (FAA) authorized repair center to effectively repair/overhaul these items for return to service, at the best value to the Government. Repaired/Overhauled items must meet the Original Equipment Manufacturer?s (OEM) operational specifications in accordance with the applicable Component Maintenance Manual (CMM) as specified in the list of items stated above. The offeror is responsible for all necessary functions to perform services requested. This includes, but is not limited to: trained personnel, required tooling, calibrated test equipment, CMM, OEM approved replacement parts, preservation and shipping. The offeror?s responsibilities to Coast Guard ACMS consist of ensuring that the significant component history corresponds with the component, and that all OEM service bulletins remain incorporated upon completion of work. Under a performance-based contract structure, performance metrics and service level agreements will be used to monitor the performance of this contract. The Coast Guard Aircraft Repair and Supply Center?s (ARSC) HU-25 Product Line and the chosen offeror will baseline and monitor progress using agreed-to performance metrics and service level agreements. To meet the Coast Guard?s objectives, the offeror will be required to meet the following criteria: 1. Technical: a. Provide detailed work specifications for repair of items to return to service. b. Provide a written Performance Metrics plan. c. Provide evidence of an ability to maintain a Quality System acceptable to the Coast Guard. d. Possess or show ability to obtain adequate technical data, tooling, calibrated test equipment and fixtures to meet the OEM current specifications. e. Provide an incentive proposal. f. Provide repercussions for failure to meet Turn-Around-Time (TAT). 2. Past Performance: a. Provide documentation for having performed repair/overhaul of similar or like items. b. Provide points of contact for past performance documentation for the past two years. Include reference?s name, company, phone number, and e-mail address. 3. Pricing: Provide a firm-fixed price for repair of the part numbers listed above for ALL years including both Level I and Level II Repairs. A separate cost breakdown for parts and labor (shall include an hourly labor rate) will be required for both Level I Repair and Level II Repair. At a minimum, these two levels of service should be addressed in offeror?s technical and cost proposal. Offerors may propose additional levels of service. 4. Definitions: a. Turn around Time (TAT): Turn around time is defined as the time item is received at vendor?s facility until item is returned to ARSC or designated Air Station. b. Premature Failures: Premature failures are identified as those failures which occur during testing prior to installation or within the first 250 hours of operation. Note: Premature failures found to be ?No Fault Found? will not be considered in the premature failure clause. c. Level I Repair: Test/inspect/repair as necessary. This work consists of inspection, failure analysis, defective part(s) replacement if necessary, and testing to meet the OEM?s functional return to service requirements. d. Level II Repair (Overhaul): Over and above a Level I Repair for units showing excessive degradation. A Level II Repair zeros the components? time since overhaul. APPLICABLE DOCUMENTS Component Maintenance Manuals references as listed in the Schedule of Services/Supplies. If the offeror proposes to use technical information (manuals, service bulletins, specifications, etc.) other than that specified in the solicitation to repair/overhaul these components, he shall provide a list with his quote. All documents should be listed with basic and revision dates along with the source for this information. PREMATURE FAILURES Those items identified as premature failures will be sent back to the vendor on a ?no cost? order. Upon evaluation, the vendor will: (1) Repair the unit at no cost to the government OR (2) Submit justification, within 10 working days, to the Contracting Officer as to why the unit is not considered a premature failure. If the Contracting Officer agrees with the vendor?s finding, the order will be modified to fund for repairs. BEYOND ECONOMICAL REPAIR In the event the contractor considers an item listed in the contract to be beyond economical repair, he shall contact the Contracting Officer, in writing, for disposition instructions. The notification shall identify the delivery order number, item number, part number, serial number, and a breakdown of the price for parts and labor necessary to repair the component. Contractor shall not proceed with repair or return to ARSC until instructions are received from the Contracting Officer. Items that are determined to be BER/Scrap by both the contractor and the Contracting Officer will be returned to ARSC for disposition. DATA AVAILABILITY OEM manuals, Service Bulletins and specifications are proprietary and cannot be furnished by the Coast Guard. Coast Guard specific Coast Guard Technical Orders (CGTO), and Time Compliance Technical Orders (TCTO) can be acquired through the Freedom of Information Act (FOIA). The contractor will be responsible for any charges incurred. The Coast Guard cannot furnish the Component Maintenance Manuals (CMM?s). Any questions concerning the release of data should be submitted to: Commanding Officer, Attn: ARSC FOIA Officer, United States Coast Guard, Elizabeth City, NC 27909, telephone number 252-335-6829. PACKING SLIP At the time of each delivery of supplies or services under this contract, the contractor must furnish to the Government a properly completed packing slip. This packing slip must include the following information: 1) National Stock Number (NSN), 2) Part Number (P/N), 3) Nomenclature, 4) Serial Number (S/N), 5) Delivery Order Number, 6) Line Item Number, and 7) Quantity. One copy of the packing slip shall be attached to the outside of the shipping container. FAA FORM 8130-3/8130-4 AIRWORTHINESS APPROVAL TAG Contractor shall furnish an FAA Form 8130-3/8130-4 Airworthiness Approval Tag for material under this contract. The airworthiness approval tag must be attached to the outside of the shipping carton, a copy with the packaging slip, and a copy must be attached to the invoice. Failure to do so will result in a delay in payment. PACKAGING/MARKING The contractor shall comply with ASTM D 3951-98 Commercial Packaging, shipping and Storage Procedures (Approved 11/10/98, issued 1/99). Each individual container shall be labeled on the outside with NSN, P/N, S/N, Quantity, Nomenclature, Contract Number, and Line Item Number. The internal packaging material shall be sufficient to prevent damage during shipment, handling and storage. Preservation protection must be sufficient to prevent corrosion, deterioration or decay during warehouse storage with a temperature ranging from 95 to 40 degrees Fahrenheit and high humidity for a period not less than one year. Packaging material shall NOT consist of popcorn, shredded paper, styrofoam of any type, or peanut style packaging. Bar coding is authorized, however, not mandatory. When an AOG situation occurs, the outside of the shipping container will be marked in highly visible lettering ?A.O.G.?. See Urgent Requirements Section. INSPECTION AND ACCEPTANCE This material is flight critical. Acceptance shall be performed by ARSC personnel. If unit is shipped to an Air Station, Air Station personnel will perform this duty. Repaired/modified components found to have deficiencies will be reported on standard form ?SF 368?, Product Quality Deficiency Report, to the contractor for investigation. The contractor shall report findings of the investigation, within 10 calendar days after receipt of quality deficient exhibit, to the Contracting Officer. PERFORMANCE PERIOD OF PERFORMANCE The period of performance shall consist of one base period to begin at time of award through three years and one option period of two years. The total duration of this contract shall not exceed five years. The base period will be from 01 April 2005, or date of award, whichever is later, through 30 September 2007. The two-year option period follows consecutively through 30 September 2009. SHIPPING INSTRUCTION Repaired components shall be shipped FOB destination (except when AOG occurs, see urgent requirements or unless otherwise noted on delivery order) to the following address: U. S. Coast Guard Aircraft Repair and Supply Center Receiving Section, Building 63 Elizabeth City, NC 27909 MARK FOR: (contract number to be provided at time of award) DELIVERY ORDER NO. ____________________________ (assigned upon issuance) ITEM NO. ____________________________ (assigned upon issuance) DELIVERIES DELIVERY SCHEDULE The Government desires delivery no later than sixty (60) calendar days after receipt of material (ARM) at contractor's repair facility and is required no later than ninety (90) calendar days. The contractor may propose an earlier delivery. The contractor's proposed earlier delivery schedule will then be the required delivery schedule for the contract. EARLY DELIVERIES. The contractor is requested to ship items completed prior to the required delivery date, if no additional charges occur to the government. URGENT REQUIREMENTS Aircraft on the ground, (AOG), status necessitates a special schedule. Delivery shall be no longer than seven (7) calendar days from contractor's receiving dock to contractor's shipping dock. Material shall be shipped by the fastest traceable means, i.e., Federal Express "next day delivery". The shipping container shall be marked on the outside in a highly visible method "A.O.G.". The contractor will be allowed an "Expediting" surcharge which shall not be included in the firm-fixed-repair price. The AOG clause is estimated to be used twice a year. MATERIAL TRACKING SYSTEM REQUIREMENTS ACMS REQUIREMENTS: The Coast Guard maintains all aircraft and resources in an Aviation Computerized Maintenance System (ACMS). The ACMS system tracks and schedules maintenance of aircraft components and assemblies by serial number and part number. The contractor's responsibilities within ACMS consist of completion and submission of the included Component Repair Record (CRR) as follows: a. A current copy of the ACMS Configuration Report and a Significant Component History Report (SCHR) will be provided with each tracked component. The Contractor shall ensure these reports correspond with the current configuration of the component. All discrepancies shall be reported to the Contracting Officer. b. Upon completion of the tracked component, the Contractor shall complete the Component Repair Record provided with each component to include Service Bulletins Complied with and other maintenance performed. c. One copy of the CRR with the original SCHR should be sent with each tracked component, one copy with the invoice, and one copy mailed to: Commanding Officer USCG Aircraft Repair and Supply Center ATTN: AVENG/ACMS Elizabeth City, NC 27909 These forms are considered deliverables under the contract. Noncompliance with these instructions shall result in nonpayment of invoices. The contractor shall maintain a copy of each completed CRR for a minimum of ninety (90) days. GOVERNMENT PROPERTY Failure of the Government to furnish any of the line items in the amounts or quantities described in the schedule of supplies/services as "estimated" or "maximum" will not entitle the contractor to any equitable adjustment in price. The Government reserves the right to do depot level repair of the components found in the Schedule of Supplies/Services. IAW FAR 45.505-2(b)(2), the value of government property to be shipped under this contract is $26,151.02 each (P/N 106-74-4) $26,151.02 each (P/N 106-74-5) $26,151.02 each (P/N 106-74-3) $22,400.00 each (P/N 106043-22) $25,133.38 each (P/N 106043-23) $24,950.00 each (P/N 103062-35) $24,950.00 each (P/N 103062-38) $37,541.26 each (P/N 103062-43) $37,541.26 each (P/N 103062-44) "CONTINUED ON AMENDMENT 1"
 
Record
SN00764271-W 20050310/050308211544 (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.