Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF MAY 13, 2010 FBO #3092
SOURCES SOUGHT

16 -- Refurbishment of UH-60L VIP HELICOPTERS - DSL and CDRLS

Notice Date
5/11/2010
 
Notice Type
Sources Sought
 
NAICS
336411 — Aircraft Manufacturing
 
Contracting Office
Department of the Army, Army Contracting Command, AMCOM Contracting Center - Redstone Installation (AMCOM-CC), BLDG 5201 MARTIN RD RM 200A, Redstone Arsenal, Alabama, 35898-5200, United States
 
ZIP Code
35898-5200
 
Solicitation Number
W58RGZ-10-R-0379
 
Archive Date
7/8/2010
 
Point of Contact
Cynthia Kelly, Phone: 2568429841, Benetta Halbert, Phone: 2568763912
 
E-Mail Address
cynthia.kelly@peoavn.army.mil, benetta.halbert@peoavn.army.mil
(cynthia.kelly@peoavn.army.mil, benetta.halbert@peoavn.army.mil)
 
Small Business Set-Aside
N/A
 
Description
DSL and CDRLS for Sources Sought THIS IS NOT A SOLICITATION ANNOUNCEMENT. THIS IS A SOURCES SOUGHT SYNOPSIS ONLY. THE PURPOSE OF THIS SOURCES SOUGHT SYNOPSIS IS TO GAIN KNOWLEDGE OF POTENTIAL QUALIFIED SOURCES AND THEIR SIZE CLASSIFICATIONS (HUBZONE 8(a), 8(a), HUBZONE, SMALL, SMALL DISADVANTAGE AND LARGE BUSINESS) RELATIVE TO NAICS CODE 336413 (SIZE STANDARD OF 100 EMPLOYEES). RESPONSES TO THIS SOURCES SOUGHT SYNOPSIS WILL BE USED BY THE GOVERNMENT TO MAKE APPROPRIATE ACQUISTION DECISIONS, (SEE SUBMITTAL REQUIREMENTS BELOW). AFTER REVIEW OF THE RESPONSES TO THIS SOURCES SOUGHT ANNOUNCEMENT, A SOLICITATION ANNOUNCEMENT MAY BE PUBLISHED IN THE CBD. RESPONSES TO THIS SOURCES SOUGHT ANNOUNCEMENT ARE NOT ADEQUATE RESPONSE TO THE SOLICITATION ANNOUNCEMENT. ALL INTERESTED OFFERORS WILL HAVE TO RESPOND TO THE SOLICITATION ANNOUNCEMENT IN ADDITION TO RESPONDING TO THIS SOURCES SOUGHT ANNOUNCEMENT. POC CYNTHIA KELLY, CONTRACT SPECIALIST, AT 256-842-9841 or BENETTA HALBERT, CONTRACTING OFFICER AT 256-876-3912. The US Army Aviation and Missile Command in Huntsville, Alabama is seeking information on businesses that are capable and experienced in transportation, 500 hour phase maintenance inspection, refurbishment of the VIP interior, and complete strip and paint of one UH-60L VIP Helicopter. The Government is currently performing market research in order to identify businesses that possess the capabilities to execute the requirements. Responses to this notice are not an offer and cannot be accepted by the Government to form a binding contract. The government is seeking information on businesses that are capable and experienced in inspection, maintenance, repair, refurbishment, paint, and re-upholstery of the UH-60L VIP helicopters. Prospective businesses should have well-documented safety, quality control, configuration management, and property management processes and procedures in place. It is requested that prospective businesses provide information on company background and work history related to the inspection, maintenance, repair, refurbishment, paint and re-upholstery of UH-60L VIP helicopters. It is anticipated that the proposal would be a combination of firm fixed price and cost type line items. Only US based and owned businesses are eligible to respond. Responses to this notice should be in written form and no more than twenty (20) pages and should be forwarded to US Army, AMCOM, CCAM, Redstone Arsenal, AL 35898, ATTN: Cynthia Kelly, via email at Cynthia.Kelly@us.army.mil, or 256-842-9841. Responses are due no later than 4:00 PM CST, 7 June 2010. Standard company brochures alone will not be considered a sufficient response to this Sources Sought Synopsis. Proprietary information should be marked accordingly. Appropriate proprietary claims will be honored and protected to prevent improper disclosure. Please include the following information: 1. Name of Business, address, POC, phone/fax number, and e-mail address. 2. Company background, business size, number of employees, and NAICS code. 3. Summary of technical capabilities related to the stated requirements. 4. Summary of previous work experience on similar effort including government contract numbers. 5. Estimated price to perform this effort. 1.0 SCOPE 1.1 The purpose of this document is to define the tasks necessary to refurbish UH-60L VIP helicopters, to include delivery from and to the Foreign Military Sales (FMS) Customer, Integrated Logistic Support (ILS, Liaison Officer (LNO) support, Test Flight Requirements, Maintenance Inspections, Aircraft Condition Assessments (ACA), Compliance with all Mandatory Service Bulletins, Safety of Flight (SOF) Messages, Aviation Safety Action Messages (ASAM), Maintenance Information Messages (MIM) and Spare Parts Identification and Disposition and FMS Customer Final Acceptance Inspection prior to aircraft return shipment to the FMS Country. 2.0 GENERAL REQUIREMENTS 2.1 The contractor shall provide the required personnel, tools, equipment, materials, facilities, services, expertise, and support equipment necessary to perform all tasks defined in this request. Throughout the contract, the period of performance for each aircraft, from the time the aircraft is received at the contractor facilities until the return of the aircraft to the FMS customer will not exceed eight (8) months. The contractor will be responsible for all preplanning to ensure the time period is not exceeded. 3.0 PRE-INDUCTION 3.1 Prior to delivery, the contractor will perform the following functions in-country. Not later than thirty (30) days prior to the delivery of the UH-60L aircraft to the contractor, the contractor shall perform a pre-phase inspection Maintenance Test Flight (MTF) and Evaluation, including a complete vibration test, and track and balance of the aircraft. Engine minimum power checks and serviceability and will be determined. 3.2 Engines that do not meet serviceability or minimum power requirements in accordance with TM 1-1520-237-MTF or TM 1-2840-248-23 will be replaced by the FMS customer. Once the engine(s) are replaced, the contractor shall verify performance by an additional MTF. 3.3 In addition, the contractor shall perform a functional check of all aircraft systems including all cabin systems such as lighting, internal communications system, air conditioning, etc. 3.4 The contractor shall record all discrepancies noted during the pre-induction testing in the aircraft logbooks, and provide a copy to the FMS customer and AMCOM. This discrepancy list will be compiled and must be reviewed together by the contractor, AMCOM, and the FMS customer. Each will sign the list as verification of receipt and review prior to shipment of the aircraft. 3.5 Current aircraft logbooks and all historical records, in English, will be provided by the FMS customer at the time of inspection team arrival. The contractor shall assist the FMS customer in reviewing the aircraft and all records. All maintenance and historical records must be identified prior to aircraft deployment, packaged and shipped to the contractor's refurbishment facility. 3.6 If the aircraft is not in flyable condition to conduct an MTF, the aircraft will not be accepted by the contractor and, subject to equitable adjustment, the contractor team may leave and return pending repair of the aircraft by the FMS customer. 3.7 Upon completion of the pre-induction testing and maintenance inspection, the contractor shall prepare the aircraft for shipment IAW TM 1-1520-237-S. This shall include on and off-load services for commercial or Defense Transportation Service (DTS) transport and delivery of the VIP aircraft to the contractor refurbishment site. The Contractor will not need to provide the air transportation kits. 4.0 AIRFRAME AND COMPONENT REFURBISHMENT 4.1 The contractor shall perform the airframe and component refurbishment of the customer UH-60L VIP helicopters at the selected refurbishment site. The US Government will provide transportation from the FMS country to the refurbishment site. The contractor shall make provisions to unload the aircraft, at the refurbishment site for induction. 4.2 Within three (3) days of the aircraft arrival at the selected refurbishment site, the contractor shall begin work to complete a 500-hour Phase Maintenance Inspection IAW TM 1-70-21-PMS-2. 4.3 The repair, overhaul, or replacement of the following items and components shall be accomplished. 4.3.1 Main and tail tires shall be replaced. 4.3.2 Wheels shall have a Non-Destructive Inspection (NDI) completed as required per applicable TM on wheel assemblies. 4.3.3 The contractor shall replace all clear cockpit windshields and windows. 4.3.4 The contractor shall replace all cabin interior tinted windows. 4.3.5 Main Rotor Blades shall be repaired to level 2 or level 3 IAW the attached Exhibit A description. 4.3.6 Tail Rotor Blades shall be repaired to level 2 IAW the attached Exhibit A description. 4.3.7 Main Module, to include (2) accessory and (2) input modules, shall be removed, disassembled, inspected, overhauled, cleaned, and painted IAW TM procedures. 4.3.8 Intermediate Gearbox shall be removed, disassembled, inspected, overhauled, cleaned, and painted IAW TM procedures. 4.3.9 Tail Rotor Gearbox shall be removed, disassembled, inspected, overhauled, cleaned, and painted IAW TM procedures. 4.3.10 Stabilator shall be removed, inspected, and reinstalled. 4.3.11 The stabilator fittings shall have a NDI, per the technical manual. 4.3.12 Main Rotor Hub (MRH) shall be removed, disassembled, inspected, overhauled, cleaned, and painted IAW TM procedures. 4.3.13 Hub inserts shall be replaced as required. 4.3.14 Main Rotor damper reservoirs, bearings and pitch control rod bearings shall be replaced. 4.3.15 Main engines (2) shall be removed, inspected, and preserved IAW applicable TM procedures. Engines will be inspected and evaluated per the applicable Technical Manuals. Engine discrepancies shall be corrected to serviceable condition IAW O&A procedures. 4.3.16 Engine mounts shall have a Non Destructive Inspection (NDI) per the TM recommended requirements for serviceability. Replace if unserviceable. 4.3.17 Electrical harness connectors and plugs shall be cleaned, repaired or replaced as needed to restore system serviceability. 4.3.18 Environmental Control Unit (ECU) shall be removed and overhauled. 4.3.19 Auxiliary Power Unit (APU) shall be removed and overhauled. 4.3.20 The contractor shall repair or replace seals and weather stripping to restore serviceable condition. 4.3.21 Aircraft doors will be adjusted as necessary to ensure proper fit, noise and water integrity. 4.3.22 Water leakage test will be performed on the aircraft prior to return to FMS customer. 4.3.23 The contractor will perform a noise level acoustic test of the aircraft prior to return to FMS customer. 4.3.24 Reparable components found to be unserviceable during the 500-hour inspection shall be handled as O&A. 4.3.25 Discrepancies considered identified as O&A that the customer declines to repair, will be identified in-writing by the customer. 5.0 OVER AND ABOVE (O&A) 5.1 The material cost associated with the repair or replacement of any repairable* item not already being furnished under the basic section of document. The labor cost associated with the removal and replacement of the reparable component is included in the basic document. * For the purpose of this document, a repairable item shall be defined by the Source, Maintenance, and Recoverability (SMR) codes in TM 1-1520-237-23P-1 and TM 1-11-70-21-23P for procurable parts removed or replaced at the organizational maintenance level and returned to a higher maintenance level for repair. Parts with a Recoverability Code (positions 4 & 5) of other than "ZZ" shall be considered repairable. If the subject part does not have an SMR code, reparability shall be determined by comparison to similar parts that have SMR codes. Estimated Prices for each O&A task will be established utilizing the Time and Material Rates identified in the contract. Over and Above requests shall be submitted to the Administrative Contracting Officer (ACO) for written approval to proceed with the O&A task. 5.2 Labor and material costs associated with the repair or replacement of airframe structural items including the removal of any components that would not otherwise be removed during the performance of basic inspection and repair. 5.3 Any costs associated with repairing engine discrepancies beyond removal and preservation. 5.4 Any costs associated with Mandatory Service Bulletins, Safety of Flight Messages (SOFs), Aviation Safety Action Messages (ASAMs), and Maintenance Information Messages (MIMs) not already included in PMS-2 Phase Inspection. 5.5 Any costs associated with the completion of the 36month/1000hour inspection requirements. 5.6 Any costs associated with correction of discrepancies found upon aircraft inspection at the subcontractor facilities or in the FMS customer's country outside of this document's requirements. 5.7 Any costs associated with the replacement of any component in the Overhaul and Retirement Schedule that are within 10% or 2 years of replacement. 5.8 Any costs associated with the repair or replacement of items deemed unserviceable during troubleshooting of faulty aircraft components. 5.9 Any costs associated with troubleshooting of electrical and avionics discrepancies to the faulty aircraft component. 5.10 Any costs associated with the repair and replacement of items not otherwise addressed elsewhere in this document, as needed, to return each aircraft to serviceable condition. 5.11 Any costs associated with correcting any discrepancies that are beyond the scope of requirements found during acceptance inspections. 5.12 Any costs associated with the repair of discrepancies that are beyond the scope of the requirements found during final inspection and test flight. 5.13 Any costs associated with travel, subsistence and lodging expenses incurred upon delivery of aircraft to the FMS country to resolve any discrepancies found during final inspection by the FMS customer. 5.14 The contractor shall perform an Aircraft Condition Assessment (ACA) IAW the contractor's S-70 ACA report to evaluate the general material condition of each aircraft through a structural assessment. This is a visual only inspection to identify suspect areas of corrosion, structural weakness, alignment and damage. Maintenance actions required to resolve discrepancies identified during the inspection shall be handled as addressed elsewhere in this document. 5.15 The contractor shall repair or replace minor airframe structural items found to be unserviceable. These items would include angles, clips and brackets that do not require the removal of aircraft components or structural items that are not otherwise removed during the normal course of performing the inspections. Replacement of major airframe structural items or removal of these structural items to facilitate other maintenance and repair of discrepancies that are not otherwise removed during the normal course of performing the inspections, shall be handled on an O&A basis. These items would include bulkheads, longerons, stringers, beams, frames and skins. 5.16 The contractor shall perform in-place repair of major airframe structural items, such as corrosion cleanup, patch repair, doubler repair, reinforced plastic (fiberglass) repair, Kevlar/Epoxy Laminates Repair, and Graphite/Epoxy composite repair, that do not require the removal of aircraft components or structural items that are not otherwise removed during the normal course of performing the inspections. 5.17 The contractor shall preserve components IAW applicable TMs during refurbishment and overhaul of the aircraft. 5.18 The contractor shall de-preserve components IAW applicable TMs prior to restoring the refurbished/overhauled aircraft to service. 6.0 INTERIOR REFURBISHMENT 6.1 The contractor shall refurbish the interior of each aircraft using the USG provided Color Board Number 614 for interior color scheme. 6.2 The contractor shall replace worn cabin air conditioning outlets and reading light fixtures. 6.3 The contractor shall refinish all wood cabinetry. 6.4 The contractor shall replace any non-functional cabinetry hardware. 6.5 The contractor shall reupholster cabin ceiling panels, sidewall panels, door panels, and ducting with leather. 6.6 The contractor shall reupholster cabin door and sidewall armrest trim with leather. 6.7 The contractor shall reupholster cabin swivel seats and bench seat with leather. 6.8 The contractor shall reupholster aft headrest with leather. 6.9 The contractor shall replace all cabin and cockpit carpet. 6.10 The contractor shall repaint all trim escutcheons to match surrounding area. 6.11 The contractor shall replace placard kit with new kit. 6.12 The contractor shall replace damaged acoustic blankets. 6.13 The contractor shall fabricate new cabin floor vinyl runners and seat maintenance covers. 6.14 The contractor shall re-web eight cabin seat belts. 6.15 The contractor shall replace "No Smoking/Fasten Seat Belt" sign overlays. 6.16 The contractor shall reupholster crew seats and crew seat shrouds with leather and provide one new ship-set of sheepskin slipcovers. 6.17 The contractor shall reupholster cockpit door panels, storage compartments with leather and provide new cockpit door carpeting. 6.18 The contractor shall reupholster cockpit overhead panels/trim with leather and provide new overhead interior tinted windows. 6.19 The contractor shall reupholster cockpit glare shield with leather. 6.20 The contractor shall provide new cockpit flashlights. 6.21 The contractor shall provide new cyclic and collective boots. 6.22 The contractor shall repaint cockpit. 6.23 The contractor shall re-install air conditioning. 6.24 The contractor shall re-install interior. 6.25 The contractor shall replace Emergency Locator Transmitter (ELT) batteries. 6.26 The contractor shall replace cockpit crew seat restraint harness pads. 6.27 The contractor shall upgrade interior cabin lighting to warm yellow Light Emitting Diode (LED) lights including 22 EA Reading, 3 EA dome, and 10 EA LED 12" tube lights. 6.28 The contractor shall strip exterior exposed surfaces to prime or bare metal prior to painting composite surfaces shall be stripped to base coating surfaces. Stripping shall not include upper deck fairings, landing gear fairings, rotor heads, drivelines or control surfaces other than those areas requiring NDI. Each aircraft's exterior and blades shall be repainted to the same paint scheme, type and color IAW drawing number 33770-58651,(Available upon request) with exception that tail rotor blades shall be IAW current UH-60L color scheme (black). Main and tail rotor blade erosion protection shall be reapplied. 6.29 The contractor shall provide Quality Assurance at the refurbishment site to support the aircraft for removal of equipment for paint; after paint to support the reinstallation and perform close inspections on the aircraft. This will also include support for delivery and interface with the DCMA for quality issues throughout the rebuilding of the aircraft. The US Government will serve as the point of contact on contract quality related issues with the Customer. 7.0 FINAL INSPECTION, ACCEPTANCE AND DELIVERY 7.1 The contractor shall perform a ground and maintenance test flight of the aircraft upon completion of the refurbishment and repair effort at the refurbishment site. These test flights shall be performed IAW the applicable TM documents. 7.2 The contractor shall notify the Procurement Contracting Officer (PCO) sixty (60) days prior to completion of the refurbishment so that aircraft transportation may be arranged. 7.3 Upon completion of aircraft refurbishment and overhaul of dynamic components, the contractor shall perform Aviation Vibration Analysis of rotor systems IAW TM 1-6625-724-13&P, dated 31 Aug 94, with Changes 1 and 2. 7.4 Upon completion of aircraft refurbishment the contractor shall weigh each aircraft and update aircraft Weight and Balance Records IAW DID DI-MGMT-81501 and delivered IAW CDRL AA01. These updated records shall be returned along with the aircraft to the FMS Customer. 7.5 The aircraft will not be delivered with an AN/APX 100 transponder. The transponder will be provided via USG stores for conducting ferry flights and DD 250 acceptance flights. Upon completion of delivery, the transponder will be returned to USG stores. 7.6 Upon completion of the refurbishment, the contractor shall perform a CONUS ferry flight to the Port of Embarkation; prepare the aircraft for shipment IAW TM 1-1520-237-S. This shall include on and off-load services, commercial or Defense Transportation Service (DTS) transport and delivery of the VIP aircraft to the FMS country. 7.7 After delivery of the aircraft to the U. S. Government (DD250), the Contractor shall provide post DD 250 support for resolution of discrepancies found during Government acceptance prior to inspection by the FMS country. 8.0 INTEGRATED LOGISTICS SUPPORT (ILS) 8.1 The contractor shall provide ILS management for the refurbishment program, as defined below. The contractor shall prepare a report to address the status of the aircraft refurbishment IAW DID DI-MISC-80508 and deliver IAW CDRL AA02 The report shall include overall work completion status, component repair status, identification and status of any approved over and above effort and the status and any pending issues. VIP support shall be provided for visiting FMS customer personnel for up to three (3) site visits for a maximum total of 15 days. 8.2 The contractor shall provide support for a liaison officer, provided by FMS customer personnel for the express purpose of providing technical or logistics assistance for the UH-60 VIP refurbishment program. Support shall include use of the following: office space, office furniture, cell phone and service, computer (Windows Pentium 4, 1 Ghz speed, 512 MB memory, Windows 2000 or XP) with compatible printer and paper, fax machine, phone, shredder and necessary computer and office related products. Additionally, the Contractor shall provide phone, fax, and internet service for the visiting FMS customer personnel. The contractor shall provide support for quarterly Progress Reviews at the Refurbishment Center or Huntsville facilities. The FMS liaison officer personnel shall be responsible for their own transportation, subsistence and lodging expenses. 9.0 GROUND AND MAINTENANCE TEST FLIGHTS (MTF) 9.1 The contractor shall conduct a pre-induction MTF in the FMS country. 9.2 The contractor shall conduct a MTF at the refurbishment site prior to government acceptance. 9.3 The USG GFR shall provide support for the MTF at the refurbishment site. 9.4 The USG Government DCMA will conduct a Maintenance Test Flight prior to acceptance by the US Government. 9.5 The contractor shall conduct a final MTF upon return of the aircraft to the FMS country. The FMS customer will provide co-pilot support of the MTF in the FMS country. 10.0 QUALITY ASSURANCE (QA) 10.1 The contractor will provide Quality Assurance support of program requirements from its selected facility to support the program team on all quality issues starting with the induction of the aircraft to completion for repair of parts, preparing the aircraft for return to flight status, and delivery to the FMS customer. This also includes typical quality engineering activities related to flow down of unique quality requirements, as applicable, investigation and resolution of quality issues on both manufactured and supplier provided components and assemblies, support to all Reviews, and Working Groups as applicable. The US Government will serve as the point of contact on contract quality related issues with the FMS Customer. 11.0 AWR REQUIREMENT FOR NON-USG AIRCRAFT The contractor shall obtain an Airworthiness Release (AWR) from the Contracting Officer prior to performing any ground or flight activity (rotors turning) on any non-U.S. Government (USG) (i.e., Foreign Military Sales (FMS) UH-60 M BLACK HAWK (or equivalent commercial versions) being manufactured, repaired, maintained, or modified under this contract. In order to obtain an AWR, the contractor shall perform the following: 11.1 The contractor shall provide to the Contracting Officer a program overview schedule that identifies the AWR need date for each unique aircraft configuration's ground and flight activity. The Contractor shall prepare the schedule IAW DID DI-MISC-80508 and deliver IAW CDRL AA03. 11.2 The contractor shall prepare an AWR Data Review Report in accordance with DID DI-MISC-80508 and deliver IAW CDRL AA04. The report shall provide a detailed description of the aircraft configuration, focusing on all unique, non-USG standard equipment, repairs, modifications, or maintenance. For non-USG standard equipment, the report shall provide details of the qualification status of the equipment. The report shall also provide an overview of all ground and flight test procedures required for acceptance and ferry flight (if required) of the aircraft. 11.3 Within 45 calendar days of the delivery of the AWR Data Review Report, the contractor will receive an AWR Data Requirements List from the Contracting Officer. This list will specify the specific data required to be submitted to the USG by the contractor in order to support issuance of an AWR. The Contractor shall prepare all data identified in the AWR Data Requirements List IAW DID DI-MISC-80508 and deliver IAW CDRL AA05. The contractor shall prepare, in accordance with DID DI-MISC-80508, an update to the schedule submitted via paragraph 3.11.1 above which identifies when the contractor will deliver the required data, and deliver IAW CDRL AA03. The delivery schedule shall support delivery of all the data no later than 45 days prior to the AWR need date. Proprietary data delivered to the USG for use in the AWR will not be used for any other purposes. 11.4 The contractor shall provide responses to any and all questions provided by the USG in response to their review of the data provided IAW paragraphs 11.1, 11.2 and 11.3 above within ten (10) days of receipt of question. The government and the contractor shall collaborate on a mutually agreed upon date for the contractor to provide any additional data items. 12.0 LONG LEAD SPARES AND SUPPLIES 12.1 The long lead spare parts will be acquired under a USG Contract to support the aircraft refurbishment. The contractor shall request from the Contracting Officer disposition of any unused spares sixty (60) days prior to the completion of the refurbishment. Any additional needed for the refurbishment parts and supplies shall be included in the applicable O & A requests 13.0 RESIDUAL ITEMS 13.1 The contractor shall maintain a list of parts removed from service, provide storage for these parts, prepare for shipment IAW Contracting Officer instructions and ship to destinations provided by the Contracting Officer within 30 days of project completion. The contractor shall complete a report IAW DID DI-MGMT-80508 and delivered IAW CDRL AA06. Parts shall be listed under Repairable Parts and Serviceable Parts and shall include the part number, description, quantity, location, aircraft number and SMR code. 14.0 CUSTOMER INSPECTION PRIOR TO DELIVERY 14.1 The FMS Customer will inspect the aircraft prior to the shipment of the aircraft back to the FMS Customer's country. The US Government shall support the contractor in escorting the customer contingent at the refurbishment site when the aircraft is inspected. The Contractor will be provide round trip airfare, lodging, and meals for four (4) Officers to conduct the customer acceptance inspection for a period of five (5) days. Contractor provided support shall include costs for lodging, meals, transportation to and from the airport of arrival and departure, to and from the hotel facilities, and while at the selected refurbishment site as needed. The contractor shall assist the FMS customer in inspecting the aircraft and reviewing the aircraft records prior to shipment back to the FMS country. The Contractor shall insure all work listed in the logbooks or work that is noted as a result of the FMS customer on site inspection must be completed prior to transporting the aircraft back to the FMS country. The contractor shall be authorized to resolve discrepancies noted after final acceptance that fall within the terms and conditions of the contract. 15.0 AIRCRAFT WARRANTY The contractor shall provide an aircraft warranty. 16.0 PROGRAM MANAGEMENT REVIEWS (PMR) The contractor shall conduct two PMRs per year, one at the Contractor's facility and one in-country. The final PMR shall be conducted in-country and shall coincide with delivery of the last aircraft. The contractor shall provide program status briefing charts, including technical, engineering, manufacturing and schedule performance of the contract deliverables. The contractor shall prepare the briefing materials IAW DID DI-MGMT-81605 and deliver IAW CDRL AA07. The contractor shall coordinate with the Government Point of Contact NLT fourteen (14) working days prior to each PMR to establish the agenda and discuss contents of briefing materials. The contractor shall ensure personnel are available to discuss technical and logistic issues during the PMR. Estimated length of each review is five (5) days. The Government will provide the meeting dates for the in-country review NLT seventy-five (75) days prior to each review. EXHIBIT A DESCRIPTION OF BLADE REPAIR LEVELS LEVEL ONE (1) MINOR REPAIR IN. COIN TAP REPAIR OF BIN INDICATOR ELEC. CHECK HEATER MAT ADHESIVE FILLER MINOR SCRATCHES TIP BLOCK PAINT TIP CAP BAL. TIP CAP PAINT N.R.B. STATIC BALANCE LEVEL TWO (2) MINOR/MAJOR REPAIR IN. COIN TAP REPAIR OF BIN INDICATOR ELEC. CHECK HEATER MAT ADHESIVE FILLER MINOR SCRATCHES TIP BLOCK PAINT TIP CAP BAL. TIP CAP PAINT N.R.B STATIC BALANCE FLUOROSCOPE FINAL DYNAMIC BALANCE REMOVAL OF CORROSION/CUFF BOLTS CLEAN UP ATTACHMENT HOLES REMOVE BROKEN SCREW IN TIP BLOCK ADHESIVE INJECTION REPLACE NICKEL ABRASION STRIP (5.0 PER STRIP) REP. CORE CRUSH USING EPOCAST & PATCH SEALING OF ROOT FAIRING REMOVE & REPLACE OF TIP SEAL & TIP BLOCK TIP RIB REPAIR REMOVE & REPLACE -101,-102 WASHERS REMOVE & REPLACE -101,-102 BUSHINGS REPAIR ALUM. LIGHTING MESH SINGLE PLY DELAMINATION REP. DAMAGED TIP BLOCK REPAIR TIP CAP KEYLAR REPAIR TIP CAP REMOVE & REPLACE ROOT SEAL REMOVE & REPLACE CUFF REPAIR TIP END AND DOUBLER ADDITION OF TIP RIB RIVETS REPAIR DAMAGE TO TIP RIB COMPONENT REPAIR SPAR HOLES & ADJACENT SURFACES REPAIR NICKS, GOUGES ON OUTSIDE LUG SURFACE REMOVE & REPLACE ROOT CAP FAIRING REPLACE OVERSIZE BUSHINGS SPAR SURFACE REPAIR REPAIR L/E DAMAGE IN LEAD WOOL REGION REMOVE & REPLACE ROOT END SPACERS LEAKCHECK REMOVE & REPLACE ROSAN STUDS HEATER MAT CONNECTOR REP. TIP END DOUBLER-HOCKEY STICK LEVEL TWO (2) MINOR/MAJOR REPAIR (CONTINUED) TIP BLOCK NOB SKIN PATCH REPAIR 10 TR/EDGE SKIN TO CORE DISBOND REP. TRAILING EDGE DISBOND PLUG PATCH REPAIR REPLACE NUT PLAT ASSY. R/R/ ROOT CAP FAIRING WATER REMOVAL SKIN SPAR DISBOND REP. TRAILING EDGE USING PATCH REP. LARGE SCALE CRUSH CORE HIGH WIND DAMAGE INSPECTION REP. OVERSIZE BUSHINGS LEVEL THREE (3) MAJOR REPAIR ELEC. CHECK HEATER MAT UH-60 MAIN ROTOR BLADE REPLACE LEADING EDGE SHEATH USING PRODUCTION TOOLS & SHOPS BLEED SPAR REMOVE TIP CAP & TIP BLOCK REMOVE ROOT END FAIRING REMOVE SKIN PATCHES OVER TOOLING HOLES W/WIRE MESH CUT SHEATH AND REMOVE REMOVE LIGHTING MESH MODIFY REPLACEMENT SHEATH SAND TO PROPER COUNTOR REPAIR DAMAGE FOAM TRIAL FIT SHEATH & CUT TO PROPER DIMENSION W/BAL. BOND SHEATH TO BLADE BOND FAIRING TO BLADE BOND LIGHTING MESH INSTALL SKIN PATCHES OVER TOOL HOLES W/WIRE MESH PREP. PAINT STENCIL REMOVE & REPLACE ROOT END LAMINATES REMOVE & REPLACE CUFF AND ROOT SEAL REMOVE & REPLACE BUSHING IN SPAR, MACHINE TO CUFF SIZE AND INSTALL INDICATOR INSTALL WIRE MESH (IN LAMINATE) FILL BOND LINE ATP
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/notices/ad403c11bfc31dd0b4b2b7951c6caa0c)
 
Place of Performance
Address: US Army Aviation and Missile Command (Aviation), ATTN: AMSAM-AC-BH-A, Building 5308, Martin Road, 35898-5280 US, Redstone Arsenal, Alabama, 35898-5280, United States
Zip Code: 35898-5280
 
Record
SN02146533-W 20100513/100511235203-ad403c11bfc31dd0b4b2b7951c6caa0c (fbodaily.com)
 
Source
FedBizOpps 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.