Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF DECEMBER 01, 2011 FBO #3659
SOLICITATION NOTICE

15 -- REPAIR F404 SERVO VALVES

Notice Date
11/29/2011
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
336412 — Aircraft Engine and Engine Parts Manufacturing
 
Contracting Office
N68836 NAVSUP Fleet Logistics Center Jacksonville Naval Air Station Building 110, 3rd Floor 110 Yorktown Rd Jacksonville, FL
 
ZIP Code
00000
 
Solicitation Number
N6883612T0065
 
Response Due
12/2/2011
 
Archive Date
12/17/2011
 
Point of Contact
VENITA.HARMON 904-542-1229
 
Small Business Set-Aside
N/A
 
Description
This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in FAR Subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation ; quotations are being requested and a separate written solicitation will not be issued. Solicitation number N68836-12-T-0065 and is issued as a Request for Quotation. This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 97-26 and Defense Acquisition Circular 91-19. The North American Industry Classification System (NAICS) code is 336413and the business size standard is 1000 Fleet Contracting Center, Naval Air Station Jacksonville Fl intends to purchase the following line items. This procurement is NOT set a side for small business 01. REPAIR OF F404 SERVO VALVES P/N A28965-001 20 EA PERFORMANCE WORK STATEMENT 1.0 Introduction 1.1 The Fleet Readiness Center, Southeast, (FRC) formerly known as the NAVAIR Depot Jacksonville, FL., requires repair and overhaul support for the actuator servo valve installed on the F404 Fan Guide Vane Actuator, Part Number A28965-001. The actuator provides an output force and motion to a variable fan stator system in response to an integral fan stator actuator servo valve. The actuator is a single ended uncushioned type, powered by engine fuel under pressure, and is capable of applying force in either the extend or retract direction. The component is equipped with a linear variable differential transformer (LVDT), which provides position feedback of the rod as a function of an electrical input signal. Fluid entering the actuator is ported to the electro-hydraulic servo valve, where depending upon the electrical input signal, flow will be controlled to extend or retract the actuator. Under zero input signal, the actuator is biased to extend. Return fluid is ported through the servo valve and out through the actuator housing. 2.0 Background 2.1 The lifecycle of the servo valve is subject to high temperatures under which these valves operate. The elsatomeric seals are subject to degradation. Leakage from degraded seals located under the motor cap can lead to pressure build-up and subsequent deformation as Beyond Economical Repair (BER) without additional repair support. FRC-SE does not have support equipment or test stand to overhaul these valves. 3.0 Scope 3.1 The Government will provide to the contractor servo valves with accompanying work orders requiring maintenance, repair, and/or overhaul service. The contractor will return to the Government only repaired servo valves that are ready for issue. USG requires vendor to return valves to RFI condition by inspecting servo valves received, disassembling units, repairing and replacing parts, and assembling and testing units. All procedures shall be in accordance with specifications and documentation of section 4.0 of this SOW. Any deviations from these documents should be coordinated through the USG F404 Fleet Support Team. 3.2 Critical Safety Item Requirements 3.2.1 These parts are Critical Safety Items. Repair sources must meet the requirements contained in NAVAIR Critical Item Management Desktop Guide of 23Apr2004, Paragraph 6.b(1) of Appendix I. 4.0 Applicable Documents 4.1 Government Documents The following are applicable Government documents; however the OEM maintenance manual will take precedence. 4.1.1 Work Packages A1-476AB-MDB-300 Ch 2 dated 1 February 2008, Fan Variable Geometry Actuator, Depot Maintenance and Illustrated Parts Breakdown. 5.0. Performance Requirements 5.1 Contractor shall disassemble, clean, inspect, and overhaul servo valve part number A28965-001. Contractor will be required to have overhaul capabilities including but not limited to the appropriate technical data, manufacturing documents, engineering drawings, design changes, and test equipment. 5.2 Contractor is responsible for the production, overhaul, testing and delivery of the product. All shipments from the FRC, to the repairing contractor s site, shall be at the government s expense. The Government will inspect candidates for repair, and only send viable assets. 5.3 Contractor will perform a receiving inspection, test, teardown, and evaluation to determine the acceptability for overhaul. All valves will be received and visually inspected for physical damage prior to performing any diagnostic tests. Only valves that are acceptable for overhaul shall be processed. Vendor may scrap unserviceable parts, but most notify the Government of the serial numbers of the units scrapped. Permission is given to retain serviceable parts and used as described in 5.4. 5.4The contractor is authorized to utilize serviceable parts from condemned assets to create/maintain a rotatable pool of spare parts to aid in the repair of US Navy assets. 5.5All valves determined to be acceptable for overhaul shall be completely disassembled and all parts examined for wear or damage. 5.6All grease, oil, dirt, corrosion, and moisture must be removed before inspecting, repairing, or reassembling the part. 5.7Inspection shall be performed for wear and serviceability in accordance with contractor OEM specifications, which are specified in the OEM s maintenance manuals and IAW FRC-SE provided documents. 5.8 The replacement of any unserviceable part and any repair shall be accomplished with appropriate technical procedures and manufacturing specifications, in accordance with section 4.0 documents. Repaired servo valves provided by the contractor shall meet all dimensional, inspection, and test requirements as specified on the latest revision of the OEM drawing, A28965. All Servo Valves repaired will have the letter R added to the end of the existing serial number by either stamping or vibropeen method. 5.9 The contractor will be responsible to meet the following Turn-Around-Time (TAT) for the repair of the servo valves. After receipt of repairable valves the contractor will have 30 days to assess work content and then begin shipment at a rate of 5 per month until, 20 each servo valves are delivered to the FRCSE. 5.10 Inspections 5.10.1 Testing of the Servo valve shall be performed to ensure all operational and performance specifications are met. Repaired valves must pass completion and assembly testing including safety wires prior to return shipment to the customer. 5.10.1 Inspection of repaired P/N A28965-001 servo valves will take place at origin, (Repairing Contractor s site), by a Defense Contract Management Administration (DCMA) Government Representative. The Inspections will consist of ensuring the proper repair processes and procedures were performed, functionally sound, and acceptable per industry standards. The Inspector shall have the option to view, evaluate and review any of the valve repair processes, repair procedures, and may visit the Contractor s site without prior announcement or notification. The DCMA inspector shall approve / reject all valves repaired by the contractor, and shall sign off any respective Form DD 250 or Wide Area Work Flow payment documentation to ensure prompt government payment to the repair contractor. 5.10.2 All Servo valves inspected and approved by the assigned DCMA inspector shall be shipped from the repair contractor s site to the FRCSE at the repair contractor s expense. (FOB Destination) 5.11 Quality Assurance (QA) Program 5.11.1 P/N A28965-001 Servo valves returned to the FRC that do not meet all of the service limit requirements and dimensions will be rejected for further work or replacement. 5.11.2 The contractor shall develop and maintain a system that adheres to the requirement of International Standard ISO 9002 ISO 9001/ANSI/ASQC Q92 Quality Systems Model for Quality Assurance in design/development, production, installation, and servicing and supplement requirements imposed by this contract. The quality system will include a clear and complete set of work documents for all maintenance required by the contract. The quality program shall be designed for all maintenance required by the contract. The quality program shall be designed to promptly detect and correct assignable conditions adverse to quality. The supplier shall investigate all Deficiency Reports (DR s) submitted against reportedly defective items repaired or overhauled by the supplier. Each deficiently report will be processed in accordance with T.O. 00-35D-54. 5.11.3 Defense Contract Management Agency, (DCMA) Inspectors will be asked to randomly review the assigned processes using approved DCMA sampling procedures, and repair procedures, as stated in the SOW during the period of this contract and will tender such inspection / evaluation documentation to the procuring office upon request. 5.12 Support Equipment 5.12.1 All required Support Equipment will be the sole responsibility of the Contractor. The Contractor shall be responsible for the fabrication, procurement and expense of all required equipment, or equivalent tooling, as needed. 5.13 Consumables 5.13.1 The contractor shall be responsible for the procurement of all consumables and parts used during the repair of the Servo Valves. Procurement of consumables shall be pre- approved by the local DCMA representative, who ensures the procured consumables and parts have been obtained from only approved sources. 5.14 Approved Repairs 5.14.1 All repaired Servo Valves returned to the FRC, shall be certified as 100% Ready for Issue,(RFI) in A condition, and be complete and airworthy, (yellow tagged) in all respects. 5.14.2 Any Servo Valves that cannot be repaired to this level will be rejected and scrapped as previously described in Paragraph 5.3. 5.15 Packaging and Shipping Requirements 5.15.1 All repaired Servo Valves will be returned to the FRC using standard commercial packaging and shipping practices. A serviceable tag, DD Form 1564, will be placed inside the package with the serviceable part and attached to the outside of the package. The material condition code will be placed inside the package with the repaired asset and attached to the outside of the shipping container. FOB Destination. 5.15.2 Each returned shipment of repaired Servo Valves shall have a prominent shipping label firmly affixed to the carton, with the following information printed in letters at l/4 in height. Contract number, Shipment Number, Delivery Order Number, Part Number, and Shipping Address. 5.15.3 Shipping Address Commanding Officer Naval Air Station Jacksonville NADEP Jax / FRC Receiving Tele: (904) 542-3670 Bldg. 110 Door 16 (For Bldg. 797 Stacker delivery) NAS Jacksonville Jacksonville, FL. 32212-0016 ATTN: TONY WELLS 790-5955 5.16 Travel Costs 5.16.1 Any and all travel expenses incurred during any contractor visits to the FRC will be the total responsibility of the contractor. These visits may be necessary to resolve any issues either party may have concerning the progress, processes, and repairs performed on the servo valves. 6.0 Deliverables 6.1 Progress Report Insure there is and available POC for EDD questions. 6.2 Process Operation Sheets 6.2.1 The Government does not require process operation sheets to be sent with the units. It is however, required that the vendor keep them for reference should any incident involving a servo valve occur. If a DD250 is provided, this will act as a certificate of conformance. If a DD250 is not provided, a certificate of conformance stating the unit has been repaired, tested and conforms to all serviceable requirements with a certified name and/or stamp for accountability will be required. The following provisions and clauses apply: Provision 52.252-1 Solicitation Provisions Incorporated by Reference. This solicitation incorporates one or more solicitation provisions by reference, with the same force and effect as if they were given in full text. Upon request, the Contracting Officer will make their full text available. (End of Provision) Provision 52.212-1, Instructions to Offers--Commercial; 52.212-2 Evaluation-Commercial items, 52.212-3 offeror representations and certifications- commercial items. Clause 52.212-4, Addendum to FAR 52.212-4: Paragraph (o) Warranty- Add: additionally, the Government will accept the contractor s commercial warranty. Contract Terms and Conditions--Commercial Items; clause 52.212-5, Contract Terms and Conditions Required to Implement Statutes Or Executive Orders--Commercial Items (to include: 52.222-21 Prohibition of segregated facilities, 52.222-26, Equal Opportunity; 52.222-35, Affirmative Action for Special Disabled and Vietnam Era Veterans; 52.222-36, Affirmative Action for Handicapped Workers; 52.222-37, Employment Reports on Special Disabled Veterans and Veterans of the Vietnam Era); Clause 52.232-33, Mandatory information for electronic funds transfer payment; clause 52.219-6 Total small Business setaside, and The following DFARs clauses apply to this acquisition: 252.204-7004 Central Contractor Registration, 252.211-7003 Item Identification and Valuations Jan 2004), (252.212-7001, Contract Terms and Conditions Required to Implement Statutes Applicable to Defense Acquisitions of Commercial Items (including 252.225-7001 Buy American Act and Balance of Payment Program). Registration in the Central Contractor Registration (CCR) Database is a requirement for award go to www.ccr.gov to register. The full text of the Federal Acquisition Regulation (FAR) can be accessed on the internet at www.arnet.gov/far. Parties responding to this solicitation may submit their offer in accordance with their standard commercial practices (e.g. on company letterhead, formal quote form, etc.) but must include the following information: 1) company s complete mailing and remittance addresses, 2) discounts for prompt payment if applicable 3) cage code, 4) Dun & Bradstreet number, 5) Taxpayer ID number. Offerors shall include a completed copy of the provision at 52.212-3, Offeror Representations and Certifications-Commercial Items with their offer. The Government intends to make a single award to the eligible, responsible offeror whose offer conforms to the solicitation, and is the most advantageous to the Government considering price and price-related factors. This solicitation will be evaluated on the following factors: Technical, and price. Quotations must be received no later than 1:00 p.m. DEC 02, 2011. Quotations must be in writing and may be faxed or emailed to the following. Attn Venita K Harmon, Fleet Contracting Center, FISC JAX BLDG, 191 Naval Station Jacksonville FL 32212. Fax 904-542-1111 Telephone 904-542-1229. Email address: Venita.harmon@navy.mil
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/notices/7889e7b32f672dffbe4a408d49655ebe)
 
Place of Performance
Address: NAVSUP FLC JAX
Zip Code: BLDG 110/3
 
Record
SN02630146-W 20111201/111129234415-7889e7b32f672dffbe4a408d49655ebe (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.