Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF MAY 23, 2012 FBO #3833
SOLICITATION NOTICE

16 -- Minor Overhaul of Main Gearbox for H60 Helicopter

Notice Date
5/21/2012
 
Notice Type
Presolicitation
 
NAICS
336413 — Other Aircraft Parts and Auxiliary Equipment Manufacturing
 
Contracting Office
Department of Homeland Security, United States Coast Guard (USCG), Commanding Officer, USCG Aviation Logistics Center, HU25, HH65, H60J, C130, ESD, IOD, ISD, CASA or ALD, Elizabeth City, North Carolina, 27909-5001, United States
 
ZIP Code
27909-5001
 
Solicitation Number
HSCG3812QS00106
 
Archive Date
8/31/2012
 
Point of Contact
Geneva K. James, Phone: 2523345094
 
E-Mail Address
geneva.k.james@uscg.mil
(geneva.k.james@uscg.mil)
 
Small Business Set-Aside
N/A
 
Description
This announcement constitutes the only solicitation; quotes are being requested and a written solicitation will not be issued. Solicitation number HSCG38-12-Q-S00106 is issued as a Notice of Intent to Procure Items on a Sole Source basis. The applicable North American Industry Classification Standard Code is 336413. The Coast Guard intends to issue a firm fixed price delivery order utilizing the terms and conditions of an existing Basic Ordering Agreement (BOA) with Sikorsky Aircraft Corporation, the Original Equipment Manufacturer (OEM), for the overhaul of: 1. Main Gearbox Qty 1 Each P/N: 70351-38100-049 NSN: 1615-01-552-3522 Required Delivery: 120 days ARO and induction STATEMENT OF WORK (SOW) Minor Overhaul 1. This SOW provides for the overhauling to like new condition of the Main Gearbox, NSN 1615-01-552-3522 part number 70351-38100-049 for the Coast Guard's Aviation Logistics Center (ALC), MH-60 J/T fleet. Disassemble sufficient to inspect all the operating components and the basic end article, includes replacement or servicing as necessary followed by reassembly and testing. Upon completion of the minor overhaul process, the component or end article will be capable of performing its intended service life or tour. The information contained in the scope of work is not intended to be all-inclusive or detract from procedures outlined in the original equipment manufacturer (OEM) specification except where noted herein. Components furnished hereunder shall be returned by the contractor in an airworthy condition and in all respects suitable for installation in USCG aircraft. 2. The contractor shall provide all necessary parts, material, labor, tooling, overhaul manuals, test equipment and facilities to evaluate and overhaul the gearboxes for the Coast Guard fleet of MH-60 J/T helicopters, as necessary to conform with the requirements of this SOW at the firm-fixed-pricing established in the schedule. The contractor shall provide the data and documentation requirements specified as part of this SOW. 3. The work shall be in accordance with the OEM specifications. The contractor must have access to all necessary maintenance, rework and overhaul manuals and performance/test/acceptance criteria and data to ensure that equipment is overhauled, calibrated, and operating in accordance with the current specification or applicable manuals in effect on the date of award. The OEM is Sikorsky Aircraft Corporation, Stratford, CT 4. Coast Guard aircraft operate primarily in a saltwater environment and are subject to corrosion. Corrosion is expected on equipment to be overhauled under this contract. During inspection and functional test, the presence of corrosion in a gearbox or component thereof shall constitute reason for a more thorough disassembly and inspection. Should corrosion be found, disassembly shall be made only to the extent necessary to remove corrosion or replace the part(s) affected. The contractor shall also perform a visual and technical inspection in accordance with the current applicable Component Maintenance Manual and correct all additional deficiencies found. This shall include replacement of broken parts and the removal of any foreign matter or corrosion. Corroded parts shall be replaced, except in those cases where removal of corrosion from a part will not impair the efficiency or safe operation of the part. Corrosion removal and treatment of affected areas will be accomplished in accordance with the OEM specifications (or best commercial practices if not addressed by the OEM). Minor Overhauls Inspection shall be conducted IAW ACMS Code 630014 Item 2 of MPC 63207.5 as follows: a. Remove sealing compound from heads of mounting bolts and mounting feet areas using locally manufactured nonmetallic scraper (Refer to Figure 6) Enclosed. b. Remove all sealing compound using nonmetallic scraper and Dry Cleaning Solvent, MIL-PRF-680 (Series), Type III, until entire mounting bolt area and the base of the mount feet are clean (Refer to Figure 4) Enclosed. c. Visually inspect mounting feet for nicks, gouges, scratches, corrosion, and cracks. If damage exists proceed as follows: (1) Minor nicks, gouges, and scratches may be removed as long as damage is within fixable limits. (2) Crack indications, or damage greater than specified limits, is unacceptable (Refer to Figure 3). Replace main module. (3) Determine allowable overhaul criteria from A1-H60CA-SRM-300 and A1-H60CA-260-300. If allowable limits are exceeded, contact ALC H60 Engineering Branch at (252) 335-6161. (4) Remove and treat corrosion that is present IAW A1-H60HA-SRM-000, Corrosion Removal Treatment." 5. The Gearboxes are flight critical. Serial numbers for these items are entered into the Coast Guard's Aviation Computerized Maintenance System (ACMS) for tracking upon receipt at ALC. Upon receipt of the Gearboxes, the contractor shall notify the Contracting Officer, MRR Supply Cell, in writing of the date of receipt, and shall confirm the serial number(s) of the item(s) received and the applicable task order number. Notification by facsimile or email is acceptable: submit to (252) 335-6790, ATTN: Contracting Officer MRR Supply Cell. The email address will be provided by the Contracting Officer. 6. Replacement Parts. Parts of a component found to be in serviceable condition as a result of inspection and functional testing shall be reused. Parts found to be damaged beyond economical repair (BER) shall be replaced with parts that meet the current overhaul manual specifications and drawings. A list of all replacement parts shall be provided for each component. The contractor shall maintain a copy of replacement part certification documentation for inspection by the Government for a minimum of 24 months after delivery 7. A DD Form 1577-2, Unserviceable Tag-Material, or a CG-1577-A (11-90), Unsatisfactory Report Tag, will be attached to each Not Ready for Issue (NRFI) component describing faults. 8. The contractor shall review the component's attached Significant Component History Report (SCHR) prior to induction for the total number of hours installed since last overhauled. If the installed hours are less than 200, the contractor shall notify the Contracting Officer in writing for additional instructions and SHALL NOT proceed without the Contracting Officer's Approval. The ACMS is a computerized system used to record maintenance of aircraft components and assemblies. The contractor's responsibilities with ACMS consist of submission of required forms as outlined herein. All Gearboxes assemblies are serial number tracked and shipped to the contractor's facility with a Significant Component History Record (SCHR) and a component repair report (CRR). The contractor shall verify the SCHR and CRR and ensure they correspond to the Gearbox part number and serial number. All discrepancies shall be reported to the Contracting Officer prior to performance of work. The contractor shall complete the CRR. One copy shall be sent with the component and a copy will be emailed to the FSR and Betty Tadlock Betty.L.Tadlock@uscg.mil. The contractor shall maintain a copy of each complete CRR for a period of ninety (90) days. 9. At the time of each delivery for supplies under this contract, the contractor shall prepare and furnish to the Coast Guard a properly completed DD Form 250 Material Inspection and Receiving Report. The packaging slip shall include the following information: (1) National Stock Number, (2) Part Number, (3) Nomenclature, (4) Serial Number, (5) Contract Number, (6) Task/Delivery Order Number, (7) Line Item Number, and (8) Quantity. One copy of the packaging slip shall be submitted with the shipment and shall be attached to the outside of the shipping carton; 10. Inspection and acceptance shall be performed by the Defense Contract Management Agency representative at the contractor's facility. Inspection and Acceptance shall be in accordance with the terms and conditions of the aforementioned BOA. In addition, Inspection and Acceptance may be performed at destination by ALC's Quality Assurance representative in accordance with ALCINST 4855.4, Policy and Quality Assurance Procedures for the Receipt Inspection of New, Repaired and Overhauled Items from Vendors dated Aug 15, 2008. 11. ALC considers components ready for issue upon acceptance. Components determined to be NRFI upon installation may be returned to the contractor with deficiencies described in a Quality Deficiency Report. CERTIFICATION AND DOCUMENTATION REQUIREMENTS 1. Services shall be performed only by Federal Aviation Administration (FAA), OEM approved or USCG-approved contractors. The contractor shall submit copies of certifications to the Contracting Officer for approval prior to execution of any contract/order award. Note: The contractor's FAA certification must reflect authorization to overhaul the exact category for the components specified in the schedule. 2. The contractor shall provide an airworthiness certificate (FAA Form 8130-3 or alternate approved by ALC Engineering) for each Gearbox. The certificate must be signed and dated by an authorized representative of the approved overhaul station. 3. A Certificate of Conformance in accordance with Federal Acquisition Regulation 52.246-15(d) shall be provided for each component. (Full text of the clause will be made available upon request.) (d) The certificate shall read as follows: "I certify that on ________________ [insert date], the _________________________ [insert contractor's name] furnished the supplies or services called for by Contract No. ___________________________ via ________________________ [Carrier] on __________________________ [identify the bill of lading or shipping document] in accordance with all applicable requirements. I further certify that the supplies or services are of the quality specified and conform in all respects with the contract requirements, including specifications, drawings, preservation, packaging, packing, marking requirements, and physical item identification [part number], and are in the quantity shown on this or on the attached acceptance document. Date of Execution: __________________________________________________________ Signature: _________________________________________________________________ Title: _____________________________________________________________________ PACKAGING INSTRUCTIONS 1. USCG ALC is a supply depot; therefore, material will be stored and transshipped to various users. The container shall be packed and labeled suitable for shipment via land, air or sea. 2. Packaging material shall not consist of the following: popcorn, shredded paper, Styrofoam of any type, or peanut packaging. 3. Each individual container shall be labeled on the outside with National Stock Number, Part Number, Serial Number, Quantity, Nomenclature, Purchase Order Number, and Purchase Order Line Item Number. 4. Packing List and Certification/Documentation shall be placed on the outside of individual containers. 5. The internal packing material shall be sufficient to prevent damage during shipment, handling, and storage. Preservation and protection shall be provided to prevent corrosion, deterioration or decay during warehouse storage for a period of one year. Delivery shall be to Commanding Officer, Aviation Logistics Center, Elizabeth City, NC 27909. Inspection and acceptance shall be performed by the Defense Contract Management Agency representative at the contractor's facility. Inspection and Acceptance shall be in accordance with the terms and conditions of the BOA. In addition, Inspection and Acceptance may be performed at destination by ALC's Quality Assurance representative in accordance with ALCINST 4855.4, Policy and Quality Assurance Procedures for the Receipt Inspection of New, Repaired and Overhauled Items from Vendors dated Aug 15, 2008. The Coast Guard does not own, nor can it provide drawings or specifications for this item. The Coast Guard intends to negotiate with the OEM, Sikorsky Aircraft Corporation, as the only known NAVICP-PICA certified source of supply. All responsive responsible sources that provide an offer will be considered. Offerors that are not NAVICP certified sources of supply are considered non-responsive. Offers may be submitted on company letterhead stationery indicating nomenclature, part number, unit price, and extended price for the items offered; plus the FOB point, any discounts for prompt payment and business size standards and any minority classification. A company representative authorized to commit the company must sign this offer. The basis for award rests with the determination of fair and reasonable pricing. The closing date for receipt of quotes is June 20, 2012 at 6:00 pm EDT. Anticipated award date is no later than August 31, 2012. Quotes are to remain effective for 60 days after close of solicitation. Offers may be submitted on company letterhead stationery and must include the following information: Solicitation Number, Nomenclature, Part Number, FOB point, Unit Price, Extended Price, Payment Terms and discount offered for prompt payment, the business size standard and any minority classification; delivery date, and Representation and Certifications contained in FAR Clause 52.204-8. Facsimile quotes are acceptable and may be forwarded via fax number 252-335-6790. Point of contact is Geneva James, phone 252-334-5094, and email: Geneva.K.James@uscg.mil.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DHS/USCG/USCGARSC/HSCG3812QS00106/listing.html)
 
Record
SN02754152-W 20120523/120522000104-35e2eb60c66f538b26aec9518408cbbd (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.