SOURCES SOUGHT
15 -- Rolls Royce 250-C47B Engine overhaul
- Notice Date
- 2/28/2017
- Notice Type
- Sources Sought
- NAICS
- 336412
— Aircraft Engine and Engine Parts Manufacturing
- Contracting Office
- Department of State, Office of Acquisitions, Acquisition Management, 1735 N. Lynn St., Arlington, Virginia, 22209, United States
- ZIP Code
- 22209
- Solicitation Number
- PR5979854
- Archive Date
- 3/24/2017
- Point of Contact
- Peter James Allen, Phone: 7038755334
- E-Mail Address
-
allenpj@state.gov
(allenpj@state.gov)
- Small Business Set-Aside
- Total Small Business
- Description
- STATEMENT OF WORK ROLLS ROYCE 250-C47B ENGINE OVERHAUL PART I: GENERAL INFORMATION A. Background The Bureau of International Narcotics and Law Enforcement Affairs (INL) is responsible for the development, supervision, coordination, and implementation of international narcotics control assistance activities and international criminal justice issues for the U.S. Department of State (DOS). INL is mandated to furnish assistance to countries and international organizations in stabilizing post-conflict societies and strengthening democracies through the institutional development of criminal justice systems. INL’s authorities are found in Chapter 8, Part I of the Foreign Assistance Act of 1961, as amended. In furtherance of its mandates, INL is working with officials in the area of police reform. B. Introduction The U.S. Department of State, Bureau of International Narcotics and Law Enforcement U.S. Embassy in Panama (INL/Panama) has a requirement for an entire Rolls Royce 250-C47B engine assembly, used in the Bell-407 helicopter, to be overhauled. The objective is to regain operability of the helicopter in the flight line. C. Scope This Statement of Work (SOW) defines the overhaul requirements to return a Rolls Royce 250- C47B to serviceable condition. **** completed a full inspection and provided an Inspection Report, therefore, in an effort to minimize contractor risk and provide the GOV with the best price, this report shall be made available to qualified offerors. It is for informational purposes only and should not be considered all inclusive at the time to certify the engine operational. All overhaul work shall be accomplished at the contractor’s facility utilizing contractor furnished labor, materials and equipment. Subtask 1: Overhaul : 1. All offerors shall be ISO 9001:2000, Federal Aviation Administration (FAA) certified and also certified by the manufacturer, the Original Equipment Manufacturer (OEM), as an authorized overhaul/repair facility for the RR250-C47B engine. The contractor shall limit the use of outside vendors to sources approved by Rolls Royce, the OEM. The contractor must have capabilities and access to appropriate technical data, overhaul documents, and license agreements, required to accomplish the overhaul. The contractor is responsible for the production, overhaul and scheduled delivery of a quality product. Contractor shall be responsible for providing all support equipment, maintaining the support equipment needed to accomplish overhaul of the engine assembly. Contractor shall prepare historical records. Contractor shall provide/honor a warranty of 500 flight hours or 12 months for workmanship on the engine and all components. In addition, a 1000 flight hours or 24 months warranty is provided on all approved OEM parts installed. This warranty applies to non-OEM and OEM workmanship. Warranties above shall begin after acceptance of the engine. 2. Contractor shall overhaul the entire engine assembly in accordance with (IAW) all pertinent Rolls Royce maintenance manuals, service bulletins, spare parts bulletins and temporary revisions. These may include, but are not limited to, Overhaul Repair Instructions (ORI) and/or Overhaul Modification Instructions (OMI) issued by OEM. These forms of instructions and publications will not be furnished and can only be obtained directly through OEM. All work shall be performed at the contractor’s facility unless specific inspection or repair processes require the use of outside vendors. 3. Contractor shall provide all consumable materials used for overhaul. The contractor shall be responsible for the disposal of consumables IAW local, state and federal regulations. The contractor shall procure all parts required to complete the INL requirements. Contractor shall ensure all replacement parts used for overhaul are procured from the OEM or OEM approved sources. All Contractor Furnished Material (CFM) parts shall be of new or overhauled condition with traceability of origin. Contractor shall properly package the engine, and applicable documentation, in a serviceable shipping container and shall ensure documentation and placement of serviceable tags inside and outside the container. 4. Contractor shall accomplish work not included in the scope and prices of the engine only when directed by the CO. Written authorization to proceed must be received from the CO before performance. The contractor shall perform overhaul to bring the engine to newly overhauled condition. Contractor shall obtain approval from the CO prior to any changes to work specification and/or minor modifications that differ from the SOW. 5. Engines shall be tested in the operational configuration. Any work necessary to correct a failed engine test cell run shall not be the financial responsibility of INL. Engine shall be given a full final inspection documented with date, inspector’s name, and phone number. 6. Contractor shall ensure all parts installed on engine are identified as serviceable and delivered defect free. Contractor shall have in place and maintain a quality management system in compliance with ISO 9001:2000, or equivalent. The quality system procedures, planning, and other documentation and data that comprise the quality system shall be made available for review upon request. Subtask 2: Transportation 1. The contractor shall be responsible for all transportation to / and from of the engine in approved containers and all damages that will result from shipping and/or transportation. AWARD TYPE: The Government intends to award a firm-fixed-price Contract for the requirements identified in this RFQ. The price shall include all direct and indirect costs, profit, shipping/delivery charges, export requirements, insurance, etc. The price will not be subject to adjustment after award.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/State/A-LM-AQM/A-LM-AQM/PR5979854/listing.html)
- Place of Performance
- Address: Contractor's location, United States
- Record
- SN04417133-W 20170302/170228234750-6eb894bcd77a3748517d71b6e2afaf2c (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 |