Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF AUGUST 02, 2020 SAM #6821
SOLICITATION NOTICE

J -- A, C and C2 Check Work Card Inspections on C147A 15-01610 DeHavilland DHC-8 (315 Series) Aircraft Serial Number 489 and Left and Right Main Landing Gear Removal and Replacement with customer provided LH and RH Main Landing Gear Components

Notice Date
7/31/2020 5:53:30 AM
 
Notice Type
Solicitation
 
NAICS
488190 — Other Support Activities for Air Transportation
 
Contracting Office
W6QM MICC-FT KNOX FORT KNOX KY 40121-5000 USA
 
ZIP Code
40121-5000
 
Solicitation Number
W9124D-20-Q-6424
 
Response Due
8/14/2020 6:00:00 AM
 
Archive Date
08/29/2020
 
Point of Contact
Melody A. Price, Phone: 5026243513, Deborah R. Randall, Phone: 5026243424
 
E-Mail Address
melody.a.price8.civ@mail.mil, deborah.r.randall.civ@mail.mil
(melody.a.price8.civ@mail.mil, deborah.r.randall.civ@mail.mil)
 
Description
PERFORMANCE WORK STATEMENT (PWS) FOR Performing A, C and C2 Check Work Card Inspections on C147A 15-01610 DeHavilland DHC-8 (315 Series) Aircraft Serial Number 489 � Perform Left and Right Main Landing Gear Removal and Replacement with customer provided LH and RH Main Landing Gear Components �� US Army Parachute Team The Golden Knights Pope Army Airfield, Fort Bragg, NC 28308 PART 1 GENERAL INFORMATION 1.� General:� This is a non-personal services contract to provide a Federal Aviation Administration (FAA) Part 145 certified facility and FAA qualified Labor to perform scheduled A, C and C2 Inspections as listed in this PWS. The inspections include the requirement to remove time change Left Hand (LH) and Right Hand (RH) main landing gear components and reinstall serviceable (new or overhauled) main landing gear components which will be provided by the government. The Government shall not exercise any supervision or control over the contract service providers performing the services herein.� Such contract service providers shall be accountable solely to the Contractor who, in turn is responsible to the Government. 1.1. Background:� The purpose of this Performance Work Statement (PWS) is to define the requirements for routine A, C, C2 Checks to be performed. This work will enable the US Army Parachute Team (USAPT), �The Golden Knights� to continue its visible and renowned public relations and strategic mission of parachute demonstration, competition, recruiting and public outreach.� The A, C, and C2 inspections are required for life cycle maintenance on the C147A airplane. These inspections are required to maintain airworthiness of work card/Check Card targeted systems and structures.�� 1.2. Description of Services/Introduction:� These inspections are routine inspections called for in the� DeHavilland OEM maintenance manuals. The contractor shall provide all personnel, equipment, supplies , facilities, transportation, tools, materials, supervision, and other items and non-personal services necessary to perform A, C and C2 Check Inspections on C147A 15-01610 DeHavilland DHC-8 (315 Series) Serial Number 489. The inspections also include corrosion surveillance. The contractor shall also perform Left and Right Main Landing Gear Removal and Replacement with customer provided LH and RH Main Landing Gear Components as defined in this Performance Work Statement except for those items specified as government furnished property and services.� The contractor shall perform to the standards in this contract. 1.3. Objectives: High Level Objectives (HLO) 1.3.1. HLO Perform and document specified A Check Inspections utilizing the government provided work card package 1.3.2. HLO Perform and document specified C Check Inspections utilizing the government provided work card package 1.3.3 HLO Perform and document specified C2 Check Inspections utilizing the government provided work card package 1.3.4 HLO Remove specified Left Hand Main Landing Gear Components. Reinstall government provided LH Main Landing Gear Components. 1.3.5 HLO Remove specified Right Hand (RH) Main Landing Gear Components. Reinstall government provided LH Main Landing Gear Components. 1.3.5 HLO Perform Post Installation Main Landing Gear Maintenance Operational Checks (MOC) utilizing the DeHavilland DHC-8 (315) Maintenance Manual Instructions. 1.3.5 HLO Perform post maintenance inspection and release to Prepare Aircraft for functional test flight to be performed by Government Provided Functional Check Pilots for final acceptance and release for service.� 1.4. Scope:� The purpose of this contract is to deliver C-147A 15-01610 to a qualified Part 145 Aircraft Maintenance Vendor for required A, C, and C2 Checks which include the replacement of components on both the Left Hand and Right Hand Main Landing Gear. The DeHavilland DHC-8 (315) is a large category multiengine turboprop aircraft utilized by the US Army Parachute Team�s Parachute Demonstration Teams. A commercial vendor/contractor with Part 145 certification is required as many of the inspections exceed the capabilities of the Parachute Team�s on site contractor whose capabilities are limited to organizational and intermediate level maintenance. The A, C and C2 Checks specified in section 1 and 5 involve many depot level requirements. ����������������������������������������������� 1.5. General Information 1.5.1. Quality Control (QC):� The contractor shall develop and maintain an effective quality control program to ensure services are performed in accordance with this PWS.� The contractor shall develop and implement procedures to identify, prevent, and ensure non-recurrence of defective services.� The contractor�s quality control program is the means by which the contractor assures that work complies with the requirement of the contract. The contractor shall deliver their Quality Control Plan (QCP) within 30 days after contract award. Three copies of a comprehensive written QCP shall be submitted to the KO and COR within 5 working days when changes are made thereafter. After acceptance of the quality control plan the contractor shall receive the contracting officer�s acceptance in writing of any proposed change to the QC system.� 1.5.2. Quality Assurance:� The government shall evaluate the contractor�s performance under this contract in accordance with the Quality Assurance Surveillance Plan.� This plan is primarily focused on what the Government must do to ensure that the contractor has performed in accordance with the performance standards.� It defines how the performance standards will be applied, the frequency of surveillance, and the minimum acceptable defect rate(s). 1.5.3. Recognized Holidays:� The contractor is not required to perform services on holidays.� New Year�s Day������������������������������������������������������������������ Labor Day Martin Luther King Jr.�s Birthday����������������������������������� Columbus Day President�s Day������������������������������������������������������������������� Veteran�s Day Memorial Day��������������������������������������������������������������������� Thanksgiving Day Independence Day������������������������������������������������������������� Christmas Day 1.5.4. Hours of Operation: The contractor shall conduct business as required to complete the work listed in the Period of Performance. 1.5.5. Place of Performance:� The work to be performed under this contract will be performed at the Contractor facility 1.5.6. Type of Contract:� The government will award a Full Fixed Price (FFP) with Over and Above (O&A) Time and Materials (T&M) contract. �� 1.5.7. Security Requirements:� N/A Contractor Facility Standard Operating Procedure (SOP) 1.5.7.1. PHYSICAL Security: �The contractor shall be responsible for safeguarding C147A 15-01610 DeHavilland DHC-8 (315 Series) Serial Number 489.C-147A while located at their facility Special Qualifications: Personnel performing maintenance functions for this requirement shall possess an FAA issued Airframe and Power Plant License. Technical Inspections shall be accomplished by FAA Airframe and Power Plant licenses with additional FAA Aircraft Inspector credentials. � 1.5.8. Post Award Conference/Periodic Progress Meetings:� The Contractor agrees to attend any post award conference convened by the contracting activity or contract administration office in accordance with Federal Acquisition Regulation Subpart 42.5. The contracting officer, Contracting Officers Representative, and other Government personnel, as appropriate, may meet periodically with the contractor to review the contractor's performance.� At these meetings the contracting officer will apprise the contractor of how the government views the contractor's performance and the contractor will apprise the Government of problems, if any, being experienced.� Appropriate action shall be taken to resolve outstanding issues.� These meetings shall be at no additional cost to the government.� 1.5.9. Contracting Officer Representative (COR):� The COR will be identified by separate letter.� The COR monitors all technical aspects of the contract and assists in contract administration The COR is authorized to perform the following functions: assure that the Contractor performs the technical requirements of the contract: perform inspections necessary in connection with contract performance: maintain written and oral communications with the Contractor concerning technical aspects of the contract: issue written interpretations of technical requirements, including Government drawings, designs, specifications: monitor Contractor's performance and notifies both the Contracting Officer and Contractor of any deficiencies; coordinate availability of government furnished property.� The COR is not authorized to change any of the terms and conditions of the resulting order. 1.5.10. Organizational Conflict of Interest:� Contractor and subcontractor personnel performing work under this contract may receive, have access to or participate in the development of proprietary or source selection information (e.g., cost or pricing information, budget information or analyses, specifications or work statements, etc.) or perform evaluation services which may create a current or subsequent Organizational Conflict of Interests (OCI) as defined in FAR Subpart 9.5.� The Contractor shall notify the Contracting Officer immediately whenever it becomes aware that such access or participation may result in any actual or potential OCI and shall promptly submit a plan to the Contracting Officer to avoid or mitigate any such OCI.� The Contractor�s mitigation plan will be determined to be acceptable solely at the discretion of the Contracting Officer and in the event the Contracting Officer unilaterally determines that any such OCI cannot be satisfactorily avoided or mitigated, the Contracting Officer may affect other remedies as he or she deems necessary, including prohibiting the Contractor from participation in subsequent contracted requirements which may be affected by the OCI. 1.6.17.� PHASE IN /PHASE OUT PERIOD � Phase in: The contractor shall have a phase-in period prior to contract full performance. The phase-in period shall be approximately 30 calendar days in duration starting before the full performance. During the phase-in period, the contractor shall prepare to assume full responsibility for all areas of operation IAW terms and conditions of this contract. The contractor shall take all actions necessary for a smooth transition of the contracted operations upon the full performance of the contract's base period. Phase out: The contractor shall support phase out activities necessary to transition when the contract reaches the end of its performance period. The contractor shall recognize that the services under the contract are vital to the government and shall continue without interruption or adversely affect day-to-day conduct of the government business. The contractor shall also establish and implement plans for an orderly phase-out of contracted operations to a new contractor or government provided services such that the level and quality of service (including security if applicable) are not degraded. PART 2 DEFINITIONS, ACRONYMS, AND ABBREVIATIONS 2.� Definitions, Acronyms, and ABBREVIATIONS: 2.1.� DEFINITIONS:� 2.1.1.� CONTRACTOR.� A supplier or vendor awarded a contract to provide specific supplies or service to the government.� The term used in this contract refers to the prime. 2.1.2.� CONTRACTING OFFICER.�� A person with authority to enter into, administer, and or terminate contracts, and make related determinations and findings on behalf of the government.� Note: The only individual who can legally bind the government. 2.1.3.� CONTRACTING OFFICER'S REPRESENTATIVE (COR).�� An employee of the U.S. Government appointed by the contracting officer to assist in the administration of the contract.� Such appointment shall be in writing and shall state the scope of authority and limitations.� This individual has authority to provide technical direction to the Contractor as long as that direction is within the scope of the contract, does not constitute a change, and has no funding implications.� This individual does NOT have authority to change the terms and conditions of the contract. 2.1.4.� DEFECTIVE SERVICE.� A service output that does not meet the standard of performance associated with the Performance Work Statement. 2.1.5.� DELIVERABLE.� Anything that can be physically delivered, but may include non-manufactured things such as meeting minutes or reports. 2.1.6.� KEY PERSONNEL.� Contractor personnel that are evaluated in a source selection process and that may be required to be used in the performance of a contract by the Key Personnel listed in the PWS.� When key personnel are used as an evaluation factor in best value procurement, an offer can be rejected if it does not� have a firm commitment from the persons that are listed in the proposal. 2.1.7.� PHYSICAL SECURITY.� Actions that prevent the loss or damage of Government property. 2.1.8.� QUALITY ASSURANCE.� The government procedures to verify that services being performed by the Contractor are performed according to acceptable standards. 2.1.9.� QUALITY ASSURANCE Surveillance Plan (QASP).� An organized written document specifying the surveillance methodology to be used for surveillance of contractor performance.� 2.1.10.� QUALITY CONTROL.� All necessary measures taken by the Contractor to assure that the quality of an end product or service shall meet contract requirements. 2.1.11.� SUBCONTRACTOR.� One that enters into a contract with a prime contractor.� The Government does not have privity of contract with the subcontractor. 2.1.12.� WORK DAY.� The number of hours per day the Contractor provides services in accordance with the contract. 2.1.13.� WORK WEEK.� Monday through Friday, unless specified otherwise. 2.2. ACRONYMS AND ABBREVIATIONS:� [List all acronyms used in the PWS and what they represent.� At a minimum, insert the� acronyms provided below]. ACOR����������������������������������� Alternate Contracting Officer's Representative AFARS��������������������������������� Army Federal Acquisition Regulation Supplement AR����������������������������������������� Army Regulation CCE�������������������������������������� Contracting Center of Excellence CFR��������������������������������������� Code of Federal Regulations CONUS��������������������������������� Continental United States (excludes Alaska and Hawaii) COR�������������������������������������� Contracting Officer Representative COTS������������������������������������ Commercial-Off-the-Shelf DA����������������������������������������� Department of the Army DD250������������������ ����������� ��� Department of Defense Form 250 (Receiving Report) DD254���������������������������������� Department of Defense Contract Security Requirement List DFARS��������������������������������� Defense Federal Acquisition Regulation Supplement DMDC���������������������������������� Defense Manpower Data Center DOD�������������������������������������� Department of Defense FAA��������������������������������������� Federal Aviation Administration FAR��������������������������������������� Federal Acquisition Regulation ������� FFP���������������������������������������� Firm Fixed Price HIPAA���������������������������������� Health Insurance Portability and Accountability Act of 1996 KO����������������������������������������� Contracting Officer MLG������������������������������������� Main Landing Gear OCI��������������������������������������� Organizational Conflict of Interest OCONUS������������������������������ Outside Continental United States (includes Alaska and Hawaii) ODC ������������������������������������� Other Direct Costs PIPO�������������������������������������� Phase In/Phase Out POC��������������������������������������� Point of Contact PRS��������������������������������������� Performance Requirements Summary PWS�������������������������������������� Performance Work Statement QA����������������������������������������� Quality Assurance QASP������������������������������������ Quality Assurance Surveillance Plan QC����������������������������������������� Quality Control QCP��������������������������������������� Quality Control Plan SOP��������������������������������������� Standard Operating Procedure TE������������������������������������������ Technical Exhibit T&M������������������������������������� Time and Materials MOC������������������������������������� Maintenance Operational Check FCF��������������������������������������� Functional Check Flight PART 3 GOVERNMENT FURNISHED PROPERTY, EQUIPMENT, AND SERVICES 3.� GOVERNMENT FURNISHED ITEMS AND SERVICES:� 3.1. Services: The Government will provide a qualified flight crew after all final inspections are completed on the requested inspections A, C, C2 Checks and Main Landing Gear Change.�� 3.2. Materials: The Government will provide A Check Inspection Work Cards, C Check Inspection Work Cards and C2 Check Inspection Work Cards. � 3.2.1 The government will provide LH Main Landing Gear Components and RH Main Landing gear Components and associated hardware scheduled for time change and included in this PWS. � PART 4 CONTRACTOR FURNISHED ITEMS AND SERVICES 4.� CONTRACTOR FURNISHED ITEMS AND RESPONSIBILITIES:� 4.1� General: The Contractor shall furnish all supplies, equipment, facilities and services required to perform work under this contract that are not listed under Section 3 of this PWS. 4.2. Equipment.� The Contractor shall furnish ground support equipment to include hydraulic servicing carts, DC and AC Auxiliary Power, oxygen servicing cart, warehouse tugs, special tools and electronic test equipment to meet the requirements under this Performance Work Statement (PWS). PART 5 SPECIFIC TASKS 5.� Specific Tasks: 5.1.� Basic Services.� The contractor shall provide services to perform A, C and C2 Check Inspections on C147A 15-01610 DeHavilland DHC-8 (315 Series) Serial Number 489. The contractor shall also perform Left and Right Main Landing Gear Removal and Replacement with customer provided LH and RH Main Landing Gear Components as defined in this Performance Work Statement except for those items specified as government furnished property and services. The contractor shall perform post maintenance inspection and release to Prepare Aircraft for functional test flight to be performed by Government Provided Functional Check Pilots for final acceptance and release for continued service.� 5.2. The contractor shall perform and document specified A Check Inspections utilizing the government provided work card package. 5.2.1. The contractor shall utilize DeHavilland DHC-8 (series 315) A Check work cards provided by the government to inspect the specified systems, components and areas listed in the DeHavilland DHC-8 (315) Maintenance Manuals. If the specified system, component or area is airworthy the mechanics shall document the inspection as being completed and move on to the next inspection requirement. Should discrepancies be found, the mechanic shall repair the fault and document the discrepancy as required. Discrepancies which are serious enough to be considered Aircraft On Ground (AOG) shall be brought to the attention of the COR or his designated representative. 5.3. The contractor shall perform and document specified C Check Inspections utilizing the government provided work card package 5.3.1 The contractor shall utilize DeHavilland DHC-8 (series 315) C Check work cards provided by the government to inspect the specified systems, components and areas listed in the DeHavilland DHC-8 (315) Maintenance Manuals. If the specified system, component or area is airworthy the mechanics shall document the inspection as being completed and move on to the next inspection requirement. Should discrepancies be found, the mechanic shall repair the fault and document the discrepancy as required. Discrepancies which are serious enough to be considered Aircraft On Ground (AOG) shall be brought to the attention of the COR or his designated representative. 5.4 Perform and document specified C2 Check Inspections utilizing the government provided work card package 5.4.1 The contractor shall utilize DeHavilland DHC-8 (series 315) C Check work cards provided by the government to inspect the specified systems, components and areas listed in the DeHavilland DHC-8 (315) Maintenance Manuals. If the specified system, component or area is airworthy the mechanics shall document the inspection as being completed and move on to the next inspection requirement. Should discrepancies be found, the mechanic shall repair the fault and document the discrepancy as required. Discrepancies which are serious enough to be considered Aircraft On Ground (AOG) shall be brought to the attention of the COR or his designated representative. 5.5. Inspect and Remove specified Left Hand (LH) Main Landing Gear Components. Reinstall government provided LH Main Landing Gear Components. 5.5.1 The contractor shall utilize DeHavilland DHC-8 (series 315) work cards provided by the government to inspect the specified LH Main Landing Gear components as required by the DeHavilland DHC-8 (315) Maintenance Manuals. If the specified system, component or area is airworthy the mechanics shall document the inspection as being completed and move on to the next inspection requirement. Should discrepancies be found, the mechanic shall repair the fault and document the discrepancy as required. Discrepancies which are serious enough to be considered Aircraft On Ground (AOG) shall be brought to the attention of the COR or his designated representative. 5.6 Inspect and Remove specified Right Hand (RH) Main Landing Gear Components. Reinstall government provided LH Main Landing Gear Components. �5.6.1 The contractor shall utilize DeHavilland DHC-8 (series 315) work cards provided by the government to inspect the specified RH Main Landing Gear components as required by the DeHavilland DHC-8 (315) Maintenance Manuals. If the specified system, component or area is airworthy the mechanics shall document the inspection as being completed and move on to the next inspection requirement. Should discrepancies be found, the mechanic shall repair the fault and document the discrepancy as required. Discrepancies which are serious enough to be considered Aircraft On Ground (AOG) shall be brought to the attention of the COR or his designated representative. 5.7 Perform Post Installation Main Landing Gear Maintenance Operational Checks (MOC) utilizing the DeHavilland� DHC-8 Maintenance Manual Instructions. 5.7.1 The contractor shall perform a post reinstallation Maintenance Operational Checks of the Main Landing Gear system to assure the Landing Gear system operates in accordance with the� is gear is fully operational in accordance with the DeHavilland DHC-8 (315) Maintenance Manuals. 5.8 Perform post maintenance inspection and release to Prepare Aircraft for functional test flight to be performed by Government Provided Functional Check Pilots for final acceptance and release for service 5.8.1 The contractor shall ensure that A Check,C Check and C2 Work cards are fully documented with all inspections completed. The contractor shall provide the government with documentation of repairs and/or deferred maintenance. The contractor shall perform final aircraft inspection to insure engine oil, hydraulic fluid and fluid levels are serviced properly. The contractor shall conduct tool inventories prior to installing panels or working in hidden areas. ������ 5.9� Discrepancy Report (CDRL A001): The contractor shall provide the COR with a bi-weekly listing of discrepancies noted during the inspection process. The contractor shall utilize internal methods to record discrepancies. The information can be recorded provide on MS Word, MS Excel, etc. The minimum font size shall be no smaller than 10 5.10 Material and Labor Costs (CDRL A002): O&A: The contractor shall provide the COR with a� bi-weekly report of T&M Costs as a result of discrepancies found during work card inspections.�� 5.11. Contractor Manpower Reporting. The contractor shall report ALL contractor labor hours (including subcontractor labor hours) required for performance of services provided under this contract for the Requiring Activity via a secure data collection site. The contractor is required to completely fill in all required data fields using the following web address: http://www.ecmra.mil/ Reporting inputs will be for the labor executed during the period of performance during each Government fiscal year (FY), which runs October 1 through September 30. While inputs may be reported any time during the FY, all data shall be reported no later than October 31 of each calendar year, beginning with 2013. Contractors may direct questions to the help desk at help desk at: http://www.ecmra.mil. PART 6 APPLICABLE PUBLICATIONS 6.0. APPLICABLE Publications (Current Editions) DeHavilland DHC-8 Maintenance Manuals, Parts Manuals, Structural Manuals and Parts Illustrations. The manuals are web based. Contractor / vendor shall require web based access. 6.1. The Contractor must abide by all applicable FAA regulations, FFX publications, DeHavilland and Component Maintenance Manuals, and local policies and procedures.
 
Web Link
SAM.gov Permalink
(https://beta.sam.gov/opp/8fa5619bc301487cbdff7bd698c4230b/view)
 
Place of Performance
Address: USA
Country: USA
 
Record
SN05741518-F 20200802/200731230145 (samdaily.us)
 
Source
SAM.gov Link to This Notice
(may not be valid after Archive Date)

FSG Index  |  This Issue's Index  |  Today's SAM Daily Index Page |
ECGrid: EDI VAN Interconnect ECGridOS: EDI Web Services Interconnect API Government Data Publications CBDDisk Subscribers
 Privacy Policy  © 1994-2020, Loren Data Corp.