Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF NOVEMBER 24, 2021 SAM #7298
SOURCES SOUGHT

16 -- DHC-6 60 month Corrosion

Notice Date
11/22/2021 6:22:36 AM
 
Notice Type
Sources Sought
 
NAICS
488190 — Other Support Activities for Air Transportation
 
Contracting Office
DEPT OF COMMERCE NOAA NORFOLK VA 23510 USA
 
ZIP Code
23510
 
Solicitation Number
NM-AN2200-22-00121
 
Response Due
12/15/2021 12:00:00 PM
 
Archive Date
12/15/2021
 
Point of Contact
Alicha L Harris
 
E-Mail Address
Alicha.Harris@noaa.gov
(Alicha.Harris@noaa.gov)
 
Description
Sources Sought Notice This is a Sources Sought Notice. In preparation for an upcoming procurement, the National Oceanic and Atmospheric Administration (NOAA), Eastern Acquisition Division (EAD), Norfolk, VA on behalf of the Office of Marine and Aviation Operations (OMAO), Aircraft Operation Center (AOC), based in Lakeland, FL, is conducting market research to determine potential sources for providing corrosion inspections, upgrades, and modifications to the NOAA AOC�s Twin Otter fleet. �AOC owns and operates four DeHavilland DHC-6-300 Twin Otter aircraft in support of missions throughout the United States and Canada. �The nature of the work to be performed primarily involves emergency, voyage repairs (field season technical support) and miscellaneous shipboard mechanical, structural, hydraulic, and electrical repairs.� Skills or tasks shall include, but not be limited to the following: Required Maintenance: Corrosion Inspection 60-Month: The Contractor shall perform Initial Corrosion Inspection DHC-6-300 IAW PSM 1-6-5 Years 1 through 5 to include but not limited to the flowing: Remove all flight controls. Remove main landing gear, gear teardown and build up. (Overhaul of both Left and Right Gear legs required. see B.2 (6) Remove all interior. Remove floors.� Repaint floor boards before reinstall. Remove complete fuel tunnel and components. Remove all fuel bags and tape.� New bags to be provided by Contractor. Strip paint to bare metal on upper and lower wing surfaces in the exhaust paths.� All seams will be resealed and all bare metal is to be spot primed for transit to paint shop. Service Bulletins (SB) and Airworthiness Directives (AD) to be included due to overlapping of inspection Areas: �� ������ �������AD2019-10-05 SB V6/0062 Elevator and Rudder control cables STA 270.3 AD2018-04-02 SB V6/0022 Aileron cable at wing root AD2009-04-09 SB V6/541 Front Spar Adaptor inspection ��������������� AD94-14-22 SB 6/512 Horizontal center hinge ������������ ���AD94-08-10 SB 6/492 Wing main spar lower cap angles ��������� ������AD89-24-06R1 SB 6/511 Elevator quadrant ������ ���������AD87-04-23 SB 6/474 Wing strut inspection AD80-03-08 SB 6/388 & 6/502 Inspection of post 502 Flight and Flap control rods AD80-13-11R2 SB 6/390 & 6/502 Inspection of post 502 Flight control rods SB 6/454 Part A and Part B Tail adapter inspection SB 6/507 Aileron cut channel SB 6/509 & 6/386 Nacelle longeron inspection SB 6/513 & 6/438 Inspection horizontal attach bracket SB 6/521 Sta. 239 Inspection for cracks SB 6/528 Stay strut pin SB V6/0049 Corrosion inspection on wing to fuselage pin SB V6/0066 Aileron rib inspection Scheduled and unscheduled maintenance, repairs, inspections, and upgrades, avionics upgrades, and avionics support to include but not limited to the following: Repaint of complete aircraft along with Contractor�s choice and location of sub-contractor.� Quote to include new Weight and Balance computation.� Statement of Work for paint will be provided upon request. Equal Maintenance for Maximum Availability (EMMA) #48 Non Equalized Program in accordance with PSM 1-6-7(IC) and the following Special inspections: Wing & wing strut/ strut link attach bolts IAW PSM 1-6-7 part 2 SP2 items 5, 6, and 7 Wing Fail Safe inspection Sta. 152 IAW PSM 1-6-7 part 3 Page 16 Engine Nacelle Structure IAW PSM 1-6-7 part 3 Page 17. Perform SB 6/523 Primary Flight Control Cable replacement. Including replacement of elevator and rudder pulleys at Sta. 270.3 Complete Five year hydro of right and left engine fire bottles. New squibs with a manufacture date within six months to be installed on fire bottles. Ultrasonic Inspection of Wing and Nacelles SB V6/0018A Replace both A-701 Reverse Current Relays with new or overhauled units. Overhaul of Left and Right gear legs, refer to overhaul manual C6U1103 and SB V6/0016.� Any repairs required other than standard overhaul and minor cleaning of corrosion and repaint will be treated as an over and above item. Perform Federal Aviation Regulations (FAR) 91.411 and 91.413 Pitot, Static, Altimeter, Transponder Recertification, ADS-B correlation, Compass Swing and (FAR) 91.207 Paragraph D-14 ELT inspection. Overhaul Hartzell Propeller HC-B3TN-3DY/T10282NB Hydrostatic check of oxygen bottle PN 80112-17 and overhaul or replacement of regulator PN 4110-110. Corrosion Inspection 30-Month The contractor shall perform a NOAA�s Aircraft Inspection Plan (AIP) Thirty month corrosion inspection IAW Corrosion Prevention and Control Manual PSM 1-6-5 Revision 5 dated 30 November 2010 and IAW Inspection Requirements Manual PSM 1-6-7 Revision 20 dated 30 November 2018.� The inspections shall include, but not be limited to the following:� Corrosion task C57-10-01 Top Skin Adjacent to Nacelle, Ribs 5 to 9 Corrosion task C57-10-02 Lower Skins Adjacent to Nacelle, Ribs 5 to 9 Corrosion task C57-10-07 Hinge Arm Sta. 97.5 PSM 1-6-7 Part 2: Special Inspection Requirements SP2 Section D � Wings Item 3 Wing Main Spar Lower Forward Cap Angle and Double Item 5 Wing Strut and Link Attaching Bolt Item 6 Wing to Fuselage Attaching Bolt or Links Item 10 Lower Wing Skin Sta. 185 Item 11 Lower Wing Skin Stringers and Aft Spar Item 12 Lower Wing Fitting Sta. 97.5 of cracks Section E � Empennage Item 4 Horizontal Stabilizer Center Hinge Arm AD94-14-22 �Fuselage Frame Station Sta. 239 Inspection IAW SB 6/521 NOAA � AIP Equalized EMMA Inspection Program: EMMA 17 Aircraft Wash Strip and paint of the exhaust flame track area on wing/nacelles/flaps for completion of C57-10-01 & C57-10-02 required.� Alodine, seam sealer, primer and topcoat paint IAW PSM 1-GEN-5 shall be included.� Any additional scheduled, unscheduled maintenance or upgrades shall be considered as over and above items. � Modification of Camera Bay. The current camera bay Sta. 281 � Sta. 321 shall be modified to match the camera bay in SN 740. SN 688, SN 788, and SN 824 all have similar camera bays that consist of one 19 5/8� diameter hole and two 5� dimeter a holes. The bay in SN740 has one large opening 27.5� X 36� with seat track surrounding the bay at floor level used to secure equipment. Previously installed and approved under STC SA04311NY. This modification will be an optional item for the base year and the years following. �� Support Dual Garmin 1060 G600TXI and Dual Garmin 750XI Avionics suite system and associate avionics for fleet standardization. The avionics upgrade involved the removal of the current Dual Garmin 530s, Dual Garmin 600s, and Garmin 330ES system and replacing them with Garmin Dual 750s with TAWS-B, 16-Watt Comm, and Chartview enablement, Dual 600TXI with Chart View and Video enablement, and a GTX345R. � The timing of the support shall coincide with the 60-month Initial Corrosion Inspection.� This modification included the following list, but are not limited to: � 2x GDU1060 G600TXI Black 010-01220-61 2x GTN 750 XI 010-020002-01 2x MD93H Clock 6420093-2 2x Chartview Enablement 010-008778-40 2x Database, North American 010-02044-10 2x Pitot Head DHCSC70024-5 Data Card TXI database 010-03716-10 ���� ���� ��Kit, Prod info, GDU700/1060 K00-00717-00 ���� ���� ��G500(H)/G600 TXI, Video 010-01477-4G ���� ���� ��G500/600 TXI Chart View 010-01477-40 ���� ���� ��Card, SD Installer Unlock 010-00769-60 ���� ���� ��Mark on Target Annunciator/Switch LED-41-11-HE-E2LYF ���� ���� �TAWS-B Enablement 010-00878-01 ���� ���� 16-Watt Comm Enablement 010-00878-04 ���� ���� GTX 345R Vert mount 010-01217-02 ���� ���� Diplexer, VOR/G/S CI-507 ���� Over and Above Items.� Over and above discrepancies from corrosion inspections as well as any other scheduled or unscheduled maintenance, repairs, upgrades, and inspections. The Contractor is responsible for documenting and reporting, at intervals acceptable to the CO all discrepancies found during the inspection.� Discrepancies that are not a part of the inspection will be known as �over and above.�� Corrective actions as a result of the inspection are considered �over and above� items.� Any part or component that has not reached its recommended service life, but fails inspection and needs to be replaced, is considered an �over and above� item. �Over and Above� discrepancy report must include (as a minimum): Description of each discrepancy found; Number of labor-hours per discipline required to complete each discrepancy; Hourly rate for personnel performing the work; Parts cost plus percentage markup, if any; Total dollar amount for the complete list of discrepancies. Response Requirements All types of business concerns are encouraged to submit a typed Capability Statement (no more than 15 pages) in response to this sources sought announcement. Standard brochures will not be considered a sufficient response to this notice.� Submitted Capability Statements shall include the following: Company name and address DUNS number Type of business (e.g. large business, small business, 8(a),veteran-owned small business, service-disabled veteran owned small business, HUBZone small business, small disadvantaged business, and/or women owned small business) as validated via the System for Award Management (SAM) Company point of contact � name, phone, and e-mail address Demonstrate capabilities for meeting the required maintenance requirements listed above during the Corrosion Inspection 60-month, 30-month, and other scheduled and unscheduled maintenance, repairs, inspections, and upgrades, avionics upgrades, and avionics support.� A draft SOW is also attached for reference. The North American Industrial Classification System (NAICS) code is 488190, Other Support Activities for Air Transportation The small business size standard for this NAICS code is $35 million. Interested sources shall submit an electronic copy of their Capability Statement to Alicha Harris, Contract Specialist, via email at alicha.harris@noaa.gov �no later than 3:00 PM EST on Wednesday, December 15, 2021.� This is not a request for technical or cost proposals.� The Government does not intend to award a contract on the basis of this Notice or reimburse for costs incurred by interested parties providing the information requested herein.� Capability Statements will not be returned.� Information received will be considered solely to make an informed decision regarding a potential procurement.� Any questions or responses to this Sources Sought announcement shall be directed to Alicha Harris via the email address above.� Responses to the Sources Sought announcement are not offers and cannot be accepted by NOAA to form a binding contract.
 
Web Link
SAM.gov Permalink
(https://beta.sam.gov/opp/4bf155e592bf4f2f8f029d33b68f602a/view)
 
Record
SN06183621-F 20211124/211122230121 (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  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.