Loren Data Corp.

'

 
 

COMMERCE BUSINESS DAILY ISSUE OF MAY 3,1999 PSA#2337

U. S. Army Aviation and Missile Command, Building 5681, Redstone Arsenal, AL 35898-5280

J -- COMPLETE OVERHAUL OF THE T53 ENGINE APPLICABLE TO AH-1/UH-1 IAW DMWR 1-2840-113-T-53 SOL DAAH23-99-R-0114 POC Peggy O'Connor, Contract Specialist, 256-955-8438 or fax 256-955-8521, Contracting Officer is James Snyder 256-955-7030. WEB: click here to download a copy of the RFP w/o DMWR pkg., http://www.redstone.army.mil. E-MAIL: click here to contact the Contract Specialist-Peggy, oconnor-ma@redstone.army.mil. The U.S. Army Aviation & Missile Command (AMCOM) proposes to acquire a firm fixed price two year base contract with three option ordering years requirements type contract for the complete overhaul of the T53-L13B (UH-1) and T53-L703 (AH-1) Engine in accordance with Depot Maintenance Work Request (DMWR) 1-2840-113-T-53 dated 15 Jan 99 and all changes. The principle medium which the Govt will use for the DMWR is the 4.75 inch diameter compact disk environment. Adobe/Acrobat reader 3.0 is required for viewing/downloading. For reader capability or assistance refer to AMCOM homepage: http://www.redstone.army.mil or contact this solicitation's point of contact. UH-1 Engine Input/Output NSN: 2840-00-134-4803, Input/Output P/N: 1-000-060-223; AH-1 Engine Input/Output NSN: 2840-00-621-1860, Input/Output P/N: 1-000-060-23. Pursuant to FAR 19.502-2(b), this procurement has been designated as a 100% Small Business Set-Aside, FAR 52.219-6. This requirement is suitable for competitive acquisition. The contractorshall furnish all depot level labor, facilities, tools, test equipment and material. Contractor furnished parts shall be either manufacturer's original equipment or from an approved, qualified and/or engineering tested vendor. No surplus parts shall be used or applied. A Contractor Maintenance Parts Requirements List (CMPRL), Flight Safety Parts (FSP) Listing and FSP Vendor Source List will be provided with solicitation. The following information pertains to the UH-1 Engine: Because of the lack of data on potential life limited components -- the following list of parts shall be replaced 100% a)1-100-063-05 2nd Stage GP Disc, b)1-100-078-07, Impeller, c)1-100-133-01 1st Stage GP Disc, d)1-100-294-03 GP Spacer, e)1-100-495-07 Front Compressor Shaft, f)1-100-501-01 Rear Compressor Shaft, g)1-100-800-04 Power Shaft, h)1-101-250-04 Disc and Hub, i)1-140-169-04 PT Spacer, j)1-140-272-04 2nd PT Disc, k)1-190-009-05 1st PT Disc. The following is the 100% replacement parts for the AH-1 Engine: a)1-100-063-05 2nd Stage GP Disc, b)1-100-078-07 Impeller, c)1-100-133-01 1st Stage GP Disc, d)1-100-495-07 Front Compressor Shaft, e)1-100-501-01 Rear Compressor Shaft, f)1-100-544-01 2nd GP Sealing Disc, g)1-100-545-03 1st GP Sealing Disc, h)1-100-546-02 GP Space, i)1-100-559-01 1st GP Spacer, j)1-100-800-04 Power Shaft, k)1-101-250-04 Disc and Hub, l)1-140-169-04 PT Spacer, m)1-140-272-04 2nd PT Disc and n)1-190-009-05 1st PT Disc. The contractor shall also perform these tasks on both engine types:1. perform a vibration test for the 11.2/rev vibration utilizing a .05 ips limits. 2. 100% replace the Sun Gear P/N 1-030-192-04 3. install Strainer Element NSN 4730-01-422-7845 IAW AED. 4. contractor bearing shop will only perform level 1 work IAW TM 55-1500-322-24. 5. replace 100% parts contained in a specific AED -- Note we are only building up to the -19 configuration on the Output Reduction Carrier and Gear (RGB) NSN 2840-01-462-0765. 6. All engines will have 2&3 bearings installed P/N 1-300-665 and 1&4 bearings installed NSN 3110-01-459-5546. 7. shall complete DA Form 2410 data 8. shall complete DA Form 2408-16 on the RGB and DA Form 2408-16-1 for the Carrier Assembly. 8. Planetary Gears and Output Gears shall be installed individually but once installed become a set. 9. shall use JP-8 fuel 10. shall 100% replace the first GP blades P/N 1-100-563-01, NSN 2840-01-337-6789 11. 100% replace the No. 21 Bearing P/N 1-300-664-01 NSN 3110-01-423-5096. The estimated yearly quantities for the UH-1 Engine are: 1st Yr: 50; 2nd Yr: 60; 3rd Yr: 130; 4th Yr: 130; 5th Yr: 130 -- -- AH-1 Engine estimated quantities are: 1st Yr: 25, 2nd Yr: 10; 3rd Yr: 10; 4th Yr: 10; 5th Yr: 10. The required delivery schedule for the UH-1 engine is 18 per month. The required delivery schedule for the AH-1 Engine is 2 per month. This requirement shall contain a Foreign Military Sales (FMS) option for an estimated 50 engines at a delivery schedule of 2 per month. All offerors may be subjected to a Pre-Award Survey prior to award. This requirement contains FSP characteristics -QE-STD-2 applies. A Product Verification Audit will be required on the first 5 overhauled engines IAW contract. Award is anticipated for the Sept/Oct 99 timeframe. A post-solicitation conference may be schedule-any interested offer who requests a copy of solicitation will be forwarded potential conference information (if applicable). Solicitation is currently not ready for release due to forthcoming AEDs to added to the requirement. Anticipated receipt of AEDs is late May early June 99 -- with solicitation release in June 99 and closing date 45 days after issue date. To obtain a copy of this solicitation package, submit a written request on your company letterhead via Fax 256-955-8521 attn: Peggy O'Connor, stated RFP #, your CAGE code, address, telephone and fax number and e-mail address. No telephone requests will be accepted. See numbered Note 1. SIC code: 3724 -- 1000 employees. Posted 04/29/99 (W-SN325958). (0119)

Loren Data Corp. http://www.ld.com (SYN# 0048 19990503\J-0007.SOL)


J - Maintenance, Repair and Rebuilding of Equipment Index Page