Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF NOVEMBER 17, 2002 FBO #0350
SOLICITATION NOTICE

16 -- Anti Icing Test Stand for P&W J52 Engines

Notice Date
11/15/2002
 
Notice Type
Solicitation Notice
 
Contracting Office
Department of the Navy, Naval Air Systems Command, JACKSONVILLE NAVAL AVIATION DEPOT, 6206 Avaiation Avenue, Jacksonville, FL, 32212
 
ZIP Code
32212
 
Solicitation Number
N65886-03-PR-AC039
 
Archive Date
12/11/2002
 
Point of Contact
Richard Paquette, Contract Specialist, Phone (904) 317-1989, Fax (904) 317-1991, - Richard Paquette, Contract Specialist, Phone (904) 317-1989, Fax (904) 317-1991,
 
E-Mail Address
paquettera@navair.navy.mil, paquettera@navair.navy.mil
 
Description
This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in FAR Subpart 12.6, as supplemented with additional information contained in this notice. This announcement constitutes the only solicitation; proposals are being requested and a written solicitation will not be issued. Solicitation Number N65886-03-P5-AC039 is issued as a request for proposals (RFP). The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2001-09. This action is not a set aside for small business. The applicable NAICS is 541330 and the small business size standard is $4 million. The Government intends to award a firm fixed price contract for this effort. This effort contains one line item. The item being acquired is a new J52 Fuel Heater/Anti-Icing Test Stand for use at the Naval Aviation Depot Jacksonville, FL. The required specifications are as follows: The contractor would be responsible for the design, fabrication, delivery, installation and operator training of the test stand, which will be used to troubleshoot and verify performance of the J52 engine fuel accessories listed below. The test stand shall perform all tests required by each component?s Acceptance Test Procedure (ATP) or NAVAIR manual. Part Number Nomenclature Manufacturer NAVAIR Manual 506313 Fuel Heater Pratt&Whitney 02B-10DAD-6-2V6 559531 Fuel Htr Conet. Pratt&Whitney 02B-10DAD-6-2V6 55822-1 Speed Governor P&W, Hamilton, 03-110AD-23 Sunstrand Proposal should describe proposed test stand capabilities, features, and general design and how it will meet the design preferences listed below. Any required pumping modules, adapters and calibration equipment needed for operation of the test stand should be included in the cost breakdown. Proposal should also provide cost breakdown of services and deliverables listed below as well as a description of what will be provided by the vendor to meet these requirements. Available Facilities. Building 795 located at Naval Aviation Depot, Jacksonville, Florida. Electrical, 480vac, 60Hz, three phase; shop air 90-100 psig, medium pressure air 300 to 320 psig, 50F water @ 35 psi, 30 psi steam and 30 psi calibration fluid pressure fill; available footprint 8? by 10?. Test Stand Design. All parts used to build the test stand will be new. The test stand shall be designed to have a useful operating life of 15 years. As such, availability of replacement parts over the operational life of the test stand should be considered in parts selection. Commercial or MIL standard parts and threads should be used whenever possible. If test stand size requires it, the test stand will be designed in modules or sections to allow transportation by forklifts. Forklift lifting points to facilitate such will be part of each module or sections design. Installation requirements should be compatible with existing shop facilities without the requirement for adapters. The test stand will be designed for use in a hazardous area per NEC Class 1, Division 1, Group D. The contractor will provide necessary fixtures, adapters and restraints to perform the tests required by the UUT ATP?s. Reliability. The stand shall have a minimum 521 hours mean time between failure (MTBF). When a component or part for the test stand cannot meet the 521 hour reliability goal, the component part with the highest reliability shall be obtained. The component part(s) that do not meet the 521 hour reliability goal shall be identified at the PDR and the reliability goal for the part(s) provided. Frequency of Lubrication. The test stand shall not require lubrication intervals of less than one month when operated a minimum of 8 hours per day. Pumps/Motors. Shall be sized to operate at 90% of their rated speed and loads under the maximum speed or load required by the above UUT ATP?s. Filtration. Filtration will be provided before the UUT input, after the UUT outlet (before return to reservoir), at the facility calibration fluid pressure fill inlet to the stand and for return of sink area fluids to the reservoir. Fluid servicing. The facility provides a pressurized calibrating fluid service from a central location. The operator will be able to visually determine fluid level at the reservoir before startup of the test stand without the use of dipsticks. A manual valve will be provided for the operator to fill the reservoir from the facility pressure fill service. Temperature Control. The test stand will require no more than 20 minutes of warm-up or cool-down time to be capable of testing a UUT. UUT fluid inlet temperature will be automatically controlled (heated or cooled) to the operator?s selected temperature. Vibration. Vibration from equipment operation must not be of such magnitude as to interfere with the accuracy of sensors or control operation. Operating attitude. The test stand shall perform its intended function when its normal operating plane is tilted 3 degrees from the horizontal in any direction. Drip pan. The test stand shall have an integral drip pan covering the entire bottom of the test stand to catch overflows, leaks, etc. Ventilation. Air vents shall be provided in the test stand cabinet near floor level and near the top to promote conductive air circulation or cabinet shall be provided with forced air ventilation to prevent overheating of test stand components or build-up of hazardous fumes. Air exhausts system. An air exhaust system (fan and ducting) shall be provided on the test stand to vent hazardous vapors to the facility air exhaust system. General Piping. Rigid lines, hoses, fittings and other pressurized components shall withstand a minimum of twice their normal operational pressures without leakage or permanent distortion. All lines and hoses shall be routed to facilitate access to internal components. General Electrical. Wiring, junctions and connections shall be selected to withstand a minimum of twice their normal operating current. Wires will be routed to facilitate access to internal components. Instrumentation/Controls. Readouts shall be digital and/or via display touch screen. The control and display panels and each instrument or control shall be designed to allow removal from the front of the test stand by one man. The test stand will indicate when a facility service is not sufficient for test stand operation and display its status in such cases. UUT measurements. Flow will be measured by turbine type flow meters. Flow measurement indicating systems shall provide selection of units for readout. Units available, at a minimum shall be: liters per minute, cubic centimeters per minute, pounds per hour and gallons per minute. Pressure measuring and indicating systems shall provide readout in psig, psid and inches of water. Other measurements would be: temperature in degrees Centigrade and Fahrenheit and time in minutes and seconds. Calibration. If required, calibration taps shall be provided on the front panel for calibration of pressure transducers. Safety. The test stand will not present any hazards to the operator. Human Engineering. Only one operator will be required to install a UUT and operate the test stand. The test stand design will prevent fatigue or strain of the operator during a work shift. Identification Marking. Metal identification nameplates shall be permanently attached to the exterior of the test stand and any separate modules, sections and control boxes. Maintainability Requirements. The stand shall be designed so that it minimizes the effort required for maintenance. Mean Time to Repair. The test stand shall be designed and constructed to achieve scheduled or corrective maintenance, including troubleshooting or calibration, with a mean time to repair (MTTR) of three hours or less and a maximum time to repair of four hours at the 95th percentile at the operational level. No more than two technicians shall be required simultaneously for any maintenance task. Training and Training Support. The contractor shall develop and deliver initial training for complete operation, maintenance and repair of the test stands. Warranty. Contractor will guarantee materials and workmanship of the test stands for one year. Deliverables. The contractor will deliver the following information and data to the Government. The contractor is responsible for any changes to deliverables required for Government acceptance. Drawings and Associated Lists. Drawings shall be in contractor format, and providing all engineering and design disclosure information to support installation, preparation for use, calibration, operation, fault isolation, repair, and maintenance of the test stands. Technical capability will be determined solely on the content and merit of the information submitted in response to the provision. Therefore, it is incumbent on the interested party to provide sufficient technical literature, documentation, etc. in order for the Government to make an adequate technical assessment. The Government reserves the right to process the procurement on a sole source basis based upon responses received. Due to the critical importance of the test stand to Depot Operations only contractors with strong past performance in design and manufacturing of test stands are encouraged to respond. In addition, this requirement is time sensitive and all proposals should emphasize the ability of the contractor to rapidly design and install a new test stand, which minimizes down time for the Depot. The Government will not pay for any information received. The contractor shall deliver to: UIC N65886 Naval Aviation Depot Building 1449 Naval Air Station, Jacksonville, FL 32212-0016. Inspection and acceptance shall be at destination, FOB destination. The contractor shall extend to the Government full coverage of any standard commercial warranty normally offered in a similar commercial sale. Acceptance of the warranty does not waive the Governments rights under the Inspection clause, nor does it limit the Government?s rights with regard to the other terms and conditions of this contract. In the event of a conflict the terms and conditions of the contract shall take precedence over the warranty. The warranty period shall begin upon final acceptance of the applicable deliverables listed in the schedule. FAR 52.212-1 Instructions to Offeror? Commercial Items (Oct 2000) is incorporated by reference and applies to this acquisition. The Government will evaluate in accordance with FAR Part 12, before making award. The offeror shall provide backup information verifying the price offered; e.g. a copy of the current catalog, invoices for the same equipment, etc. The offeror shall include a completed copy of the provision at FAR 52.212-3 Offeror Representations and Certifications, Commercial Items (May 2001) with its proposal. FAR 52.212-4 Contract Terms and Conditions, Commercial Items (May 2001) is incorporated by reference and applies to this acquisition. The clause 52.212-5 Contract Terms and Conditions Required to Implement Statues or Executive Orders, Commercial Items (May 2001) is incorporated, however, for paragraph (b) only the following clauses apply to this acquisition: 52.222-21, Prohibition of Segregated Facilities (Feb 1999), 52.222-26, Equal Opportunity (E.O. 11246), 52.222-35 Affirmative Action for Disabled Veterans and Veterans of the Vietnam Era (38 U.S.C. 4212), 52.222-36, Affirmative Action for Workers with Disabilities (29 U.S.C. 793), 52.222-37, Employment Reports on Disabled Veterans and Veterans of the Vietnam Era (38 U.S.C. 4212), 52.222-19, Child Labor Cooperation with Authorities and Remedies (E.O. 13126), 52.225-13, Restriction on Certain Foreign Purchases (E.O. 12722, 12724, 13059, 13067, 13121, and 13129), 52.232-33, Payment by Electronic Funds Transfer-Central Contractor Registration (31 U.S.C. 3332), 52.247-64, Preference for Privately Owned U.S. Flag Vessels. DFARS Clause 252.212-7001, Contract Terms and Conditions Required to Implement Statues or Executive Orders Applicable to Defense Acquisitions of Commercial Items (Dec 2000) is incorporated, however, for paragraph (a) only the following clauses apply 252.225-7012 Preference for Certain Domestic Commodities, 252.225-7036 Buy American Act ? North American Free Trade Agreement Implementation Act ? Balance of Payments Program (41 U.S.C. 10a-10d and 19 U.S.C. 3301 note), the DFARS clause 252.204-7004 Required Central Contractor Registration (Mar 2000) is incorporated by reference. This is a rated contract under the Defense Priorities and Allocations System (DPAS) and is rated DX-A1. Offers are due to Naval Air Depot Jacksonville Contracts Management Office (Code 6.1.7) Naval Air Station, Jacksonville, FL 32212-0016 ATTN: LT Richard Paquette SC, USN by 2:30 pm Eastern Daylight Savings Time, 26 November 2002. All responsible sources may submit a proposal, which shall be considered by the agency. For information regarding this solicitation contact LT Richard Paquette SC, USN via phone (904) 317-1989, fax (904) 317-1991, or e-mail paquettera@navair.navy.mil.
 
Place of Performance
Address: Naval Aviation Depot, Naval Air Station, Jacksonville, FL
Zip Code: 32212-0016
Country: USA
 
Record
SN00205920-W 20021117/021115213431 (fbodaily.com)
 
Source
FedBizOpps.gov 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.