SPECIAL NOTICE
16 -- USCG is looking to have one (1) HU-25 Dassault Falcon Jet commercially painted. This is just a performance work statement draft for industry comments at this time
- Notice Date
- 12/22/2005
- Notice Type
- Special Notice
- NAICS
- 488190
— Other Support Activities for Air Transportation
- Contracting Office
- DHS - Direct Reports, United States Coast Guard (USCG), Commanding Officer, USCG Aircraft Repair & Supply Center, HU25, HH65, H60J, C130, EISD, 130J or Support Procurement Building 79, 75, 79, 78, 78, 19 or 63, Elizabeth City, NC, 27909-5001
- ZIP Code
- 27909-5001
- Solicitation Number
- Reference-Number-HSCG38-06-2102PAINT
- Response Due
- 1/6/2006
- Archive Date
- 1/21/2006
- Description
- The Coast Guard is seeking information from potential sources to provide industry comments to the Performance Work Statement Draft for the external painting of a HU-25 Dassault Falcon Jet. Contractors having the required expertise, capabilities, and an acceptable quality system are invited to submit information. Responses and comments do not constitute a proposal, but rather, will be considered as an open exchange of capabilities and ideas. The information contained therein shall pertain to this Performance Work Statement Draft. The Government does not intend to pay for the information received. Mr. J. J. Tirak, (252-335-6877) is the Coast Guard?s Point of Contact. Any interested contractors must submit their data in writing at the address above, by fax (252) 334-5264, or by e-mailing Mr. J. J. Tirak at James.J.Tirak@uscg.mil by 06 January 2006. All methods should attention Mr. J. J. Tirak. USCG HU-25, ACFT TAIL NUMBER 2102 EXTERNAL PAINT Performance Work Statement 12 Dec 05 1.0 OVERVIEW 2.0 SCOPE 3.0 PERFORMANCE REQUIREMENTS 3.1 CONTRACTOR 3.2 COAST GUARD 3.3 SPECIAL REQUIREMENTS 4.0 QUALITY ASSURANCE 5.0 GOV?T FURNISHED MATERIALS 6.0 APPLICABLE DOCUMENTS 7.0 PAST PERFORMANCE 8.0 DELIVERABLES 9.0 INSPECTION and ACCEPTANCE 9.1 USCG ON SITE INSPECTION 9.2 INSPECTION AND ACCEPTANCE CRITERIA 10.0 MEETINGS 11.0 SOURCE SELECTION AND EVALUATION CRITERIA 12.0 COAST GUARD POINT OF CONTACT (POC) 1.0 OVERVIEW: The US Coast Guard (USCG) operates twenty Falcon HU-25 aircraft. Currently these aircraft are being externally stripped and painted at the Coast Guard?s Aircraft Repair and Supply Center following the completion of a required five year Programmed Depot Maintenance Inspection (PDM). These aircraft have recently been experiencing paint adhesion discrepancies shortly after delivery to USCG operational units. Paint adhesion contributes to increased field level maintenance and aircraft corrosion if left untreated. These discrepancies can be attributed to the limited environmental controls of the paint facility. In an effort to improve performance, reduce corrosion and field maintenance cost the Coast Guard intends to have one of its HU-25 aircraft commercially painted, for field evaluation, in April 2006. This performance work statement (PWS) establishes the minimum external paint requirements for this aircraft. 2.0 SCOPE: The USCG seeks Firm Fixed Price (FFP) quotes from Federal Aviation Administration (FAA) authorized service centers in response to this performance work statement (PWS) and will select one vendor to prepare and externally paint one HU-25 aircraft in accordance with (IAW) commercial practices and manufacturer?s recommended procedures. Contract award will be best value primarily linked to contractor?s submitted detailed work scope, facilities, quality system, past performance, process time and cost. USCG cost evaluation will be based considering two criteria: 1) contractor?s quote to include at a minimum pre-paint preparation, and application of chromated epoxy primer and polyurethane topcoat as specified in this PWS. 2) USCG travel and roundtrip aircraft ferry cost from Elizabeth city, NC. There is no intent to sacrifice quality for schedule. Performance award clauses are associated with and described within this PWS. The general scope of work is as follows: 2.1 Pre-paint surface preparation IAW commercial specifications. Contractor to identify specification in the proposal. Note: Areas of the aircraft that are covered after assembly of the aircraft, such as flight control surface leading edges, horizontal/vertical stabilizer attachment points, box structures and cavities were painted during the interim paint phase of the PDM evolutions. 2.2 Prime, paint and stencil the aircraft?s exterior surfaces IAW ARSC drawing 925-139 and manufacturer?s recommended procedures. 2.3 Apply leading edge tape and radome boot IAW ARSC Drawing 925-139 and manufacturer?s recommended procedures. 3.0 PERFORMANCE REQUIREMENTS 3.1 Contractor shall : 3.1.1 Be a Federal Aviation Administration (FAA) Authorized Service Center with an onsite paint facility. 3.1.2 Provide a detailed written work scope. 3.1.3 Have experience in applying Volatile Organic Compound (VOC) compliant chromated primers and high solid polyurethane gloss topcoats to high speed aircraft and will be responsible for a high level of professionalism and workmanship. 3.1.4 Adhere and conduct business in compliance with all Federal, State and Local Laws governing this type of work. 3.1.5 The contractor shall dispose of all waste materials generated. 3.1.6 Supply all labor, equipment, facilities, masking materials, pre-paint solutions, primer, topcoats, leading edge tape, and radome boot to complete the aircraft painting requirements as stated herein. 3.1.7 All work shall be completed in an enclosed hangar with a dedicated space to accommodate the aircraft including separate protocols for temperature, humidity, ventilation, lighting and atmospheric particle controls for the paint to cure IAW the manufacturer?s instructions. 3.1.8 The preparation and painting services shall be performed at the Contractor?s facility. 3.1.9 Perform an incoming inspection of the aircraft. 3.1.10 Scuff sand and feather all previously painted surfaces so contractor applied coatings will blend in with USCG coatings previously applied during interim paint as required. 3.1.11 Prepare the aircraft?s external surface for paint IAW best commercial practices. The USCG currently performs a thorough solvent and alkaline detergent cleaning, deoxidization with an approved acid brightener, and the application of an alodine conversion coating. Water break free inspections are performed to insure the surface is clean. Vendor?s planned treatment of aircraft skin and surface corrosion to be described in their work proposal. 3.1.12 Paint and stencil the aircraft with a matched high solids chromated epoxy primer and high gloss topcoat system IAW the manufacturer?s recommended procedures, ARSC HU-25 Paint Drawing 925-139 (attachment 1) and current product/color spreadsheet (attachment 2). Attachment 2 lists coatings that are currently used by the USCG and are known to provide satisfactory results on USCG aircraft operating in a corrosive environment when properly applied. Aviation coatings which meet or exceed the performance of these materials may be substituted. If other commercial coatings are suggested the contractor shall provide paint specifications and sample color chip with their proposal. At a minimum the aircraft shall be primed with a chromated epoxy primer and high solids polyurethane topcoat, however the contractor may propose other systems (e.g. epoxy primer, filler primer & topcoat). 3.1.13 Supply and apply 3M erosion tape P/N SJ-8591 and radome boot 78B01174-3 or equal IAW manufacturer?s instructions to the areas identified on the HU-25 Paint Drawing 925-139. 3.1.14 Weigh the aircraft IAW AFTO 1-1B-50. CG personnel will assist as technical advisor in weighing the aircraft if required. 3.1.15 Complete Significant Component History Report (Maintenance Procedure Card 00SCHR.0). Entry shall include paint products used, color, manufacture dates, batch & lot numbers. 3.2 Coast Guard will: 3.2.1 Deliver aircraft which has recently completed PDM in a flyable condition with all grounding discrepancies cleared and exterior coatings removed as specified herein. 3.2.2 Notify the contractor within five days of any aircraft delivery schedule changes. 3.2.3 USCG personnel will remove the spring fillets, elevator bearing boxes, air deflector and FLIR turret blanking plates upon delivery of the aircraft to the contractor?s facility and will re-install the same upon completion of aircraft painting. 3.2.4 The USCG will provide a military representative from ARSC?s HU-25 Tech Service Branch to act as a liaison to answer maintenance related questions ?only? that may arise during the paint process, to assist in minor maintenance, and weighing of the aircraft. This liaison is not recognized as the Contracting Officers Technical Representative (COTR) and has no authority deviate from the contract or make any decisions which may bind the USCG to monetary commitments. 3.3 SPECIAL REQUIREMENTS 3.3.1 Minor Maintenance: The contractor will perform minor maintenance as required. This maintenance is limited to removal of exterior panels as required for the purpose of cleaning any residual fluids that may leech from panel cavities. Panels shall be reinstalled IAW the 1U-25A-3 (Structural Repair Manual). Hardware replacement (e.g. screws, washers, etc) if required shall be of correct type and length IAW 1U-25A-4 (Illustrated Parts Catalog). The CG liaison will provide maintenance direction. 3.3.2 The contractor shall have 28 VDC and 114 VAC electrical powers on site, as well as a hydraulic jenny capable of providing variable pressures and flow rates. Currently the HU-25 hydraulic system operates using MIL-PRF 83282. 3.3.3 Major maintenance: The contractor shall notify the USCG upon discovery of any major discrepancy within 24hours or as soon as possible. The USCG will determine the corrective action and will advise the contractor of its decision as soon as possible. 3.3.4 Post Paint maintenance: Following final paint there are servicing requirements (i.e. lubrication of empennage, droop leading edges, flap linkage & rails, doors, landing gear, etc). This maintenance will be accomplished by USCG personnel at the contractor?s site and will take approximately 1 to 2 days. 3.3.5 The RH and LH main engine AFT Fan Duct interior barrels have been coated with Sermatech SHORCOAT ? process. This area shall not have the coating removed, treated or painted. 4.0 QUALITY ASSURANCE. 4.1 The contractor shall have a quality system compliant with ISO 9001-2000 or an FAA approved quality system. 4.2 The Coast Guard reserves the right to perform a pre-award site visit. 5.0 GOVERNMENT FURNISHED MATERIAL 5.1 Stencil/decal kit 925-139-1 5.2 ARSC Paint Drawing 925-139 6.0 APPLICABLE DOCUMENTS 6.1 The following are applicable documents and may be available electronically: 6.1.1 ARSC HU-25 Paint Drawing 925-139 dated Nov 05 6.1.2 CGTO 1U-25A-4 Illustrated Parts Catalog dated 01 Aug 05 (Chapters 53, 54, 55 & 57). 6.1.3 CGTO 1U-25A-3 Structural repair Manual dated 04 Nov 05 (Chapter 51). 6.1.4 AFTO 1-1B-50 Weight and Balance dated 01 Mar 05. 6.1.5 Significant Component History Report MPC # 00SCHR.0 dated 01 Mar 04. 6.2 Applicable documents can be obtained by contacting the Coast Guard?s Freedom of Information Officer, Mr. James Bronson at (252) 335-6829 or e-mail James.O.Bronson@uscg.mil. 7.0 PAST PERFORMANCE 7.1 Provide evidence of experience in applying Volatile Organic Compound (VOC) compliant primers and high solids gloss topcoats. 7.2 The contractor shall provide Points of Contact for past performance documentation for the past four years. Include references? name, company, phone number, and e-mail address. 7.3 Past performance evaluation will be based on the contractor?s customer performance rating, customer service, warranty issues and performance of the coating (e.g. appearance, gloss, adhesion, and maintainability). 8.0 DELIVERABLES 8.1 The contractor shall provide a detailed work scope, delivery schedule and cost estimates for painting the aircraft. The aircraft shall be painted and ready for USCG inspection within 14 days from aircraft induction at the contractor?s facility. 8.2 One aircraft externally painted IAW the paint manufacturer?s specifications and ARSC HU-25 paint drawing 925-139. 8.3 The contractor shall provide a warranty period for paint failures resulting from workmanship or application process. 8.4 The contractor shall complete the Significant Component History Report (MPC # 00SCHR.0). MPC 00SCHR.0 shall contain the paint products used, color numbers, manufacture date, batch and lot numbers 8.5 The contractor shall weigh the aircraft IAW AFTO 1-1B-50 and complete all paper work after final paint with the assistance of the CG personnel if required. 9.0 INSPECTION and ACCEPTANCE 9.1 Inspection and acceptance will be accomplished at the contractor?s site by Coast Guard personnel. 9.2 Paint Quality acceptance criteria. 9.2.1 MIL thickness IAW manufacturer?s specifications. 9.2.2 Uniform, glossy coating applied IAW manufacturer?s specifications and USCG drawings. 9.2.3 Absence of dull areas caused by under or overspray or improper paint mixtures. 9.2.4 Absence of runs, bare spots, ?fisheyes? and ?orange peeling?. 9.2.5 Absence of significant overspray on seals windows, and other colors. 9.2.6 Absence of areas untreated, and painted over surface corrosion. 10.0 MEETINGS: Meetings will be scheduled as required. Travel expenses incurred by the contractor shall be reimbursed based on actual costs in accordance with FAR 31.205-46, Travel Costs and in accordance with those rates published in the Federal Travel Regulations (FTR) and the Joint Travel Regulations (JTR). Any airfare will be at the economy or coach class. 11.0 SOURCE SELECTION EVALUATION CRITERIA 11.1 The following criteria will be used for source selection. Technical and past performance is more important then cost: 11.1.1 Technical 11.1.1.1 Contractors submitted detailed work scope. 11.1.1.2 Contractor facility 11.1.1.3 Aircraft process time 11.1.1.4 Quality System 11.1.2 Past Performance 11.1.2.1 Experience in applying VOC compliant paints to high speed aircraft. 11.1.2.2 Contractor?s customer ratings including quality ratings, customer service, warranty, recommendation for future service and performance of coating during the aircraft?s operational period (e.g. gloss, adhesion, and paint defects). 11.1.2.3 The Coast Guard reserves the right to investigate other sources of past performance other then those submitted by the contractor. 11.1.3 Cost 11.1.3.1 Contractor submitted quote for pr-paint preparation, and the application of primer and topcoat. 11.1.3.2 USCG personnel round trip travel and aircraft ferry cost to and from Elizabeth City, NC. 12.0 The Coast Guard POC: For technical information or photos contact LCDR C Hatfield at (252) 335-6887 (e-mail Charles.A.Hatfield@uscg.mil) or JJ Tirak at (2520 335-6877 (e-mail James.J.Tirak@uscg.mil).
- Place of Performance
- Address: N/A
- Record
- SN00956634-W 20051224/051222211608 (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 |