SOLICITATION NOTICE
29 -- Repair J52 BEARING HOUSING
- Notice Date
- 2/15/2006
- Notice Type
- Solicitation Notice
- NAICS
- 336412
— Aircraft Engine and Engine Parts Manufacturing
- Contracting Office
- Department of the Navy, Naval Supply Systems Command, Fleet and Industrial Supply Center Jacksonville, 110 Yorktown Ave 3rd Floor, Code 200, Jacksonville, FL, 32212-0097
- ZIP Code
- 32212-0097
- Solicitation Number
- N68836-06-T-0057
- Response Due
- 3/1/2006
- Archive Date
- 3/16/2006
- 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 included in this notice. This announcement constitutes the only solicitation; quotations are being requested and a separate written solicitation will not be issued. Solicitation number N68836-06-T- 0057 applies and is issued as a Request for Quotation. This procurement is set aside for small business purposes. This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 97-26 and Defense Acquisition Circular 91-19. The North American Industry Classification System (NAICS) code is 336412 and the business size standard is 1000. Fleet Contracting Center, Naval Air Station Jacksonville Fl intends to purchase on a open market basis the following: Purpose to initiate a requirements contract for one year with one option year , to repair J52 No.1. bearing housings, the estimated quantity is 50 per year, part number 658098 and 2187358, iaw attached statement of work. Statement of Work J52-P-408A/B No. 1 Bearing Seal Housing Sealing Surface Repair A requirement exists for the Repair / Refurbishment of J52-P-408A/B Turbojet engine No. 1 Bearing Seal Housings. These Housings, P/N ?s 658098, and 2187385, must be Repaired / Refurbished to J52-P-408A/B Power Plant Change 290 specifications / requirements. The required Repair / Refurbishment consists of removing the existing industrial chrome surface coating from the inner bore coating area of P/N 658098 Housings, and replacing with PWA 50, Chromium Carbide Hardcoat, using the propriority Praxair Surface Technologies ?D? gun application process. All P/N 2187385 Housings have the PWA 50 Hardcoat applied to the inner bore sealing surface, and require the chemical stripping removal of this Hardcoat, and replacement with new PWA 50 Hardcoat. Both Part Numbered Housings must be finish machined to the provided Work Package 039 00 Dimensional Specifications. The Inner Bore diameter, after stripping, and before Hardcoat application, must be within 4.996? to 5.011? diameter. The Inner Bore diameter, after coating, must be limited to a maximum of 4.979?. The Finished Diameter must be within 4.989? and 4.991?. The perpendicularity, or ?squareness? between Diameter 3, and Face B, of Figure 1, Work Package 039 00, must remain within 0.001? FIR. The concentricity of Diameter 3, and Diameter A, of Figure 1, in Work Package 039 00, must remain within 0.001? FIR. The Chamfered area should be maintained at 14.5-15.5 degrees. The Chamfered open end diameter must be within 5.115? and 5.135?. The Snap Diameter, (Dia. A in Fig. 1), wear limit is 7.923? minimum diameter. Less than this dimension is not repairable, and cause for rejection. An initial requirement of eight (8) Housings, both P/N ?s 658098, and 2187385, will be provided. Following requirements will be for approx. three (3) to four (4) Housings per each three (3) month, (90 calendar day), period. Request each received Housing be cleaned per SPOP 209 processes, then inspected for obvious flaws,?.nicks, dents, scratches, cracks, out of round inner bore dimensions, chipped bore surfaces, bent flanges, handling damage, etc. Reject all non-repairable Housings, identifying the specific reason on a red tag, which must be attached to the rejected Housing. Return all rejected Housings to the provided Naval Aviation Depot address. Remove Chrome plate coating from all P/N 658098 Housings per SPOP 22 Process. Clean Housings with Methyl Ethyl Ketone, Isopropyl Alcohol, Acetone, or equivalent cleaner,?.always keeping within the guidelines of established EPA, and local / State mandated legislation, and authorized cleaning processes. Perform Non-Destructive Inspection (NDI) with Fluorescent Penetrate Inspection (FPI) per SPOP 82, using ZL-30, or equivalent penetrant. Magnetic Particle Inspection, per SPOP 102 may also be performed. No cracks are permitted. Perform Grit Blast, using 30 to 40 psi blasting pressure, and a 3-5 inch standoff, prior to the application of PWA 50 Hardcoat. Do not coat, or grit blast outside of coating area. Machine Hardface to finish diameter, 4.989? to 4.991?. Final surface finish must be 5 RMS or better. FPI inspect per SPOP 82 Reidentify reworked P/N 658098 Housings by approved Vibropeen procedures, obliterating the existing P/N 658098 numerals, and replacing with new P/N 2187385 numerals to the immediate left or right of the original part number. Apply the PWA 50 ?Beehive? symbol near the new part number, using approved vibropeen procedures. Preserve the entire Housing assembly with a light coat of commercially approved preservation oil, and pack in a commercially approved shipping container. Enclose a prepared DD250 Invoice Document within the package. Fax a similar copy to Paul Nadeau, (904) 542-2808, prior to actual shipment. Naval Aviation Depot Attn: Paul Nadeau, 542-5455, ext.134 Bldg. 110 Door 16 NAS Jacksonville Jacksonville, FL. 32212 Additional technical / repair process questions should be directed to Paul Nadeau,? (904) 542-5455, ext.134. 02. The following provisions and clauses apply: Provision 52.252-1 Solicitation Provisions Incorporated by Reference. This solicitation incorporates one or more solicitation provisions by reference, with the same force and effect as if they were given in full text. Upon request, the Contracting Officer will make their full text available. (End of Provision) Provision 52.212-1, Instructions to Offers--Commercial; 52.212-2 Evaluation-Commercial items, 52.212-3 offeror representations and certifications- commercial items. Clause 52.212-4, Addendum to FAR 52.212-4: Paragraph (o) Warranty- Add: ?additionally, the Government will accept the contractor?s commercial warranty.? Contract Terms and Conditions--Commercial Items; clause 52.212-5, Contract Terms and Conditions Required to Implement Statutes Or Executive Orders--Commercial Items (to include: 52.222-21 Prohibition of segregated facilities, 52.222-26, Equal Opportunity; 52.222-35, Affirmative Action for Special Disabled and Vietnam Era Veterans; 52.222-36, Affirmative Action for Handicapped Workers; 52.222-37, Employment Reports on Special Disabled Veterans and Veterans of the Vietnam Era); Clause 52.232-33, Mandatory information for electronic funds transfer payment; clause 52.219-6 Total small Business setaside, and The following DFARs clauses apply to this acquisition: 252.204-7004 Central Contractor Registration, 252.212-7001, Contract Terms and Conditions Required to Implement Statutes Applicable to Defense Acquisitions of Commercial Items (including 252.225-7001 Buy American Act and Balance of Payment Program). Registration in the Central Contractor Registration (CCR) Database is a requirement for award go to www.ccr.gov to register. The full text of the Federal Acquisition Regulation (FAR) can be accessed on the internet at www.arnet.gov/far. Parties responding to this solicitation may submit their offer in accordance with their standard commercial practices (e.g. on company letterhead, formal quote form, etc.) but must include the following information: 1) company?s complete mailing and remittance addresses, 2) discounts for prompt payment if applicable 3) cage code, 4) Dun & Bradstreet number, 5) Taxpayer ID number. Offerors shall include a completed copy of the provision at 52.212-3 , Offeror Representations and Certifications-Commercial Items with their offer. The Government intends to make a single award to the eligible, responsible offeror whose offer conforms to the solicitation, and is the most advantageous to the Government considering price and price-related factors. This solicitation will be evaluated on the following factors: Technical, and price. Quotations must be received no later than 4:00 P.M March 1 , 2006. Quotations must be in writing and may be faxed or mailed to the following. Attn Linda F. Nelson, Fleet Contracting Center, FISC JAX BLDG 110, Box 97, Naval Station Jacksonville FL, 32212. Fax 904-542-1111 Telephone 904-542-1077.
- Place of Performance
- Address: JACKSONVILLE, FL
- Zip Code: 32212
- Zip Code: 32212
- Record
- SN00989084-W 20060217/060215212837 (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 |