SOLICITATION NOTICE
16 -- Paint HU-25 Dassault Falcon Jet (CGNR 2133)
- Notice Date
- 5/26/2006
- Notice Type
- Solicitation Notice
- NAICS
- 336411
— Aircraft Manufacturing
- Contracting Office
- Department of Homeland Security, United States Coast Guard (USCG), Commanding Officer, USCG Aircraft Repair & Supply Center, HU25, HH65, H60J, C130, EISD, 130J or Support Proc Building 79, 75, 78, 19 or 63, Elizabeth City, NC, 27909-5001
- ZIP Code
- 27909-5001
- Solicitation Number
- HSCG38-06-Q-100026
- Response Due
- 6/20/2006
- Archive Date
- 7/5/2006
- Small Business Set-Aside
- Total Small Business
- Description
- 17. This is a combined synopsis/solicitation for commercial services prepared in accordance with the format in the Federal Acquisition Register (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 written solicitation will not be issued. This Request for Quotation (RFQ), (HSCG38-06-Q-100026) incorporates provisions and clauses in effect through Federal Acquisition Circular (FAC) 2005-09. This is a TOTAL (100%) SMALL BUSINESS SET-ASIDE. The North American Industry Classification System (NAICS) Code is 336411 and the small business size standard is 1,500 employees. The United States Coast Guard (USCG) seeks Firm Fixed Price (FFP) quotes from Federal Aviation Administration (FAA) authorized service centers with an on site paint facility in response to this Request For Quote (RFQ) and will select one vendor to prepare and externally paint one HU-25 Dassault Falcon Jet aircraft in accordance with (IAW) commercial practices and the paint 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 on the combination of the following two criteria: 1) contractor?s quote; 2) USCG travel cost 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 RFQ. Note: Vendors will be given the opportunity to physically view the aircraft at the USCG Aircraft Repair and Supply Center (ARSC), Elizabeth City, NC or view the photos in Attachment 1* of this solicitation. Viewing dates will be 5 ? 8 June 2006. To set up an appointment please call J.J. Tirak at (252) 335-6877 or (e-mail James.J.Tirak@uscg.mil). Vendor bears all cost associated with travel to view aircraft. * Due to space limitations in Federal Business Opportunity (FedBizOpps), Attachment 1 (containing photos) must be requested. Please contact Contract Specialist Damian C. Krull by e-mail: damian.c.krull@uscg.mil or by phone (252) 334-5410. CLIN 0001 ? Paint Services of one HU-25 Dassault Falcon Jet. The contract is to paint one HU-25 Dassault Falcon Jet IAW commercial practices, the below Performance Work Statement, and the paint manufacturer?s recommended procedures. Estimated effective date for contract performance is 31 July 2006. All responsible sources may submit a quote which shall be considered by the agency. Sources shall have a valid Cage Code, Data Universal Numbering System (DUNS) number or the ability to obtain one, be registered in the Central Contractor Registration (CCR) (http://www.ccr.gov) and be registered in the Online Representations and Certifications Application (ORCA) (http://orca.bpn.gov) Interested parties may submit a quotation, which shall include a performance work statement, identification of key personnel, quality certifications, and past performance. Interested parties are also invited and encouraged to submit an incentives and disincentives plan for the following: U. S. COAST GUARD HU-25 DASSAULT FALCON JET PAINT, PERFORMANCE WORK STATEMENT 1.0 BACKGROUND: 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 (PDM) Inspection. These aircraft have recently been experiencing paint adhesion discrepancies shortly after delivery to USCG operational units. Poor 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 this HU-25 aircraft (CGNR 2133C) commercially painted, for field evaluation. This solicitation establishes the minimum external paint requirements for this aircraft. 2.0 OBJECTIVE: The Coast Guard?s objective is to obtain the services of a Federal Aviation Administration (FAA) authorized service center with an onsite paint facility. The contractor shall provide all services necessary to prepare and externally paint one HU-25 IAW commercial practices, the paint manufacturer?s recommended procedures and the general scope of work. Dassault Falcon Jet, Plaisir, France is the Original Equipment Manufacturer (OEM). The general scope of work is as follows: 2.1 Pre-paint surface preparation IAW best commercial specifications. Contractor is to identify their specifications in the quote. Note: Some areas of the aircraft are covered and inaccessible after assembly of the aircraft; such as the flight control surface leading edges (flaps, slats, slat upper fixed boxes, ailerons, rudder, and elevators), horizontal/vertical stabilizer attachment points, box structures and cavities. These areas were painted during the interim paint phase of the PDM evolution and shall be inspected for adhesion, and if necessary, scuff sanding, feathering and top coated to insure a color match with USCG coatings previously applied during interim paint as required. Flight controls do not require removal. 2.2 Inspect seam sealants and reseal as necessary. Do not use Bondo type fillers on removable panel seams or wing tip caps. 2.3 Prime, paint and stencil the aircraft?s exterior surfaces IAW ARSC Drawing 925-139 (HU-25 Paint and Detail Markings), Revision G, dated 03/06/06, ARSC Drawing 925-139-1 (HU-25 Paint and Detail Markings), Revision B, dated 03/29/06 and the paint manufactures recommended procedures. 2.4 Apply leading edge tape (3M erosion tape P/N SJ-8591 or equivalent) and radome boot (P/N FP-011 or equivalent) IAW ARSC Drawing 925-139, Revision G, dated 03/06/06 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 with experience in performing aircraft servicing, line maintenance and painting. 3.1.2 Provide a detailed written work scope. 3.1.3 Adhere and conduct business in compliance with all Federal, State and Local Laws governing this type of work. 3.1.4 Have the capabilities and equipment to tow, jack, weigh, and defuel the aircraft. The Coast Guard will not furnish the required equipment. 3.1.5 Perform an incoming inspection of the aircraft, document and report discrepancies to the Coast Guard?s Contracting Officer. 3.1.6 Provide a timeline for the painting process for Coast Guard planning purposes. 3.1.7 Have experience in applying high solid, 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. Note: Primer and topcoat shall be a complete paint system supplied by the same manufacture and match current Coast Guard colors. Primer and topcoat shall meet NESHAP VOC regulations. Primer is not to exceed 2.9 lbs per mixed gallon, and topcoats shall not exceed 3.5 lbs per mixed gallon. 3.1.8 Supply all labor, equipment, facilities, masking materials, pre-paint solutions, primer, topcoats, and leading edge tape, and radome boot to complete the aircraft painting requirements as stated herein. 3.1.9 Complete all work 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 paint manufacturer?s instructions. 3.1.10 Remove and install the horizontal stabilizer spring fillets IAW Maintenance Procedure Card (MPC) 551020.0. 3.1.11 Remove and install the elevator bearing boxes IAW MPC 064010.D. 3.1.12 Remove the FLIR turret blanking plate. 3.1.13 Protect exposed pistons from dust and paint contamination: 3.1.13.1 Flight control servo pistons (e.g. aileron, elevator, rudder) 3.1.13.2 Slat actuators 3.1.13.3 Landing Gear & door actuators. 3.1.14 Scuff sand and feather all previously painted surface so contractor applied coatings will blend in with USCG coatings previously applied during interim paint as required. 3.1.15 Prepare the aircraft?s external surface for paint IAW best commercial practices. Vendor?s planned treatment of aircraft skin and surface corrosion to be described in their work proposal. Note: 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 at each rinse step. All CG pre-paint preparation process is performed IAW NAVAIR 01-1A-509. 3.1.16 Reseal Seam Sealant, Faying Joints and Lap Skins 3.1.16.1 Inspect and reseal all exposed aircraft seams and faying joints as necessary. 3.1.16.2 Reseal all removable inspection panels (e.g. fuselage, wings, wing root panels, pylon panels, Horizontal/Vertical Stabilizers panels) and wing tip cap seams shall be sealed with sealant meeting MIL-PRF-81733D, PR-1422 or SAE-AMS-S-8802. Note: Aircraft removable inspection panels, wing root panels, and wing tip caps are removed to perform hourly maintenance at 300 hour intervals. Do not use permanent hard filler (Bondo type) material on these surfaces. Use Polysulfide sealants meeting MIL-PRF- 81733, AMS-S-8802 or PR-1422 in these areas. 3.1.17 Paint and stencil the aircraft with a matched high solid chromated epoxy primer and high solid gloss topcoat system IAW current ARSC Drawing 925-139, Revision G, dated 03/06/06, ARSC Drawing 925-139-1, Revision B, dated 03/29/06, the paint manufacture?s recommended procedures, 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 quote. * Due to space limitations in FedBizOpps, Attachment 2 must be requested. Please contact Contract Specialist Damian C. Krull at damian.c.krull@uscg.mil or by phone (252) 334-5410. 3.1.18 Paint the inside of landing gear doors and landing gear (exposed areas only) IAW current ARSC Drawing 925-139, Revision G, dated 03/06/06. 3.1.19 Paint internal FLIR cavity white. 3.1.20 Prime and paint the FLIR Fairing white. 3.1.21 Prepare and paint all composite structures (e.g. radome, wing tips, horizontal/vertical stabilizer tip caps, FLIR fairing, etc.). 3.1.22 Prime and paint the spring fillets and elevator bearing boxes prior to re-installation on the aircraft. 3.1.23 Dispose of all waste materials generated 3.1.24 Apply ?Flap 200 Emergency Mark? IAW MPC 275030.D, ACMSC Code 278091 after final paint. 3.1.25 De-fuel and sump the aircraft prior to weighing IAW MPC 280020.0. The aircraft will be delivered with approximately 2000 to 3000 lbs of fuel remaining. The contractor shall identify the process used for documenting amount of fuel removed, storage of removed fuel and the procedures and methods for its reuse. 3.1.26 Weigh the aircraft IAW 1U-25A-5 HU-25 Weight and Balance Manual and MPC 083010.D. Coast Guard personnel will assist as technical advisor in weighing the aircraft if required. 3.1.27 Post Paint maintenance: 3.1.27.1 Perform post paint maintenance requirements (i.e. lubrication of empennage, droop leading edges, flap linkage & rails, doors, landing gear, etc), install the removed spring fillets, elevator bearing boxes and FLIR blanking plate IAW the MPC and Computerized Maintenance System (CMS) Codes (See under 6.0 - Applicable Documents, 6.1.6). 3.1.27.2 The contractor shall sign off all MPC maintenance codes upon completion of work. 3.1.27.3 Seal all cockpit window perimeter voids with white sealant meeting MIL-A-46146B(3) or equivalent. 3.1.27.4 Polish all bright work. 3.1.28 The contractor shall complete the Component Repair Record (CRR) which shall contain a list of paint products used to include: the manufacturer name, color numbers, manufacture date, batch & lot numbers and provide a Certificate of Conformance (COC) describing the work performed. This information will be used to update the Airframe Significant Component History. 3.2 Coast Guard will: 3.2.1 Deliver an aircraft which has recently completed PDM in a flyable condition with all grounding discrepancies cleared and exterior coatings removed (stripped) as specified herein. 3.2.2 Deliver the aircraft with the following areas painted: flight control leading edge surfaces (flaps, ailerons, elevator, and rudder), horizontal/vertical attachment points and slats, box structures and cavities which are covered or inaccessible for final paint application after PDM assembly. 3.2.3 Notify the contractor within fourteen (14) calendar days of any aircraft delivery schedule changes. 3.2.4 Provide a copy of the aircraft weight and balance records. Note: The aircraft was weighed prior to PDM test flights. 3.2.5 Provide a military representative from ARSC?s HU-25 Tech Service Branch to: 3.2.5.1 Assist in weighing the aircraft, if required. 3.2.5.2 Assist in completing the required forms and MPCs. 3.2.5.3 Perform final inspection and acceptance. Note: The Military Representative is not recognized as the Contracting Officers Technical Representative (COTR) and has no authority to deviate from the contract or make any decisions which may bind the USCG to any 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/installation of the spring fillets, elevator bearing boxes, FLIR blanking plate. Minor maintenance also includes removal/installation of exterior panels as required for the purpose of cleaning any residual fluids that may leech from panel cavities and to determine the source of the seepage. 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). 3.3.2 Major maintenance: The contractor shall notify the USCG upon discovery of any major discrepancy within 24hours or as soon as possible. The contractor shall identify and clearly describe any major discrepancies to the Coast Guard Contracting Officer for disposition. The USCG will determine the corrective action and will advise the contractor of its decision as soon as possible. If it is deemed by the Coast Guard that it is in the best interest of the Government to have the contractor expedite repairs, the contractor shall have access to or be able to obtain the necessary OEM?s specifications to facilitate repairs. Authority of action is only by this contracting office, by modification (if applicable). The Coast Guard will not furnish technical data other than that listed in Paragraph 6.0 Applicable Documents, of this solicitaion. 3.3.3 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. 3.3.4 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 and inspection of the contractor?s and sub-contractor?s site if applicable. 5.0 GOVERNMENT FURNISHED MATERIAL 5.1 ARSC Drawing 925-139-1 (HU-25 Paint Markings, Stencil and Decal package), Revision B, dated 03/29/06. 6.0 APPLICABLE DOCUMENTS 6.1 The following are applicable documents and may be available electronically: 6.1.1 ARSC Drawing 925-139 (HU-25 Paint and Detail Markings), Revision G, dated 03/06/06. 6.1.2 ARSC Drawing 925-139-1 (HU-25 Paint and Detail Markings), Revision B, dated 03/29/06. 6.1.3 Coast Guard Technical Order (CGTO) 1U-25A-4 Illustrated Parts Catalog dated 01 Aug 05 (Chapters 53, 54, 55 & 57). 6.1.4 CGTO 1U-25A-3 Structural Repair Manual dated 04 Nov 05 (Chapter 51). 6.1.5 CGTO 1U-25A-5 HU-25 Weight and Balance Manual dated 15 Feb 05. 6.1.6 Maintenance Procedure Cards (Post Maintenance): 6.1.6.1 MPC 064010.D Access panels, Doors, etc. dated 01 April 99. 6.1.6.2 MPC 071010.0, CMS 071010, Aircraft Jacking/Leveling , dated 01 Aug 01. 6.1.6.3 MPC 083010.D, CMS Code 083011, Aircraft Weighing Procedures (Load Cell) dated 01 May 98. 6.1.6.4 MPC 271060.D, CMS Code 271070 Lube Visible Aileron Hinges dated 01 April 99. 6.1.6.5 MPC 273020.0 CMS Code 274046 Lube Tail Plane Spring Fillet Aft Hinge dated 01 Feb 05. 6.1.6.6 MPC 275011.D, CMS Code 278078 Lube Flap Hinge/ Rail LH dated 01 May 98. 6.1.6.7 MPC 275011.D, CMS Code 278079 Lube Flap Hinge/ Rail RH dated 01 May 98. 6.1.6.8 MPC 275030.D CMS Code 278091 Flaps 200 Emergency Mark dated 01 May 98. 6.1.6.9 MPC 275011.D, CMS Code 278135 Lube Droop Leading Edge LH dated 01 May 98. 6.1.6.10 MPC 275011.D, CMS Code 278136 Lube Droop Leading Edge RH dated 01 May 98. 6.1.6.11 MPC 276011.0 CMS Code 276006 Lube Airbrake Act Cylinder Hinge LH dated 01 Feb 05.. 6.1.6.12 MPC 276011.0 CMS Code 276008 Lube Airbrake Act Cylinder Hinge RH dated 01 Feb 05. 6.1.6.13 MPC 280020.0 (Text Only) De-fuel Aircraft dated 01 May 98. 6.1.6.14 MPC 282051.0, CMS Code 281290 Service Center Wing dated 29 Nov 05. 6.1.6.15 MPC 321025.0, CMS Code321024 Lube MLG and Doors LH dated 04 Apr 05. 6.1.6.16 MPC 321025.0, CMS Code321025 Lube MLG and Doors RH dated 04 Apr 05. 6.1.6.17 MPC 322025.0, CMS Code 322024, Lube NLG steering Control and Doors dated 31 Oct 05. 6.1.6.18 MPC 520000.0, CMS Code 520000 Lube Hinged Doors dated 31 Oct 05. 6.1.6.19 MPC 550010.0, CMS Code 551022, Lube Empennage (minor) dated 01 March 00. 6.1.6.20 MPC 551020.0, CMS Code 551005, Remove/Inst Spring Fillet LH dated 18 Apr 05. 6.1.6.21 MPC 551020.0, CMS Code 551006, Remove/Inst Spring Fillet RH dated 18 Apr 05. 6.2 Applicable documents can be obtained by contacting the Coast Guard?s Freedom of Information Act (FOIA) Officer, Mr. James Bronson at (252) 335-6829 or e-mail James.O.Bronson@uscg.mil. When requesting documents reference the contract solicitation number. 7.0 PAST PERFORMANCE 7.1 Provide evidence of experience in applying high solid, VOC compliant primers and high solid polyurethane gloss topcoats. 7.2 The contractor shall provide References, for like services, for the past four years. Shall include Point of Contact name, company, phone number, e-mail address (if applicable), and contract number (if applicable). 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 firm fixed price for painting the aircraft. The aircraft shall be painted and ready for USCG inspection within 15 calendar days after receipt of aircraft at the contractor?s facility. 8.2 One aircraft externally painted IAW the paint manufacturer?s specifications and ARSC Drawings 925-139, Revision G, dated 03/06/06 and 925-139.1, Revision B, dated 03/29/06. 8.3 The contractor shall complete the Component Repair Record (CRR) which shall contain the paint products used to include: the manufacturer name, color numbers, manufacture date, batch and lot numbers and provide a Certificate of Conformance describing the work completed. This information will be used to update the USCG Airframe Significant Component History. 8.4 The contractor shall weigh the aircraft IAW 1U-25A-5, HU-25 Weight and Balance Manual, and MPC 083010.D, CMS Code 083011. 8.5 The contractor shall complete all paper work (signed MPCs) after final paint with the assistance of the CG personnel if required. 8.6 The contractor shall provide a warranty period for paint failures resulting from workmanship or application process. 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 criteria. The following characteristics of the quality paint job provided that the USCG is expecting are as follows: 9.2.1 Uniform, glossy coating applied IAW the paint manufacturer?s specifications and USCG ARSC Drawings. 9.2.2 Absence of dull areas caused by under or overspray or improper paint mixtures. 9.2.3 Absence of runs, bare spots, ?fisheyes? and ?orange peeling?. 9.2.4 Absence of significant overspray on seals, windows, strut pistons, flight control actuator/servo pistons, and other colors. 9.2.5 Absence of areas untreated. 9.2.6 Painted over surface corrosion. 9.2.7 Absence of dirt or foreign material. 10.0 TECHNICAL POINTS OF CONTACT For technical information or photos contact AMTC Gordon Ashley at (252) 335-6965 (e-mail Gordon.D.Ashley@uscg.mil) or J.J. Tirak at (252) 335-6877 (e-mail James.J.Tirak@uscg.mil). Delivery and acceptance of services will be made by United States Coast Guard personnel. Desired Delivery for CLIN 0001 is 15 calendar days after receipt of aircraft at the paint facility. There will be no FOB point since the aircraft will be ferried to and from the vendor?s paint facility by the USCG. Inspection shall be performed by ARSC Quality Assurance Personnel at the Contractor?s site. Anticipated date of award is 5 July 2006. COC is to be attached to the original invoice when submitted to the payment office. Failure to do so will result in either nonpayment or a delay in payment. THE COAST GUARD RESERVES THE RIGHT TO PERFORM A SITE SURVEY OF THE CONTRACTOR?S AND SUB-CONTRACTOR?S CAPABILITIES. Due to space limitations this solicitation is continued on HSCG38-06-Q-100026 Part 2
- Place of Performance
- Address: N/A
- Record
- SN01058042-W 20060528/060526220357 (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 |