MODIFICATION
K -- Engine Test Cell Upgrade & Sustainment, Building 100, USCG Aviation Logistics Center, Elizabeth City, NC
- Notice Date
- 11/17/2009
- Notice Type
- Modification/Amendment
- NAICS
- 488190
— Other Support Activities for Air Transportation
- Contracting Office
- Department of Homeland Security, United States Coast Guard (USCG), Commanding Officer, USCG Aviation Logistics Center, HU25, HH65, H60J, C130, ESD, IOD, ISD, CASA or ALD, Elizabeth City, North Carolina, 27909-5001, United States
- ZIP Code
- 27909-5001
- Solicitation Number
- HSCG38-10-R-410009
- Point of Contact
- Ginger G Woodington,
- E-Mail Address
-
ginger.g.woodington@uscg.mil
(ginger.g.woodington@uscg.mil)
- Small Business Set-Aside
- Total Small Business
- Description
- Q4: Because of the open ended nature of the existing test cell mechanical systems and their associated hardware requirements, condition, and durability; there is inherent cost risk within this Statement of Objective, particularly for a small business. Would the government be open to a Cost Plus Fixed Fee (CPFF) contract structure in order to provide best value pricing? A4: No. The Coast Guard intends to issue a firm fixed price contract. The Statement of Objectives (SOO) format is intended to allow offerors maximum flexibility in proposing a solution to the Coast Guard's objectives. Q5: ATF3: Does the reference to the "Upgrade System Power" that is cited upon page 2 of the SOO apply only to the Control and Data Acquisition System or are updates to the test cell power distribution system also required? A5: Minimum requirement is to upgrade system power for the following: ADAS, Data reduction system, display and control system as per page 2 of the SOO. Q6: ATF3: Will the government make available to the contractor baseline correlation data from Honeywell performance run for the ATF3-6-4C engine for the purpose of final correlation of this test cell? Which Honeywell facility baseline tested this engine? A6: Yes, base line data will be provided and the engine will be tested at Honeywell's facility in Phoenix, AZ. Q7: ATF3: What type of engine start system is used and what is its condition? A7: Hobart GPU-400 28.5volt, DC, 400amp, power supply. Condition is marginal to fair. Q8: ATF3: What is the condition of the current load cell? A8: Load Cells are 20 plus years old and need to be replaced. Q9: ATF3: Should modifications or improvements be made to the fuel delivery system? A9: Yes, from Main fuel pump to Test Cell system to include alarm circuits and Fuel metering and control systems. See pg 17 of SOO. Q10: ATF3: Are the technical publications that are referenced within the SOO available for review during the Industry Day? A10: Because of proprietary restrictions, all publications need to be obtained independently or USCG can provide after award of contract. See pg 4 and 5 of SOO. Q11: T700: Based on drawing 400185, Mechanical Plan: Is the test cell that is labeled as the T-58 Test Cell within the drawing actually used for T700 series engine testing? A11: Yes, cell was converted to T700 use after the T58 was taken out of service. Q12: T700: Will the air dynamometer hardware be replaced or will only the control and instrumentation interfaces be replaced? Q12: Yes, the entire load system requires replacing to include Air Dynamometer and all controls. See pg 3 of SOO. Q13: T700: What method of torque measurement is currently used and should it be updated? A13: Currently using an Air Dynamometer System P/N1314AS100-1 and requires upgrade. Q14: T700: Should the engine portable trailer (P/N 128AS101-1) be updated or replaced? A: Yes. Q15: T700: Does the reference to the "Upgrade System Power" that is cited upon page 3 of the SOO apply only to the Control and Data Acquisition System or are updates to the test cell power distribution system also required. A15: Minimum requirement is to upgrade system power for the following: ADAS, Data reduction system, display and control system as per page 2 of the SOO. Q16: T700: Proposed use of the Cell #2 water tower suggests that the USCG is willing to consider conversion from an air dynamometer to a waterbrake or eddy current dynamometer system. If so, is there a reason to convert to a dynamometer system other than air? A16: Operational reliability and cost. Q17: T700: Will the government make available to the contractor baseline correlation data from the GE performance run for the T700 engine for the purpose of final correlation of this test cell? What T700 engine model is the "Gold" correlation engine? May the contractor discuss the status of this "Gold" engine with the GE performance department? A17: Baseline data will be provided. Currently using new T700-401C engine as gold engine. Q18: T700: What type of engine start system is currently used? What is its condition? A18: Currently uses facility air; condition is poor. Q19: T700: Should modifications or improvements be made to the test cell fuel delivery system? A19: Yes, from Main fuel pump to Test Cell system to include alarm circuits and Fuel metering and control systems. See pg 17 of SOO. Q20: T700: What is the condition of the air dynamometer? Who is the air dynamometer vendor? A20: Dyno condition is poor and requires replacement. Manufactured by Northern Research Corp. Q21: T700: Are the technical publications that are referenced within the SOO available for review during the Industry Day? A21: Because of proprietary restrictions, all publications need to be obtained independently or USCG can provide after award of contract. See pg 4 and 5 of SOO. Q22: Item 5.0 of the Proposal Submittal Instructions section, within the Instructions-Evaluation Criteria document references a Section C. However, Section C is not defined or specified anywhere else within the solicitation documents. Please clarify the purpose and requirement for Section C. A22: Section C refers to the Uniform Contract Format (UCF), where Section C is Description/Specifications/Statement of Work. UCF is not required for this procurement; however, Description/Specifications/Statement of Work does.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/DHS/USCG/USCGARSC/HSCG38-10-R-410009/listing.html)
- Place of Performance
- Address: United States Coast Guard Base, 1664 Weeksville Road, Elizabeth City, North Carolina, 27909, United States
- Zip Code: 27909
- Zip Code: 27909
- Record
- SN02005085-W 20091119/091117235135-a0db132a38f24c3adcc0eb7715cf8537 (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 |