Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF FEBRUARY 16, 2012 FBO #3736
SOLICITATION NOTICE

16 -- Overhaul of MH-60 Gearboxes

Notice Date
2/14/2012
 
Notice Type
Presolicitation
 
NAICS
336413 — Other Aircraft Parts and Auxiliary Equipment Manufacturing
 
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
HSCG38-12-Q-S00057
 
Archive Date
3/29/2012
 
Point of Contact
Nancy F DeBerry, Phone: 252-335-6642, Tammy Bunting, Phone: 252-335-6815
 
E-Mail Address
nancy.deberry@uscg.mil, Tamela.S.Bunting@uscg.mil
(nancy.deberry@uscg.mil, Tamela.S.Bunting@uscg.mil)
 
Small Business Set-Aside
N/A
 
Description
This announcement constitutes the only solicitation; quotes are being requested and a written solicitation will not be issued. Solicitation number HSCG38-12-Q-S00057 is issued as a Notice of Intent to issue a firm-fixed priced delivery order utilizing the terms and conditions of Basic Ordering Agreement (BOA) SPRPA1-11-G-0001Y with Sikorsky Aircraft Corporation, the Original Equipment Manufacturer (OEM) for purchase of the items listed below. The applicable North American Industry Classification Code is 336413. Firm-fixed prices are required for overhaul of the following components. Input Module, NSN 1615-01-527-8175, P/N 70351-08001-050, one (1) each. Input Module, NSN 1615-01-353-3825, P/N 70351-08001-049, two (2) each to be overhauled and modified to NSN 1615-01-527-8175, P/N 70351-080001-050. Input Module, NSN 1615-01-230-6218, P/N 70351-08001-046, one (1) each to be overhauled and modified to NSN 1615-01-527-8175, P/N 70351-080001-050. Tail Rotor Gearbox, NSN 1615-01-372-5467, P/N 70358-26600-045, two (2) each. Statement of Work (SOW) This SOW provides for the overhaul to like new condition of Input and Tail Rotor Gearboxes specified herein for the Coast Guard's MH-60J/T aircraft and also includes modification of input modules within the firm-fixed prices for overhaul. The gearboxes will be furnished to the contractor at the prices established for award for overhaul and modification. This information contained in the scope or work is not intended to be all-inclusive or detract from procedures outlined in the original equipment manufacturer (OEM) specification except where noted herein. Components furnished hereunder shall be returned from the contractor in an airworthy condition and in all respects suitable for installation in USCG aircraft and will be capable of performing their intended service lives or tours. Certification and documentation requirements apply. The contractor shall provide all necessary parts, material, labor, tooling repair manuals, test equipment and facilities to evaluate, overhaul and modify the gearboxes as necessary to conform to the requirements of this SOW at the firm-fixed prices established at award. The contractor shall provide the data and documentation requirements specified as part of this SOW. The work shall be in accordance with OEM specifications. The contractor must have access to all necessary maintenance manuals and performance/test/acceptance criteria and data to ensure that equipment is overhauled/modified, calibrated and operating in accordance with all current OEM specifications or applicable manuals in effect on the date of award. The OEM is Sikorsky Aircraft Corporation, Stratford, CT. The contractor shall perform a visual and technical inspection in accordance with the current applicable Component Maintenance Manual and correct all additional deficiencies found. This shall include replacement of broken parts and the removal of foreign matter or corrosion. Coast Guard aircraft operate primarily in a saltwater environment and are subject to corrosion. Corrosion is expected on equipment to be overhaul/modified under the resulting order. During inspection and functional test, the presence of corrosion shall constitute reason for a more thorough disassembly and inspection. Should corrosion be found, disassembly shall be made only to the extent necessary to remove corrosion or replace part(s) affected. Corroded parts shall be replaced except in those cases where removal of corrosion from a part will not impair efficiency or safe operation of the part. Corrosion removal and treatment of affected areas shall be accomplished in accordance with OEM's current specifications and drawings or best commercial practices if not addressed by the OEM. Parts of a component found to be in a serviceable condition as a result of inspection and functional test shall be reused. Parts found to be damaged beyond economical repair (BER) shall be replaced with parts that meet the current overhaul manual specifications and drawings. A list of all replacement parts shall be provided for each component. The contractor shall maintain a copy of replacement part certification documentation for inspection by the Government for a minimum of 24 months after delivery. A DD Form 1577-2, Unserviceable Tag-Material, or a CG-1577-A(11-90), Unsatisfactory Report Tag, will be attached to each Not-Ready-For-Issue (NRFI) component describing faults. The gearbox elevation shall be overhauled to correct specific fault(s) identified. Gearboxes are flight critical and are serial number tracked. Serial numbers for these items are entered into the Coast Guard's Aviation Computerized Maintenance (ACMS) for tracking upon receipt at ALC. Upon receipt of the gearboxes, the contractor shall notify the Contracting Officer, MRR Supply Division, in writing of the date of receipt, and shall confirm the serial number(s) of the item(s) received and the applicable task order number. Notification by email to Nancy.Deberry@uscg.mil or by facsimile to (252)335-6790 is acceptable. The contractor's responsibilities within ACMS consist of submission of required forms as outlined herein. Serial number tracked components are shipped to the contractor's facility with a Significant Component History Report (SCHR) and a Component Repair Record (CRR). The contractor shall review the component's SCHR prior to induction for the total number of hours installed since last overhaul. If the installed hours are less than 200, the contractor shall so notify the Contracting Officer in writing for additional instructions and SHALL NOT proceed without Contracting Officer's approval. The contractor shall also verify the SCHR and CRR and ensure the documents correspond to the gearbox part number and serial number. All discrepancies shall be reported to the Contracting Officer prior to the commencement of work. The contractor shall complete the CRR. One copy shall be packed with the component and one copy to the on-site FSR and one copy to Betty Tadlock at Betty.L.Tadlock@uscg.mil. The contractor shall maintain a copy of each CRR for a period of ninety (90) days. At the time of each delivery, the contractor shall prepare and furnish to the Coast Guard a properly completed DD Form 250, Material Inspection and Receiving Report (MIRR). The DD Form 250 shall include the following information: National Stock Number, Part Number, Nomenclature, Serial Number, Contract Number, Task/Delivery Order Number, Line Item Number and Quantity. One copy of the packing slip shall be submitted with the shipment and shall be attached to the outside of the shipping container. Packaging Instructions 1. USCG Aviation Logistics Center is a supply depot; therefore, material will be stored and transshipped to various users. The container shall be packed and labeled suitable for shipment via land, air or sea. 2. Packaging material shall not consist of the following: popcorn, shredded paper, Styrofoam of any type, or peanut packaging. 3. Each part shall be individually packed in a separate envelope, box, carton or crate. 4. Each individual container shall be labeled on the outside with National Stock Number, Part number, serial number, quantity, nomenclature, delivery order number, and delivery order line item number. 5. Packing list and certification/documentation shall be placed on the outside of individual containers. 6. The internal packing material shall be sufficient to prevent damage during shipment, handling and storage. Preservation and protection shall be provided to prevent corrosion, deterioration or decay during warehouse storage for a period of one year. Delivery shall be to Commanding Officer, Aviation Logistics Center, Elizabeth City, NC 27909. Inspection and acceptance shall be performed by Defense Contract Management Agency (DCMA) representative at contractor's facility in accordance with the terms and conditions of the BOA. Additionally, inspection and acceptance may be performed at destination by ALC's quality assurance representative in accordance with ALVINST 4855.4, Policy and Quality Assurance Procedures for Receipt of New, Repaired and Overhauled Items from Vendors, dated Aug 15, 2008. The Coast Guard does not own nor can it provide drawings or specifications for these items. Offerors, other than the OEM, must provide a Certificate of Conformance and components must be traceable to the OEM. The Coast Guard intends to negotiate with the OEM, Sikorsky Aircraft Corporation as the only NAVICP-PICA approved source of supply. Offerors, other than the OEM, must possess NAVICP-PICA approval as an approved source of supply and must provide proof of such prior to award. Offerors who are not NAVICP-PICA certified will be considered non-responsive. Information regarding NAVICP-PICA approval may be obtained from the following website: http://www.navicp.navy.mil/sabs/sas/sascover.htm. Offers may be submitted on company letterhead indicating nomenclature, part number, unit price and extended price for the items offered, Fob point, any discounts for prompt payment and business size and any other minority classification. A company representative authorized to bind the company must sign the offer. Closing date and time for receipt of offers is 14 March 2012 at 10:00 am, EST. All responsible sources may submit an offer which will be considered by the Agency. Anticipated date of award is on or about 15 March 2012. Offers should be submitted electronically to Nancy DeBerry, Contracting Officer at Nancy.Deberry@uscg.mil. Facsimile offers are acceptable and may be forwarded to (252)335-6790. Notice for Filing Agency Protests United States Coast Guard Ombudsman Program It is the policy of the United States Coast Guard (USCG) to issue solicitations and make contract awards in a fair and timely manner. The Ombudsman Program for Agency Protests (OPAP) was established to investigate agency protest issues and resolve them without expensive and time-consuming litigation. OPAP is an independent reviewing authority that is empowered to grant a prevailing protester essentially the same relief as the General Accountability Office (GAO). Interested parties are encouraged to seek resolution of their concerns within the Coast Guard as an Alternative Dispute Resolution (ADR) forum, rather than filing a protest with the GAO or some external forum. Interested parties may seek resolution of their concerns informally or opt to file a formal agency protest with the contracting officer or Ombudsman. Informal forum with the Ombudsman. Interested parties who believe a specific USCG procurement is unfair or otherwise defective should first direct their concerns to the cognizant contracting officer. If the contracting officer is unable to satisfy concerns, the interested party is encouraged to contact the USCG Ombudsman for Agency Protests. Under this informal process, the agency is not required to suspend contract award performance. Use of an informal forum does not suspend any time requirement for filing a protest with the agency of other forum. In order to ensure a timely response, interested parties should provide the following information to the Ombudsman: solicitation/contract number, contracting office, contracting officer, and solicitation closing date (if applicable). Formal Agency Protest with the Ombudsman. Prior to submitting a formal agency protest, protesters must first use their best efforts to resolve their concerns with the contracting officer through open and frank discussions. If the protester's concerns are unresolved, an independent review is available by the Ombudsman. The protester may file a formal agency protest to either the contracting officer of as an alternative to that, the Ombudsman under the OPAP program. Contract award or performance will be suspended during the protest period unless contract award or performance is justified, in writing, for urgent and compelling reasons or is determined in writing to be in the best interest of the Government. The agency's goal is to resolve protests in less than 35 calendar days from the date of filing. Protests shall include the information set forth in FAR 33.103. If the protester fails to submit the required information, resolution of the protest may be delayed or the protest may be dismissed. This will not preclude re-filing the protest to meet the requirement. To be timely, protests must be filed within the period specified in FAR 33.103(e). Formal protests filed under the OPAP program should be submitted to: Department of Homeland Security, United States Coast Guard (CG-9131) Ombudsman Program for Agency Protests 1900 Half Street, SW, Room 11-0602 Washington, DC 20593-0001 FAX: 202-475-3904 The Ombudsman Hotline telephone number is 202-372-3695
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DHS/USCG/USCGARSC/HSCG38-12-Q-S00057/listing.html)
 
Place of Performance
Address: Sikorsky Aircraft Corporation, Stratford, Connecticut, 06643, United States
Zip Code: 06643
 
Record
SN02675419-W 20120216/120215000430-9edf86aa8fd1cb6007983f1526ab5b6a (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 |
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.