THIS IS A PRESOLICITATION NOTICE ONLY AND NOT A SOLICITATION OR REQUEST FOR QUOTE (RFQ) DOCUMENT. THE RFQ/SOLICITATION PACKAGE WILL BE AVAILABLE AFTER THE CLOSING DATE OF THIS PRE-SOLICITATION NOTICE. QUOTES ARE NOT BEING SOLICITED OR ACCEPTED AT THIS TIME. CONTRACTORS SHOULD FOLLOW THE INSTRUCTIONS BELOW. THE U.S. COAST GUARD AIRCRAFT REPAIR AND SUPPLY CENTER (ARSC) INTENDS TO ISSUE A PURCHASE ORDER USING SIMPLIFIED ACQUISITION PROCEDURES FOR REPAIR OF: (1 ) EACH VERTICAL STABILIZER , PN# MY20310G01 NSN: 1560-14-477-2082 . THE ORIGINAL EQUIPMENT MANUFACTURER (OEM) IS DASSAULT AVIATION , CAGE CODE F6117 . REPAIRS ARE REQUIRED TO BE IN ACCORDANCE WITH OEM SPECIFICATION, STATEMENT OF WORK,U.S. COAST GUARD
HU25 VERTICAL STABALIZER
STATEMENT OF WORK
27 APRIL 04
1.0 BACKGROUND
The U.S. Coast Guard currently operates twenty (20) HU-25 aircraft manufactured between 1982 and 1984 by Dassault-Breguet Aviation SA-Avions Marcel. These aircraft are used differently from general aviation as HU-25 missions frequently operate within salt-laden environments. This condition accelerates the corrosive attack to the HU-25âs vertical stabilizer (P/N MY20310G01).
2.0 OBJECTIVE
2.1.1. The Coast Guardâs objective is to obtain services of a Federal Aviation Administration (FAA) authorized
repair center to effectively repair and provide a complete, ready-to-install HU-25 vertical stabilizer assembly. The repaired vertical stabilizer must meet the OEMâs critical profile and dimensions to ensure the fit to aircraft with minimal adjustment during installation. In addition, corrosion preventative steps shall be incorporated during repair.
2.1.2. The Coast Guard anticipates two levels of vertical stabilizer repair. First, a âbaseline repairâ would be required for a stabilizer that is subject to limited damage, such as exterior corrosion or impact damage and replacement of hardware and/or skin. Second, âextensive repairâ would be required for a stabilizer that is beyond the scope of a baseline repair and would include the replacement of major extrusions, i.e., fittings. The quoter shall provide a cost break down for items above and beyond a baseline repair. At a minimum, these two levels of service should be addressed in the quote. Quoters may submit additional levels of service.
3.0 To meet the Coast Guardâs objectives the quoter will be required to meet the following technical criteria:
3.1. The quoter is responsible for all necessary functions to perform services requested. This includes, but is not limited, original Manufacturerâs drawings and specifications, required tooling, test equipment, parts, material, engineering services, management, maintenance, preservation, storage, shipping, etc., to repair/overhaul vertical stabilizers.
3.2. Either possess or show ability to obtain adequate technical data, tooling and fixtures to meet the OEMâs critical profile and dimensions.
3.3. Past Performance.
3.3.1. Provide documentation for having performed repair/overhaul of similar or like items.
3.3.2. Provide Points of Contact for past performance documentation for the past two years. Include referencesâ name, company, phone number, and e-mail address
3.3.3. Provide evidence of and ability to maintain a Quality System acceptable to the Coast Guard.
3.0 APPLICABLE DOCUMENTS
The following Technical Specifications are applicable:
a. OEM :
1. MY20331-15 drawings
2. Falcon 20 Maintenance Manual , PUB: 067P, Chapters 51 and 55
3. F20/F200 Structural Repair Manual
b. CG Technical Orders Vertical Stabilizer:
1. CGTO 1U-25A-3 (Structural Repair Manual)
2. CGTO 1U-25A-4, Chapters 55 (Illustrated Parts Catalog)
e. Data Availability:
1. OEM drawings and specifications are proprietary and cannot be provided by the Coast Guard.
2. Coast Guard specific CGTOs can be acquired through the Freedom of Information Act FOIA).Submit a written request to:
Commanding Officer
Attn: ARSC FOIA Officer
United States Coast Guard
Aircraft Repair & Supply Center
Elizabeth City, NC 27909
The Coast Guard does not own nor can it obtain specifications, drawings, plans or other technical data for repair. The Statement of Work will be available as part of the Request For Quote (RFQ). Requests for specifications, drawings, etc. will be disregarded. The RFQ document, HSCG38-04-Q-100042, will be available for downloading from FedBizOps at www.eps.gov or can be obtained by faxing or E-mailing a written request to (252) 334-5427 (FAX)
[email protected] (e-mail address). Contractors shall be able to download, print, and E-mail the RFQ from the FedBizOps website. The RFQ/solicitation will be available for download after the closing date (Due Date or Response Date shown above) with an anticipated award date of May 18/2004. This date is approximate and not exact. Contractors are encouraged to register and use FedBizOps and can call Jim Lassiter, Purchasing Agent at (252) 335-6143 for assistance. The North American Industry Classification Standard (NAICS) is 336413 and the size standard is 1000 employees to classify as a small business. This is an unrestricted procurement. All responsible sources may submit a quotation which shall be considered by the agency. Sources must have valid Cage Codes and DUNs Numbers or have the ability to obtain one. Quotes may be F.O.B. Origin or F.O.B. Destination(F.O.B. Destination is preferred) and will be evaluated on the basis of best value to the government considering technical acceptability, price, delivery and past performance and quality. Desired delivery 45 days after receipt of material, required delivery date is 60 days after receipt of material. Packaging instructions will be specified in the RFQ/solicitation. Delivery shall be to U.S.C.G. Aircraft Repair and Supply Center, Elizabeth City, NC 27909 Attn: Receiving and/or Quality Assurance Section. ATTENTION: Minority, Women-owned and Disadvantaged Business Enterprises (DBE's)! The Department of Transportation (DOT) Short Term Lending Program (STLP) offers working capital financing in the form of lines of credit to finance accounts receivable for transportation related contracts. Maximum line of credit is $500,000 with interest at the prime rate. For more information on the STLP, call 800-532-1169 or Internet Address http://osdbuweb.dot.gov. See Note 26.
Bid Protests Not Available