Accessibility Information

Users of assistive technologies such as screen readers should use the following link to activate Accessibility Mode before continuing: Learn more and Activate accessibility mode.

Repair/Overhaul Fuel Computers

Solicitation Number: HSCG38-08-Q-101001
Agency: Department of Homeland Security
Office: United States Coast Guard (USCG)
Location: Commanding Officer, USCG Aviation Logistics Center
  • Print
:
HSCG38-08-Q-101001
:
Award
:
May 5, 2008
:
HSCG38-08-D-101006
:
$323,579.00
:
1-8
:
Honeywell International Defense & Space
:
1300 W. Warner Road, PO Box 22200
Tempe, Arizona 85285-2200
United States
:
Added: March 17, 2008
This is a combined synopsis/solicitation for the repair/overhaul of commercial items prepared in accordance with the format in 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 (HSCG38-08-Q-101001) incorporates provisions and clauses in effect through Federal Acquisition Circular 2005-24. This is limited source procurement. The North American Industry Classification System (NAICS) Code is 336412 and the small business size standard is 1,000 employees. The contract will be awarded using simplified acquisition test program procedures in accordance with FAR Part 13.5. The contract will be awarded as a firm-fixed price requirements contract. The award will be in accordance with FAR 6.302-1. The USCG intends to negotiate and award this contract with a Base Period from contract award through 30 September 2008 and a One-Year Option Period from 1 October 2008 through 30 September 2009 to the authorized Original Equipment Manufacturer (OEM), repair center, Honeywell International, Tempe, AZ or any source who can obtain adequate technical data, parts, tooling and fixtures to meet the OEM?s specifications. Quantities listed below are estimated requirements for each contract year. The anticipated award date is 1 May 2008. All CLINs specified below are Flight Critical parts.

CLIN 1: NSN: 2920-01-444-8892; P/N 2117406-6 or 2117406-5; NOMEN: APU Elec. Control; Base Period ? Qty 7 ? Option Period ? Qty 7.



CLIN 2: No Fault Found: NSN: 2920-01-444-8892; P/N 2117406-6 or 2117406-5; NOMEN: APU Elec. Control; Base Period ? Qty 1 ? Option Period ? Qty 1.



CLIN 3: NSN: 2840-01-HR1-6717; P/N 2101484-13; or NSN: 2915-01-HS1-4100; P/N 2101484-9; NOMEN: Elec. Fuel Computer; To be Modified to NSN: 6610-01-457-1839; P/N 2101484-14; Base Period ? Qty 7 ? Option Period ? Qty 4.



CLIN 4: No Fault Found: NSN: 2840-01-HR1-6717; P/N 2101484-13; or NSN: 2915-01-HS1-4100; P/N 2101484-9; NOMEN: Elec. Fuel Computer; To be Modified to NSN: 6610-01-457-1839; P/N 2101484-14; Base Period ? Qty 1 ? Option Period ? Qty 1.



CLIN 5: NSN 6610-01-457-1839; P/N 2101484-14; NOMEN: Elec. Fuel Computer; Base Period ? Qty 25 ? Option Period ? Qty 25.



CLIN 6: No Fault Found: NSN 6610-01-457-1839; P/N 2101484-14; NOMEN: Elec. Fuel Computer; Base Period ? Qty 1 ? Option Period ? Qty 1.



CLIN 7: NSN 6625-01-074-5309; P/N 2101714-1-1; NOMEN: Synchronizer; Base Period ? Qty 10 ? Option Period ? Qty 10.



CLIN 8: No Fault Found: NSN 6625-01-074-5309; P/N 2101714-1-1; NOMEN: Synchronizer; Base Period ? Qty 1 ? Option Period ? Qty 1.



Interested parties may submit a proposal, which shall include a performance work statement, performance metrics and incentives program, identification of key personnel, quality certifications, and past performance. The price proposal is to include a firm-fixed price for each CLIN item for the following contract periods: Base Period (anticipated date of award 1 May 2008 thru 30 September 2008); Option Period (1 October 2008 thru 30 September 2009). The price proposal should include sufficient detail to allow for complete evaluation, e.g. work breakdown, structure, material description, prices, labor categories, rates and hours and data availability.



U.S. COAST GUARD, HU-25 ELECTRICAL COMPONENTS REPAIR, STATEMENT OF WORK:



INTRODUCTION: The purpose of this Statement Of Work (SOW) is to define the tasks to be performed for the Repair of Honeywell designed ATF3 engine electrical LRU?s/Components installed in the Coast Guard Fleet of HU-25 Aircraft. This SOW outlines the tasks and services that will be performed for the Coast Guard by a contractor under this program.



SCOPE OF WORK: The contractor shall perform the scope of work identified below on repairable items returned to the contractor exhibiting normal wear and tear that is common to the operating environment and usage of the item: a) Test Only (No Fault Found) b) Repair c)Modification



OBJECTIVE: The objective of this program is for the contractor to provide all resources required to accomplish the test, repair and modification of the items identified in this SOW within a required delivery turn time of less than 180 days. This includes repair labor, test labor, materials, and other direct/indirect costs.



REPAIR CONTROL: The contractor shall be responsible for establishing an internal monitoring system to ensure repairable items are tracked and repaired in a timely manner. The contractor has a required delivery of 180 calendar days for turn-around time (TAT). The TAT begins after receipt of the repairable item and purchase order/delivery order authorization at contractor?s facilities. The repair time starts upon the latter of receipt of the item at contractor?s dock or receipt of the contractual authorization. If upon receipt, the item is missing the PO/DO, the contractor shall immediately advise the Contracting Officer via FAX or E-mail. Upon receipt of the missing PO/DO, the TAT clock will commence and the contractor will immediately begin performance of work. The TAT clock will stop should the following situations arise: (a) Item exceeds "Order Limitations for Maximum Order" as per FAR clause 52.216-19; (b) Receipt of Items missing subassemblies; (c) Items deemed BER; (d) Request for Engineering Analysis. (This needs to be discussed/clarified); (e). Awaiting Price Approval for work performed outside the scope of this SOW, such as over and above performed work-scope; (f) Notification by the Contracting Officer to cease work until authorized to continue; (g) Awaiting approval for Class I Changes (Class 1 changes are Blue print design changes that affect fit, form or function.); (h) Unusual damage induced by the Coast Guard; (i) Foreign Object Damage (FOD); (j) Obsolescence Issues. The Repair TAT ends when the item is placed in the possession of the designated Freight carrier at contractor?s facility and ships from that location to the Coast Guard?s designated facility. The contractor is granted Material Review Board (MRB) authority for this Repair Program. The contractor is authorized to incorporate Class II changes, which have no effect on form, fit or function without authority from the Coast Guard. (Class II changes are minor changes that do not affect fit, form or function.) Storage ? Items shall be handled and stored in accordance with ?Best Commercial Practices? without any increase in price and in such a manner to prevent damage and/or theft.



Items Received in an Abnormal Condition: (a) should an incoming shipment bear evidence of shipping damage, the contractor shall immediately notify the Coast Guard Contracting Officer via e-mail or fax and await disposition instructions from the Contracting Officer. Such Item(s) is/are not subject to the TAT until a new start TAT clock is started; (b) if an item is received at contractor?s repair facility in an incomplete condition, a Report of Discrepancy (ROD) in the contractor?s format will be filled out and forwarded to the Coast Guard Contracting Officer. Such Item is not subject to the TAT until a new start TAT clock is started; (c) if an item is received at contractor?s facility, which is not determined to be in a Beyond Economical Repair (BER) condition and/or Beyond Physical Repair (BPR) condition as defined below; the Coast Guard Contracting Officer must be notified in writing immediately after the BER/BPR condition is identified; (1) Beyond Economical Repair (BER) ? An individual repair that will cost more than 75% of a new replacement unit; (2) Beyond Physical Repair (BPR) ? An item received for repair that is non-reparable; (d) In the above situations, no further repair action will be taken and the unit in question is to be put in the bonded storeroom for safe keeping until written authorization to proceed or disposition instructions are received from the Coast Guard Contracting Officer; (e) Test After Repair ? The contractor shall use the Repair Acceptance Test Procedure that was developed to the test the Item to assure serviceability of the repaired item. The contractor?s inspector will witness the test and shall certify the acceptance of the repaired item by entering his name and/or stamp and date in appropriate blocks of the repair action document. The contractor shall issue a FAA 8130-3 Flight Worthiness Document for each repair; (f) Identification and Condition Code Tags ? Ready-For-Issue (RFI) or not Ready-For-Issue (NRFI) tags will be completed and attached to the repair item. The same data will be shown on the accompanying packing list. The tag will reflect the part number of the Item after repair, and conformance to repair requirements certified by the contractor?s quality inspector; (g) Inspection Test Records ? The contractor shall keep and maintain proper and adequate inspection, test and related records, including certificate of Conformance (COC) and repair action document; (h) Obsolescence Management ? Coast Guard acknowledges that some items on this contract may be at risk for obsolescence. The contractor will entered into this contract subject to commercial availability of component parts in the market at reasonable prices to complete orders under this contract; (1) If, during the manufacture or repair process, the contractor becomes aware that required component parts are no longer available, the contractor is authorized to immediately stop work and notify the Contracting Officer of the obsolescence factors; (2) If the Contracting Officer determines that the item is still required and so notifies the contractor, the contractor will investigate alternate sources within the industry for compatible replacement parts that meet contractor?s Quality System Requirements and do not modify form, fit, or function of the end item; (3) In some cases, out of manufacture parts may be available on the market from distributors or surplus dealers who have made life time buys at the time of last manufacture. In such cases, distributors and dealers, to account for the risk of holding out of manufacture parts, often escalate prices substantially. The Contracting Officer agrees price impacts due to obsolescence shall be a basis for equitable adjustment of contract price and that the contractor will promptly submit a proposal with supporting information for required contract changes; (4) if a suitable replacement component is not found, the contractor will so notify the Contracting Officer. The Contracting Officer agrees to terminate for convenience without penalty that portion of the contract affected by obsolescence; (5) as an alternative to termination for convenience, the contractor will, at the Contracting Officer's request, submit a quotation to perform an obsolescence review of the subject product. Upon approval or agreement on the obsolescence review, the contractor, if directed by the Contracting Officer, shall provide the Contracting Officer with a proposal for the effort required updating the production in order to fulfill the contract; (6) as of the date of the Contracting Officer notice of obsolescence factors on an item, without penalty delivery date will be suspended and re-established by mutual agreement upon resolution of obsolescence problem.



(7) Partial Refresh- The contractor agrees to submit a cost proposal along with supporting information to the Contracting Officer for any item that is a candidate for a "Partial Refresh". The primary purpose of a "Partial Refresh" is to improve the reliability and repair turn around. If the cost proposal for the partial refresh is acceptable the Contracting Officer may elect to modify this contract; (i) the contractor shall promptly notify the Coast Guard?s Contracting Officer of any condition that could have potential or actual negative impact on the contractor?s performance under this multi-year Repair Program; including, but not limited to, closing or moving of facilities, loss of key personnel, work stoppages/strikes, capacity issues as the result of other customers and material supply issues; (j). Service Bulletins: All new service bulletins shall be identified to the Contracting Officer. Upon receipt of notification from the Contracting Officer that a service bulletin is required, the contractor will submit, within thirty calendar days after receipt of the notification, a firm-fixed price proposal. The proposal will contain supporting pricing information. Upon agreement of a FFP, the Contracting Officer will issue a contract modification to incorporate the service bulletin. Service bulletins created and incorporated during performance of this requirement may create new part number configurations, which supersedes the previous configuration. In cases where the old configuration cannot be modified to the new, the new part number may be added to this contract. When service bulletin incorporation changes the Contract Line Item Number (CLIN) part number, the new part number shall be added to the contract. The same procedures apply if removal of service bulletins is required.



PRESERVATION, PACKAGING AND INSPECTION /ACCEPTANCE INSTRUCTIONS: (a) Standards ? Preservation and packaging shall be in accordance with good commercial practices for air/sea freight, unless otherwise required. Components will be hermetically sealed in anti-static plastic with desiccant to maintain humidity levels at 10% or less. They will be packaged in a sealed container with solid core, form-fitting foam, and a minimum of 2.5 inches thick on all surfaces. The use of chipped foam, Styrofoam "peanuts", shredded paper, or other similar material is not acceptable. The packaging will provide protection to components during normal ground or air transportation and during storage in a climate controlled facility for up to 2 years; (b) Markings ?Each package shall be individually labeled on the outside with the NSN, P/N, S/N, Contract/Delivery order number, Line Item Number, Quantity, Nomenclature, date repaired/remanufactured and with shipping and transportation /traffic information. Labeling data shall be attached to the outside of the shipping container. If an item is delicate it will be marked accordingly. During "AOG" situations, the shipping container will display highly visible lettering on the outside of the container; (c) Inspection and Acceptance- Inspection of material shall be performed by FAA 8130-3 Airworthiness tag and Certificate of Conformance (COC). Acceptance of material shall be performed by COC. Material is deemed accepted by the date of the Certificate of Conformance signature. See paragraph 6(a) for FAA 8130-3 Airworthiness tag and COC submission requirements. All items for each year are deemed flight critical in USCG missions.



DELIVERY MATERIAL INSPECTION AND RECEIVING REPORT: (a) Packing Slip- At the time of each delivery of supplies or services under this contract, the contractor shall prepare and furnish to the Government a properly completed packaging slip. The packaging slip shall include the following information: 1) National Stock Number, 2) Part Number, 3) Nomenclature, 4) Serial Number, 5) Delivery Order Number, 6) Line Item Number, and 7) Quantity. One copy of the packaging slip, Certificate of Conformance (COC) and the FAA 8130-3 Airworthiness Tag shall be submitted with the shipment and shall be attached to the outside of the shipping carton. One copy of the FAA 8130-3 Airworthiness tag and Certificate of Conformance (COC) shall be attached to the original invoice when submitted to the payment office. Failure to do so will result in either nonpayment or a delay. (b) Delivery Instructions: F.O.B. shall be contractor?s repair facility, Tucson, AZ. The required delivery shall be one hundred eighty (180) days after receipt of material (ARM). Each item will be shipped when available for shipment.



SPECIAL CONTRACT REQUIREMENTS: (a) GOVERNMENT PROPERTY FURNISHED FOR REPAIR: Failure of the Government to furnish such items in the amounts or quantities described in the Schedule of Supplies/Services as ?estimated? or ?maximum? will not entitle the contractor to any equitable adjustment in price under the Government Property clause of the contract; (b) VALUE OF GOVERNMENT PROPERTY: In accordance with FAR 45.505-2(b)(2), the value of government property to be shipped under this contract is as follows:



Item 1, 2 & 3 APU Elec.Control P/N 2117406-6 / -5 $7,251.00 each

Item 4, 5 & 6 Elec. Fuel Computer P/N 2101484-13 / -14 $34,620.00 each

Item 7 &8 Synchronizer P/N 2101714-1-1 $9,883.00 each



(c) GOVERNMENT FURNISHED PROPERTY: The following Government property is located at Honeywell International. It was previously furnished under purchase order DTCG38-02-P-100154.



NOMENCLATURE PART NUMBER VALUE

UNIT, MONITOR 2101602-1 $16,411.00



The Contractor is authorized the use of the Government Furnished Property (GFP), but is not empowered to repair or cause to have repaired this item. The contractor shall notify the Contracting Officer if the item becomes inoperable. The Contracting Officer shall provide disposition instructions. At the conclusion of the contract, the Contractor shall request GFP disposition instructions from the Contracting Officer.



d) CONTRACTOR VERIFICATION OF RECEIPT OF REPAIRABLE ITEMS: Upon receipt of the items, the contractor shall notify the contracting officer in writing, providing the following information: (1) date component(s) received; (2) confirmation of the part number and serial number. (3) Any discrepancies of the contract/order and the material received. Notification via facsimile is acceptable. {Fax No. (252) 334-5427}; (e) WAGE DETERMINATION: 1994-2023, Revision 31 dated 23 May 2006 is incorporated in this contract and is includes as Attachment 1 of this contract.



SEE PART 2 CONTINUATION, HSCG38-08-Q-101001A

Added: May 05, 2008 2:06 pm
Repair of Engine Electronic Components (EEC), fuel computers.
:
HU25, HH65, H60J, C130, ESD, C130J, IOD or ALD Support
Elizabeth City, North Carolina 27909-5001
United States
:
Kia O Riddick,
HU25 Contract Specialist