HC-144 GE CT7-9C3 Engine Repairs
Department of Homeland Security, United States Coast Guard (USCG) | Published June 25, 2015 - Deadline July 31, 2015
This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in FAR Subpart 12.6 and as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; proposals are being requested and a formal solicitation will not be issued.
Solicitation number HSCG38-15-R-010001 is assigned to this procurement for tracking purposes only and is issued as a Request for Proposal (RFP). This solicitation is being advertised as a Sole Source (Limited Sources) acquisition. The Original Equipment Manufacturer (OEM) is General Electric (GE) Aviation Division CAGE: 062W2. Award will only be made to a vendor certifying they have access to all the required documentation and possess the technical capabilities to perform the repairs for the GE CT7-9C3 engine and components.
Any offeror submitting a proposal must be registered within the System for Award Management (SAM). The award will not be delayed in order to allow a vendor time to register in SAM. Award will be made to the offeror who meets all the criteria contained within this solicitation and associated attachments. Proposals will be evaluated using the best value trade-off process. Offerors must have possession of, and be legally entitled to, all the required documentation and have the certified technical capabilities to perform the repairs for the GE CT7-9C3 engine and components.
This requirement will be satisfied using commercial acquisition procedures specified in FAR Part 12 in conjunction with FAR 15.303 Source Selection and FAR 15.404 - Proposal Analysis. Award will be made to the offeror who provides the Best Value to the Government. Best Value means that an offeror with a higher priced proposal could receive this award if it is determined to be more advantageous to the Government.
The incorporated clauses and provisions are those in effect through Federal Acquisition Circular 2005-82. The North American Industry Classification System Code is 488190. The small business size standard is $32.5 million.
The US Coast Guard intends to award an Indefinite Delivery Requirements contract with a two year base period and three one-year option periods. Firm Fixed Price task orders will be issued for each repair. Anticipated award date is September 30, 2015; however, this is an estimate and not an exact date. All responsible sources are encouraged to submit a proposal which will be considered by the agency. Only one award will be made from this solicitation. All proposals must contain pricing for the two year base period and the three option periods. Any proposal that does not contain pricing for all contract periods and for all line items may be considered non-compliant and may be eliminated from further consideration.
See the (Attachment 1) file marked "HSCG38-15-R-010001 Schedule" for a complete list of the components and estimated quantities required for each contract period. All proposals shall utilize this attachment for submission of pricing for each line item and shall be for the part numbers and National Stock Numbers (NSN) listed in the Schedule.
Orders under this contract may be issued via e-mail or facsimile.
Required delivery is 120 days after receipt of item or sooner.
All repairs shall be completed in accordance with the Statement Of Work (SOW). Drawings or specifications are not available and cannot be furnished by the Government. F.o.b. Destination is requested for all deliverables. All components will be shipped to the USCG Aviation Logistics Center (ALC), Bldg 63, Elizabeth City, NC 27909. Inspection and acceptance will be performed by ALC Quality Assurance personnel to ensure repairs are in conformance with the OEM specifications.
PROPOSAL SUBMISSION INSTRUCTIONS
Proposals should be submitted with the following guidance:
• Proposals shall be mailed to the following address:
USCG Contracting Officer - MRS Product Line
1060 Consolidated Road
Elizabeth City, NC 27909-5001
Attn: Mr. David Tanner
• One original proposal with technical and price combined and two (2) copies of the proposal with technical separate from pricing shall be submitted.
• Proposals, excluding pricing and cover sheets of all OEM Manuals, Component Maintenance Manuals (CMM), revisions, temporary revisions, service bulletins, modifications, amendments, including Contractor specifications and procedures applicable to be used for the inspection and repair of the Coast Guard HC-144 CT7-9C3 engine listed components, shall not exceed 20 pages. All documents shall be printed double sided. Font size shall not be less than 11 points.
• Sales brochures, mass-produced company literature, informational CDs, etc. shall not be submitted.
• Proposed dollar amounts should be rounded to the nearest dollar and in U.S. Currency.
Questions regarding this solicitation should be submitted in writing to David.E.Tanner@uscg.mil
STATEMENT OF WORK
1. BACKGROUND
1.1 The United States Coast Guard (USCG) currently operates eighteen (18) HC-144A Maritime Patrol Aircraft each powered by two CT7-9C3 turboprop engines. The aircraft is manufactured by AIRBUS MILITARY (formerly EADS CASA) in Seville, Spain. The CT7-9C3 turboprop engines are manufactured by General Electric, Aviation Division of Lynn, MA, USA, Original Equipment Manufacturer, (OEM). While the base CASA CN-235-300M aircraft provides the foundation for the USCG HC-144A, changes to the base aircraft configuration and the addition of supplementary systems have been combined resulting in a CG01 version of the CN-235-300M.
1.2 This Maritime Patrol Aircraft (MPA) is operated differently from general aviation in support of USCG search and rescue missions, as well as surveillance and reconnaissance missions. USCG HC-144A missions require frequent operation at lower altitudes and in salt-laden environments. These environments accelerate corrosion on airframe structures, engines and components of the aircraft. The aircraft and its components are inspected by USCG personnel In Accordance With (IAW) the OEM periodic requirements and in conjunction with the USCG's specialized Asset Computerized Maintenance System (ACMS).
2. SCOPE
2.1 The scope of this SOW is to obtain repair services for the General Electric (GE) CT7-9C3 turboprop engine power units, modules, and components, listed in the Schedule on an "as required" basis.
2.2 Levels of Repair shall be defined as:
a. Major Repair -- A "Major" repair consists of a minor repair and the complete disassembly of the engine and inspection of modules as required by Small Engine Instruction (SEI)-576/578 returning the engine to service. The Contractor must review and be in compliance with required service bulletins and Airworthiness Directives (AD), re-assembly of the engine, test and prep-to-ship.
b. Minor Repair -- A "Minor" repair consists of removal of the hot section module, Power Turbine (PT) Module and Accessory Gearbox (AGB). The hot section module and PT module shall be inspected and repaired as required by SEI-576/578. The AGB shall be inspected for obvious damage/defects as required by SEI-576/578. Bore Scope Inspection (BSI) shall be performed on the compressor rotor/stator. Compressor case half shall be removed as required addressing any findings identified during the bore scope inspection. The cold section will be held for re-assembly of the engine. The contractor shall review and be in compliance with required service bulletins and airworthiness directives, re-assembly of the engine, test and prep-to-ship.
c. Test Teardown and Evaluation (TT&E) -- Based on the removal cause and/or time on the engine, a full BSI may be performed to determine the condition of the engine. If the BSI does not accurately determine the condition of the engine, half-casing the compressor may be required for a more detailed inspection. If the removal cause and/or times on the engine were a concern, the engine will be disassembled to module level. If the Government chooses to continue with the contractor for repairs, the cost of TT&E will be included in the repair cost. The Contractor shall submit in writing or via email to the Contracting Officer a proposal for a Minor or Major repair. If approved by the Contracting Officer, a modification will be issued.
d. Performance Run-- Requires ONLY a visual and bore scope inspection (no Teardown) if no discrepancies exist, then complete a Test Cell performance run and provide the findings to the USCG Contracting Officer. If the engine or PGB is found to be in serviceable condition IAW OEM testing specifications, the contractor shall return it to the USCG with an FAA authorized airworthiness form attached.
2.3 Repair of listed GE components must be accomplished In Accordance With (IAW) the OEM specifications. This SOW establishes the minimum USCG requirements necessary for repairs of the engine power units, modules, and components and is not intended to be all inclusive, nor detract from the procedures outlined in the manufacturer's drawings, manuals, specifications, and service bulletins. USCG configuration control requires that applicable service bulletins and modifications for all ACMS tracked engine power units, modules, and components not previously configured, shall not be incorporated without prior written approval from the USCG Contracting Officer.
2.4 Designated Engineering Representative (DER) repairs: DER repair procedures may be authorized by the USCG Contracting Officer on a case-by-case basis after review by the USCG Engineering Officer. The contractor shall submit a complete technical package to the USCG Contracting Officer for approval showing the proposed DER repair procedure on an FAA form 8110-3 which shall meet the OEM operational requirements. This information will not be released outside of the Government.
2.5 The Contractor shall be responsible for all necessary functions to perform services requested. This includes, but is not limited to, required tooling, manuals, test equipment, parts, material, engineering services, management, maintenance, documentation, preservation, and shipping of the CT7-9C3 engine power units, modules, and components.
2.6 Test cell runs must be accomplished on test cells certified as correlated to the CT7-9C3 engine OEM test cells.
2.7 The contractor shall track and document for USCG specialized ACMS and Significant Component History Reports (SCHR) the necessary calendar time, flight time, and appropriate flight cycle requirement for the CT7-9C3 engine power units, modules, and components which must be accomplished to maintain the integrity of any OEM high-time hourly intervals and life cycle limits.
2.8 The contractor shall maintain a current list and status of all OEM Component Maintenance Manuals (CMM), Shop Manuals(SM) including Revisions (Rev), Temporary Revisions (TR), Service Bulletins (SB), Modifications (MOD), Amendments (AMD) or other specifications applicable to the overhaul, repair and modification of the USCG CT7-9C3 engine power units, modules, and components. The contractor shall be on the regular distribution with the OEM for automatic notifications of updates for all the above data.
2.9 The contractor shall establish and provide a warranty plan to ensure that all replacement parts and services are covered by warranty. The warranty plan shall provide a warranty repair process such as procedures for processing, length of warranty from time of service, shipping instructions and a point of contact (POC) between the contractor and the USCG. All warranty discrepancies shall be corrected within six months. Aircraft On Ground (AOG). The contractor shall expedite the repair and return of the required components in accordance with the established AOG plan.
3. CONTRACT REQUIREMENTS
3.1 The contractor shall be a Federal Aviation Administration (FAA) Part 145 authorized repair center or European Aviation Safety Agency (EASA) certification equivalent to effectively inspect, test, troubleshoot, clean, and repair GE CT7-9C3 engine power units, modules, and components to current OEM configurations while maintaining any USCG specific requirements for return to service in a Ready For Issue (RFI) condition and USCG operational use. The engine power units, modules, and components must remain configured for installation on USCG HC-144A aircraft. For Production Approval Holder (PAH), a Certificate of Conformance (COC) and a copy of the FAA Parts Manufacturer Approval (PMA) or other manufacturing authority shall be provided. The certificate must be signed by an authorized official representing the approved source and must specify the manufacturer's part number and date of manufacture.
3.2 CT7-9C3 engine power units, modules, and components must be fully inspected, repaired IAW OEM repair specifications, and CMMs, SMs, including revisions, service bulletins, modifications, and amendments. All items must be returned to service with FAA airworthiness Form 8130-3 or other FAA authorized airworthiness form attached. If the Contractor for any reason loses its Federal Aviation Administration (FAA) or European Aviation Safety Agency (EASA) certification during the period of performance, this constitutes a material breach of contract which may, at the discretion of the USCG Contracting Officer, result in contract termination. The Contractor shall notify the Contracting Officer verbally and in writing, not later than five (5) calendar days after certification forfeiture, and disclose all facts relevant to the forfeiture.
3.3 The Contractor shall notify or confirm, in writing, to the USCG Contracting Officer receipt of all assemblies and components. Contract item receipts must include, but are not limited to, the following information: nomenclature, National Stock Numbers (NSN), Part Numbers (P/N), Serial Numbers (S/N), contract number, Contract Line Item Numbers (CLIN), and dates of receipt. Contract item receipts via facsimile/email are acceptable and may contain single or multiple notification entries.
3.4 CT7-9C3 engine power units, modules, and components shall be repaired for return to service within 120 calendar days after receipt of material at contractors repair facility. Earlier delivery is acceptable and desired.
3.5 The Contractor shall follow USCG ACMS requirements which are used to track and document calendar time, flight time, engine flight/life cycles, all work and services performed on CT7-9C3 engine power units, modules, and specific components. Tracking provides significant component historical records of component installations, removals, overhauls, repairs, and modifications including component transit, storage, status, and locations. ACMS tracking provides an effective means of configuration control to maintain the integrity of OEM overhaul/high time hourly intervals including flight and life cycle limits as applicable to CT7-9C3 engine power units, modules, and components. For configuration control prior written approval of the USCG Contracting Officer shall be obtained for any configuration changes to engine power units, modules and components.
3.6 Environmental Requirements.
3.6.1 All parts must be thoroughly cleaned IAW applicable CMMs or FAA Advisory Circular 43-205, Guidance for Selecting Chemical Agents and Processes for Depainting and General Cleaning of Aircraft and Aviation Products, to ensure they are as free as practicable of all hazardous dust to include hexavalent chromium, cadmium, lead, etc., prior to being returned to ALC. ALC may take random samples of parts to ensure they are free as practicable of all hazards. Information on these hazards can be found in Occupational Safety and Health Standards 1910.1025 (lead), 1910.1026 (Hexavalent Chromium) and 1910.1027 (Cadmium).
3.7 Service Bulletins and Modifications:
3.7.1 The addition of service bulletins and modifications are outside the requirements of this contract and will be negotiated on a case by case basis IAW paragraph 3.8.
3.7.2 The contractor shall maintain all service bulletins and other modifications previously incorporated unless otherwise directed by the USCG Contracting Officer. The contractor shall identify and recommend, new or additional SBs, AMDs, or MODs, as applicable, to be incorporated and specify how the SBs, AMDs, or MODs may affect components, part numbers, and pricing.
3.7.3 Service bulletin and modification configurations are subject to change during the course of the contract period. Service bulletins and modifications not previously incorporated shall be identified for the Contracting Officer and will be negotiated on a case by case basis. The Contractor is responsible for obtaining and notifying the Contracting Officer of service bulletin changes and modifications and for disposition approval prior to incorporation of those changes and modifications.
3.7.4 Service bulletins and modifications incorporated during performance of this requirement may create new part number configurations, which supersede the previous configurations. In cases where the older configurations cannot be modified to the newer configurations, the new configuration part numbers may be added to the contract. The Contractor must notify and request disposition instructions from the Contracting Officer for superseded parts, which have been removed and replaced by newer configurations.
3.8 Upon receipt of notification and authorization from the Contracting Officer that a service bulletin or modification is to be incorporated, the Contractor shall submit, within thirty (30) calendar days after receipt of that notification, a firm-fixed-price proposal for each time the service bulletin or modification is incorporated in a component. The proposal shall contain a breakdown of material and labor hours and rates as identified in Contract Line Item Number (CLIN 0028) of the schedule and associated out year CLINs, labor categories, and applicable mark ups. The charge negotiated for incorporation of a service bulletin shall apply only to those components into which the Contractor incorporates a required service bulletin or modification, and not those into which the service bulletin or modification has been previously incorporated. Upon completion of negotiations and issuance of a task order to reflect this change, the service bulletin or modification shall be incorporated into each subsequent component received at the Contractor's facility for which the service bulletin or modification has not already been incorporated. When service bulletin or modification 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 or modifications is required.
3.9 Teardown Inspection Reports (TIR) (As requested by the USCG)
3.9.1 TIRs are required in support of a USCG Engineering incident, safety investigation, warranty determination, or for other failure analysis.
3.9.2 TIRs, when requested, shall be forwarded to the USCG Contracting Officer prior to commencement of work, pending USCG Engineering final review and release. TIRs shall include: nomenclature, NSNs, P/Ns, S/Ns, Contract number, CLINs, including descriptions, photos, illustrations, and drawings, as necessary before and during teardown, for documentation of the failure, and list all parts and costs as would be required for repair of the component or assembly.
3.10 Replacement Parts
3.10.1 Component parts found to be in serviceable condition IAW OEM specifications and functional testing shall be reused.
3.10.2 USCG life and cycle limited components shall be deemed at life limit if the component has 2% or less hours or cycles remaining until the published airworthiness limit is reached.
3.10.3 Defective parts which cannot otherwise be repaired IAW OEM specifications, shall be scrapped IAW ALCINST 4100.1 dated 15 August 2008,(Attachment 2) and replaced with new OEM parts. The cost of repair or replacement of defective parts, high time, life, or cycle limited parts is inclusive to the component repair contract price. High time, life, or cycle limited parts which have reached their respective limits shall not be repaired, but shall be replaced with other USCG serviceable parts or replaced with new OEM parts.
3.11 Beyond Economical Repair (BER)
3.11.1 When the cost of returning the component to serviceable condition exceeds the current replacement cost of that component; or when the component cannot be worked due to damage or wear beyond the material properties, characteristic, or specifications of the item being repaired, the Contractor shall contact the USCG Contracting Officer, in writing or via e-mail, with specific rationale for the BER condition. The rationale shall include and provide: nomenclature, NSN, P/N, S/N, contract number, and CLIN along with a cost breakdown of additional parts and labor hours and hourly rate as identified in CLIN 0028 of the schedule and associated out year CLINs, as would be necessary to actually repair the component to serviceable status.
3.11.2 Once an item or component is determined to be BER, no further repair work on that item or component will be performed and the item in question will be placed in a bonded storage room for safekeeping until written authorization with disposition instructions are received from the USCG Contracting Officer.
3.12 Missing or Cannibalized Components
3.12.1 Missing Components: Within 10 working days after the receipt and inspection of the components the Contractor shall notify the Contracting Officer/ in writing of any missing parts or sub-assemblies required for final inspection and acceptance. The Contracting Officer shall then have 45 days to provide formal disposition instructions to the Contractor.
3.12.2 Cannibalized Components: Upon receiving components exhibiting cannibalization, the Contractor shall notify the Contracting Officer/, in writing and in detail, within 10 working days and discontinue all actions until receipt of written authorization from the USCG Contracting Officer. The Contracting Officer reserves the right to appoint a USCG Representative who shall witness the remaining teardown and inspection of the component. A letter of notification and an inspection/teardown report shall be submitted to the Contracting Officer for disposition.
3.12.3 The USCG reserves the right to provide Government Furnished Property (GFP) to replace parts or hardware identified as missing or cannibalized.
3.12.4 Turn Around Time (TAT) stops as of the date on the correspondence giving notification that work must cease due to missing or cannibalized parts. Unless the USCG Contracting Officer elects to have the component returned to the USCG as is, the TAT will re-start effective as of the date of the receipt of replacement part. The clock shall begin once more starting with the last numbered day plus one.
3.13 Corrosion
3.13.1 Low altitude flight over salt water contributes to greater corrosion damage in USCG components than that experienced in commercial aircraft components. The Contractor shall consider the presence and effects of corrosion to be "normal" in this case and provide for correction and removal of corrosion in the Firm-Fixed-Price repair. During inspection and functional testing, the presence of corrosion in an item or part thereof shall constitute reason for a more thorough disassembly and inspection.
3.13.2 Corroded parts shall be replaced, except in those cases where removal of corrosion from a part will not impair the efficiency or safe operation of the part. Corrosion removal and treatment of any affected areas shall be accomplished IAW the manufacturer's specifications.
3.14 Exclusions
3.14.1 Components received in the following conditions are to be considered exclusions and may indicate an exclusion from the price in the contract schedule:
• Catastrophic crash damage, foreign object damage, domestic object damage traceable to a USCG documented repair on the engine assembly, Acts of God, war, and accidents attributable to USCG responsibility.
• Maintenance, repair work, installation, storage, operation or use by the Government which is not in compliance with applicable OEM or Government approved publications, directions and instructions.
• Alteration, modification or repairs that were not completed by the USCG IAW technical data approved by the FAA, OEM, or USCG.
3.14.2 If a component is considered (by the Contractor) to fit the exclusion description, the Contractor must notify the USCG Contracting Officer within 10 working days, and discontinue all actions until the Contracting Officer makes a determination. The USCG may appoint a USCG Representative to witness the remaining teardown and inspection of the component. A letter of notification and the inspection/teardown report must be submitted to the Contracting Officer for disposition. The Contractor must make the affected equipment available to a USCG Representative to view the exclusionary damage. If the Government elects not to physically view the equipment, the Contractors findings report shall stand.
3.14.3 Upon request by the Contracting Officer, the Contractor shall submit a Firm-Fixed-Price proposal to include an itemized breakdown of material including nomenclature, part number, cost, and quantity of replacement parts, replacement percentages used to develop the original Firm-Fixed-Price contract and the number of labor hours and rates as identified in CLIN 0028 and associated out year CLINs, proposed for additional funding required to restore exclusionary damage. This proposal shall include all necessary supporting rationale and shall be submitted within forty-five (45) calendar days after notification is given to the Contracting Officer.
4. CT7-9C3 ENGINE, MODULE, AND COMPONENT CONFIGURATIONS
4.1 The following configurations are provided to identify, but are not limited to, the CT7-9C3 engine, modules, and components that fall within the scope of this SOW.
4.1.1 The cage codes listed identify the OEM associated with each assembly or component part number.
99207 - GE - AVIATION
4.1.2 Part Numbers (P/N) identified in this section are as installed on the delivered aircraft, as procured for maintenance sparing and as identified in the GE CT7-9C3 Engine Technical Manuals GEK# 112181 Version 8.5 Revision Date 11/15/2013 which included the following:
4.1.2.1 Maintenance Manual (CMM) SEI-576
4.1.2.2 Shop Manual(SM) SEI578
4.1.2.3 Illustrated Parts Catalog (IPC) SEI-723
4.1.2.4 Operations Engineering Bulletins ( OEB)
4.1.2.5 Service Bulletins (SB)
4.1.2.6
P/N NOMENCLATURE CT7-9 Manuals GEK# 112181 Version 8.5 REV Date 11/15/13
6058T83G01 Engine, Assy CT7-9C3 Shop Manual SEI 578 Nov 15,2011
5074T51G16 Propeller Gearbox Shop Manual SEI 578 Nov 15,2011
6082T25G01 Power Turbine Module Shop Manual SEI 578 Nov 15,2011
5175T01G01 GG Rotor/Stator Assy Shop Manual SEI 578 Nov 15,2011
5175T00G01 Comp. Rotor/Stator Assy Shop Manual SEI 578 Nov 15,2011
6071T77G11 Case Assy Diffuser and Midframe Shop Manual SEI 578 Nov 15,2011
6044T65G03 Shaft-Propeller Gearbox Drive Shop Manual SEI 578 Nov 15,2011
6032T89P04 Shaft-Output A-Sump Shop Manual SEI 578 Nov 15,2011
5087T14P01 Frame-Inlet Shop Manual SEI 578 Nov 15,2011
6071T04G22 Nozzle Assy-Stage 1 Shop Manual SEI 578 Nov 15,2011
6071T04G27 Nozzle Assy-Stage 1 Shop Manual SEI 578 Nov 15,2011
6080T13G08 Liner Combustion Shop Manual SEI 578 Nov 15,2011
5121T01G01 Shaft Assy Power Turbine Drive Shop Manual SEI 578 Nov 15,2011
5121T01G02 Shaft Assy Power Turbine Drive Shop Manual SEI 578 Nov 15,2011
6061T04P07 Segment, Stage 3 Turbine Nozzle Shop Manual SEI 578 Nov 15,2011
6044T13G18 Gearbox Assy - Accessory Drive Shop Manual SEI 578 Nov 15,2011
6068T72P25 H.M.U. Hydromechanical C/U Shop Manual SEI 578 Nov 15,2011
5034T91P06 Pump, Fuel Boost Shop Manual SEI 578 Nov 15,2011
6071T20P20 Control Unit, Digital Electrical Shop Manual SEI 578 Nov 15,2011
6068T56P01 Valve, Anti Icing Shop Manual SEI 578 Nov 15,2011
3065T25P01 Pump, Lube and Scavenge Shop Manual SEI 578 Nov 15,2011
6044T78G03 Valve, Overspeed Shop Manual SEI 578 Nov 15,2011
4078T09P02 Trimmer Shop Manual SEI 578 Nov 15,2011
6068T54P01 Cable Assy IPC SEI 723 11/15/11
6058T28P01CASA Thermocouple Assy. Shop Manual SEI 578 Nov 15,2011
775798-3 Pump IPC SEI 723 11/15/11
5034T31P02 Cooler-Lube Oil Shop Manual SEI 578 Nov 15,2011
5056T56P01 Strut IPC SEI 723 11/15/11
4624-030 Housing-Bypass Port IPC SEI 723 11/15/11
6068T75G01 Drive Shaft Housing IPC SEI 723 11/15/11
5123T36G02 Shaft Assy A Sump Shop Manual SEI 578 Nov 15,2011
5056T66G02CASA PTO Drive Assy IPC SEI 723 11/15/11
6071T97G01 Inlet Particle Separator Plenum Shop Manual SEI 578 Nov 15,2011
5. APPLICABLE DOCUMENTS
5.1 All GE shop, inspection, repair, or other OEM Component Maintenance Manuals (CMMs) and revisions as applicable to the CT7-9C3 engine power units, modules and components.
5.2 All GE or other OEM service bulletins, amendments, modifications, and specifications as applicable to the CT7-9C3 engine power units, modules and components.
5.3 Any Contractor, GE, or other OEM applicable documentation or specifications revealed, published, or updated during the course of the contract period, shall be considered as being within the scope of this SOW and may be added to the contract as agreed upon by parties. If the Contractor receives information more current than that previously provided to the USCG, the Contractor must identify the GE or other OEM Manuals, CMMs, revisions, and specifications, including service bulletins, amendments, and modifications, and provide a brief synopsis of the revisions and dates to the USCG's Contracting Officer for review and approval.
6. USCG ACMS REQUIREMENTS
Contractor Must:
6.1 Comply with all USCG ACMS documentation requirements.
CT7-9C3 engine power units, modules and some components are serial number tracked under USCG ACMS. This tracking provides historical records of repairs, modifications, overhauls, flight times, cycles, item location, status, and is an effective method of configuration control. Components that are serial number tracked under USCG ACMS should, at the time of receipt, have a blank Component Repair Record (CRR), and a current Significant Component History Report (SCHR) attached to the component.
6.1.1 A copy of the Test Cell Run data sheet that was used to certify the repaired engine as airworthy is required for entry in to ACMS by the USCG.
6.1.2 A copy of the Acceptance Test Data Sheet is required for all repaired components.
6.1.3 Verify the SCHR and CRR correspond with the NSN, P/N, and S/N of the component received. Promptly report discrepancies to the USCG Contracting Officer prior to performing any work.
6.2 Complete the CRR as applicable, describing the work performed, cite the technical data used to perform the work, and any significant parts replaced.
6.2.1 The CRR shall provide a complete description of the work performed, the component status (repaired, modified, BER, scrap, etc.) and include, but not be limited to: the Contract number, CLIN, the Contractor's Work Order number, the date work was completed, any changes to the Time Since Overhaul (TSO), and total time, landings, or cycles as applicable.
6.2.2 The information provided in the CRR will be used by the USCG to update the component SCHRs.
6.3 Provide three copies of the completed CRR as follows:
6.3.1 One copy of the CRR shall remain attached to the material inside the container and the second copy will be attached to the outside. The CRR is to be returned with the component upon completion of the repair or any changes to the item.
6.3.2 A third copy of the CRR shall be mailed to:
COMMANDING OFFICER
ATTN: ACMS
USCG AVIATION LOGISTICS CENTER
1664 WEEKSVILLE ROAD BLDG 63
ELIZABETH CITY, NC 27909-5001
6.3.3 The CRR is considered a deliverable under the contract, and noncompliance with instructions here in, will result in the delay or nonpayment of the invoice.
7. MARKING, PACKAGING, AND PRESERVATION
7.1 All USCG engine power units shall be shipped in a USCG owned reusable engine shipping container provided by the USCG. The Contractor will notify the Contracting Officer in writing within 10 working days of receipt of the engine at its facility in the event the engine is not received in the appropriate USCG owned shipping container, if the container is damaged, or if it is not in reusable condition.
7.2 Modules and components of the engine will be shipped IAW ASTM D 3951-10. All containers must be labeled on the outside with the National Stock Number (NSN), P/N, S/N, nomenclature, contract number, CLIN(s) and vendor CAGE CODE. The internal packaging material shall be sufficient to prevent damage during shipment, handling, and storage. Preservation protection must be sufficient to prevent corrosion, deterioration or decay during warehouse storage for a period not less than one year. Packaging matter shall not consist of the following materials: popcorn, shredded paper, Styrofoam or any type of peanut packaging. Bar coding is authorized but not required.
8. INSPECTION AND ACCEPTANCE
8.1 Inspection and acceptance of material under this contract, to ensure that equipment is in accordance with manufacturer's specifications, shall be performed at destination by local USCG Quality Assurance (QA) person
8.2 A FAA Form 8130-3 or Certificate of Conformance (COC) shall be required for all items provided on this contract. The certificate must be signed by an authorized official of the approved source and must specify the nomenclature, manufacturer's part number and date of manufacture. For Production Approval Holder (PAH), a COC AND a copy of the FAA Parts Manufacturer Approval (PMA) or other manufacturing authority shall be provided. The certificate must be signed by an authorized official representing the approved source and must specify the manufacturer's part number and date of manufacture.
(End of SOW)
Contract Terms and Conditions Commercial Items
The following provisions apply to this acquisition:
FAR 52.252-1 Solicitation Provisions Incorporated by Reference (Feb 1998)
This solicitation incorporates one or more solicitation provisions by reference, with the same force and effect as if they were given in full text. Upon request, the Contracting Officer will make their full text available. The offeror is cautioned that the listed provisions may include blocks that must be completed by the offeror and submitted with its quotation or offer. In lieu of submitting the full text of these provisions, the offeror may identify the provision by paragraph identifier and provide the appropriate information with its quotation or offer. Also, the full text of a solicitation provision may be accessed electronically at this/these address(es): http://www.acquisition.gov/far/index.html.
FAR 52.204-16 Commercial and Government Entity Code Reporting (Nov 2014)
FAR 52.247-45 F.o.b. Origin and/or F.o.b. Destination Evaluation (Apr 1984)
FAR 52.212-1 Instructions to Offerors-Commercial Items (Apr 2014) with the following included by Addendum:
Period of Acceptance of Offers
(c) Prices must remain effective for 120 days after solicitation closes.
FAR Provisions Full Text:
FAR 52.209-7 Information Regarding Responsibility Matters (Jul 2013)
(a) Definitions. As used in this provision-
"Administrative proceeding" means a non-judicial process that is adjudicatory in nature in order to make a determination of fault or liability (e.g., Securities and Exchange Commission Administrative Proceedings, Civilian Board of Contract Appeals Proceedings, and Armed Services Board of Contract Appeals Proceedings). This includes administrative proceedings at the Federal and State level but only in connection with performance of a Federal contract or grant. It does not include agency actions such as contract audits, site visits, corrective plans, or inspection of deliverables.
"Federal contracts and grants with total value greater than $10,000,000" means-
(1) The total value of all current, active contracts and grants, including all priced options; and
(2) The total value of all current, active orders including all priced options under indefinite-delivery, indefinite-quantity, 8(a), or requirements contracts (including task and delivery and multiple-award Schedules).
"Principal" means an officer, director, owner, partner, or a person having primary management or supervisory responsibilities within a business entity (e.g., general manager; plant manager; head of a division or business segment; and similar positions).
(b) The offeror [ ] has [ ] does not have current active Federal contracts and grants with total value greater than $10,000,000.
(c) If the offeror checked "has" in paragraph (b) of this provision, the offeror represents, by submission of this offer, that the information it has entered in the Federal Awardee Performance and Integrity Information System (FAPIIS) is current, accurate, and complete as of the date of submission of this offer with regard to the following information:
(1) Whether the offeror, and/or any of its principals, has or has not, within the last five years, in connection with the award to or performance by the offeror of a Federal contract or grant, been the subject of a proceeding, at the Federal or State level that resulted in any of the following dispositions:
(i) In a criminal proceeding, a conviction.
(ii) In a civil proceeding, a finding of fault and liability that results in the payment of a monetary fine, penalty, reimbursement, restitution, or damages of $5,000 or more.
(iii) In an administrative proceeding, a finding of fault and liability that results in-
(A) The payment of a monetary fine or penalty of $5,000 or more; or
(B) The payment of a reimbursement, restitution, or damages in excess of $100,000.
(iv) In a criminal, civil, or administrative proceeding, a disposition of the matter by consent or compromise with an acknowledgment of fault by the Contractor if the proceeding could have led to any of the outcomes specified in paragraphs (c)(1)(i), (c)(1)(ii), or (c)(1)(iii) of this provision.
(2) If the offeror has been involved in the last five years in any of the occurrences listed in (c)(1) of this provision, whether the offeror has provided the requested information with regard to each occurrence.
(d) The offeror shall post the information in paragraphs (c)(1)(i) through (c)(1)(iv) of this provision in FAPIIS as required through maintaining an active registration in the System for Award Management database via https://www.acquisition.gov (see 52.204-7). (End of provision)
FAR 52.215-20 Requirements for Certified Cost or Pricing Data and Data Other Than Certified Cost or Pricing Data (OCT 2010) Alt IV (Oct 2010)
(a) Submission of certified cost or pricing data is not required.
(b) Provide data described below: It is the Department of Homeland Security (DHS) policy that pricing for competitive negotiations should be based on adequate pricing competition. However, in the event only one responsible offer is obtained as a result of this solicitation, that offeror may be required to submit Data Other Than Certified Cost or Pricing Data (FAR 15.403-3) to support price negotiations. (End of provision)
Homeland Security Acquisition Regulations (HSAR) Provisions:
HSAR 3052.209-79 Representation by Corporations Regarding a Felony Criminal Violation Under any Federal or State Law or Unpaid Federal Tax Liability (Feb 2014)
(DHS FAR Class Deviation 14-02)
(a) In accordance with sections 561 and 562 of Division F, Title V of the Consolidated Appropriations Act, 2014 (Pub. L. 113-76), none of the funds made available by that Act may be used to enter into a contract with any corporation that:
(1) Was convicted (or had an officer or agent of such corporation acting on behalf of the corporation convicted) of a felony criminal violation under any Federal or State law within the preceding 24 months, where the awarding agency is aware of the conviction, unless the agency has considered suspension or debarment of the corporation, or such officer or agency, and made a determination that this further action is not necessary to protect the interests of the Government.
(2) Has any unpaid Federal tax liability that has been assessed, for which all judicial and administrative remedies have been exhausted or have lapsed, and that is not being paid in a timely manner pursuant to an agreement with the authority responsible for collecting the tax liability, where the awarding agency is aware of the unpaid tax liability, unless the agency has considered suspension or debarment of the corporation and made a determination that this further action is not necessary to protect the interests of the Government.
(b) The Offeror represents that:
(1) It is [ ] is not [ ] a corporation that was convicted (or had an officer or agent of such corporation acting on behalf of the corporation convicted) of a felony criminal violation under any Federal or State law within the preceding 24 months.
(2) It is [ ] is not [ ] a corporation that has any unpaid Federal tax liability that has been assessed, for which all judicial and administrative remedies have been exhausted or have lapsed, and that is not being paid in a timely manner pursuant to an agreement with the authority responsible for collecting the tax liability.
(c) If the offeror represents in (b) above that it is a corporation that was convicted (or had an officer or agent of such corporation acting on behalf of the corporation convicted) of a felony criminal violation under any Federal or State law within the preceding 24 months, or that it is a corporation that has unpaid Federal tax liability that has been assessed, the offeror shall provide all information related to the felony or tax liability within 3 business days of the Government's request.
(End of provision)
FAR 52.212-2 Evaluation -Commercial Items (Oct 2014)
(a) The Government will award a contract resulting from this solicitation to the responsible offeror whose offer, conforming to the solicitation and Statement of Work (SOW), will be most advantageous to the Government. Offers that are significantly higher or lower than the Government's estimate may be considered an indication that the offeror does not understand the requirement and may be evaluated as posing a significant performance risk. The following factors shall be used to evaluate offerors and are listed in descending order of importance. Evaluation Factors: Technical Approach, Past Performance, Management Approach and Price. Technical Approach, Past Performance and Management Approach, when combined, are significantly more important than price. This is a Best Value, commercial item acquisition; award may be made for other than lowest price. The Government intends to award to a responsible offeror whose offer provides the Government with the best value, price and other factors considered.
Technical Approach: The offeror's Technical Approach in the proposal should be written so that logistics and engineering oriented personnel can make a thorough evaluation and arrive at a sound determination as to whether the proposal meets the requirements of this solicitation. To this end, the technical capability shall be specific, detailed, and complete as to clearly and fully demonstrate that the prospective contractor has a thorough understanding of the technical requirements contained in this solicitation.
The offeror shall provide an executed copy of the Basic Agreement the offeror has with General Electric Engine Services authorizing access to all required data needed to perform the repairs as required by the SOW. All offerors must submit an uncontrolled copy of their Quality Manual for review of technical capability. Quality manuals will be reviewed for the offerors approach for the items cited in 14 CFR Part 145 Repair Stations. Capability will be certified by FAA Part 145 repair station certificate capabilities list. This information will not be released outside of the source selection board.
All proposals must be for the part numbers and National Stock Numbers (NSN) listed in the Schedule. Required delivery is 120 days after receipt of item or sooner. Offerors shall provide a technical description explaining how each repair shall be completed and cite the technical manual and any revisions used for the repair.
The Offeror shall provide a current list and cover sheet of all OEM Manuals, Component Maintenance Manuals (CMM), revisions, temporary revisions, service bulletins, modifications, amendments, including Contractor specifications and procedures applicable to be used for the inspection and repair of the Coast Guard HC-144 CT7-9C3 engine listed components.
The Offeror shall provide documentation demonstrating that they have access to, and ability to obtain current OEM specifications at least every 90 days, for inspection and repair of all General Electric Aviation listed components, including Component Maintenance Manuals (CMM), Revisions, Service Bulletins (SB), Amendments (AMD), and Modifications (MOD) and drawings issued by the OEM.
The Offeror shall provide a drawing, with details of scope and size, of the repair facility and engine test cell where all work will be performed and tested. An Offeror will be found more advantageous if they have an engine testing cell onsite. The Government reserves the right to make a site visit to confirm the capability of the Offeror.
The Offeror shall provide a copy of the title 14CFR Part 145 Federal Aviation Administration (FAA) certifications which includes the Air Agency Certificate and Operations Specifications.
Also acceptable is an equivalent European Aviation Safety Agency (EASA) certification.
Past Performance: The Offeror shall provide a minimum of three relevant past performance references (within the last 3 years), but not more than five, demonstrating performance of work similar in type and scope to that described in the SOW. For each past performance, include the award amount. A past performance questionnaire (Appendix C) is provided. The Offeror shall forward the questionnaire to at least three references and request the response be submitted electronically to the Contracting Officer Mr. David Tanner, david.e.tanner@uscg.mil, no later than 06/19/15 at 4:00 p.m. (ET). Past performance questionnaires submitted by the Offeror will NOT be accepted, however Offerors may submit information on problems encountered in performing contracts provided as past performance information and the corrective actions they developed to correct the situation. The Government will verify past performance information in the Past Performance Information Retrieval System (PPIRS).When past performance is not available the rating will be evaluated as neutral.
Management Approach: The Offeror shall provide an overview of their company Management Plan and how it applies to performing the requirements of this contract. The offeror must provide in the Management Plan information demonstrating that all members of the company who will be in a management position with responsibility for performance of this work will ensure they provide quality responsive employees and effectively manage subcontractors.
The Offeror shall provide their strategy for Aircraft on Ground (AOG) situations, Turn Around Times (TAT), tracking of on time deliveries, and how they will resolve quality and warranty issues after notification. Provide the procedures your company will follow in AOG situations and how you will expedite USCG assets.
Additionally, provide a Management Plan for any subcontractors that provide a major role in the performance of the repairs. Also, a Subcontracting Plan is required with the offerors small business goals.
Price: The Total Evaluated Price will be calculated by summing the totals for the base and all option periods. The pricing Schedule provided with the solicitation has this feature built into the spreadsheet to submit your proposal pricing.
The Government intends to evaluate offers and award a firm fixed- price contract without discussions with Offerors. Therefore, the Offeror's initial offer should contain the Offeror's best terms from a price and technical standpoint. However, the Government reserves the right to conduct discussions if later determined by the Contracting Officer to be necessary. The Government may waive informalities and minor irregularities in offers received. Based upon the results of the initial rating evaluation, the Contracting Officer shall determine if communications with Offerors are necessary. If award can be made, based on the offer, including Technical Approach, Past Performance, Management Approach and Price, the Contracting Officer shall proceed to award if in the Government's best interest. If award cannot be made based on initial offers, the Contracting Officer shall establish a competitive range in accordance with FAR 15.306(c).
(End of provision)
FAR 52.212-3 Offeror Representations and Certifications-Commercial Items (Mar 2015)
The Offeror shall complete only paragraph (b) of this provision if the Offeror has completed the annual representations and certification electronically via the System for Award Management (SAM) website accessed through http://www.acquisition.gov. If the Offeror has not completed the annual representations and certifications electronically, the Offeror shall complete only paragraphs (c) through (p) of this provision. (End of provision)
FAR 52.212-4 Contract Terms and Conditions Commercial Items (May 2015) with the following included by addendum:
The following clauses apply to this acquisition:
FAR 52.252-2 Clauses Incorporated by Reference (Feb 1998)
This solicitation incorporates one or more clauses by reference, with the same force and effect as if they were given in full text. Upon request, the Contracting Officer will make their full text available. Also, the full text of the clause may be accessed electronically at Internet address http://acquisition.gov/far/index.html
FAR 52.204-18 Commercial and Government Entity Code Maintenance (Nov 2014)
FAR 52.232-40 Providing Accelerated Payments to Small Business Subcontractors (Dec 2013)
FAR 52.242-15 Stop-Work Order (Aug 1989)
FAR 52.246-15 Certificate of Conformance (Apr 1984)
Full text FAR clauses:
FAR 52.203-17 Contractor Employee Whistleblower Rights and Requirement to Inform Employees of Whistleblower Rights (Apr 2014) (DHS - USCG DEVIATION 14-01)
(a) This contract and employees working on this contract will be subject to the whistleblower rights and remedies in the pilot program on Contractor employee whistleblower protections established at 41 U.S.C. 4712 by section 828 of the National Defense Authorization Act for Fiscal Year 2013 (Pub. L. 112-239) and FAR 3.908
(b) The Contractor shall inform its employees in writing, in the predominant language of the workforce, of employee whistleblower rights and protections under 41 U.S.C. 4712, as described in section 3.908 of the Federal Acquisition Regulation.
(c) The Contractor shall insert the substance of this clause, including this paragraph (c), in all subcontracts over the simplified acquisition threshold.
(End of clause)
FAR 52-216-18 Ordering (Oct 1995)
(a) Any supplies and services to be furnished under this contract shall be ordered by issuance of delivery orders or task orders by the individuals or activities designated in the Schedule.