Vermont Bids > Bid Detail

FRCSE - TF34 CDP SEALS REPAIR - FOLLOW ON

Agency: DEPT OF DEFENSE
Level of Government: Federal
Category:
  • J - Maintenance, Repair, and Rebuilding of Equipment
Opps ID: NBD00159132033835125
Posted Date: Apr 5, 2023
Due Date: Apr 19, 2023
Solicitation No: N6852023R0033
Source: https://sam.gov/opp/613784dcd8...
Follow
FRCSE - TF34 CDP SEALS REPAIR - FOLLOW ON
Active
Contract Opportunity
Notice ID
N6852023R0033
Related Notice
Department/Ind. Agency
DEPT OF DEFENSE
Sub-tier
DEPT OF THE NAVY
Major Command
NAVAIR
Sub Command
NAVAIR HQS
Office
FLEET READINESS CENTER
Looking for contract opportunity help?

Procurement Technical Assistance Centers (PTACs) are an official government contracting resource for small businesses. Find your local PTAC (opens in new window) for free government expertise related to contract opportunities.

General Information
  • Contract Opportunity Type: Sources Sought (Original)
  • All Dates/Times are: (UTC-04:00) EASTERN STANDARD TIME, NEW YORK, USA
  • Original Published Date: Apr 05, 2023 05:25 pm EDT
  • Original Response Date: Apr 19, 2023 09:00 am EDT
  • Inactive Policy: 15 days after response date
  • Original Inactive Date:
  • Initiative:
    • None
Classification
  • Original Set Aside: 8(a) Set-Aside (FAR 19.8)
  • Product Service Code: J016 - MAINT/REPAIR/REBUILD OF EQUIPMENT- AIRCRAFT COMPONENTS AND ACCESSORIES
  • NAICS Code:
    • 488190 - Other Support Activities for Air Transportation
  • Place of Performance:
    Jacksonville , VT
    USA
Description

TF34-GE-100A Compressor Discharge Pressure (CDP) Seal Honeycomb Repair Services for the Fleet Readiness Center Southeast (FRCSE)





PART 1 GENERAL INORMATION






  1. General. This is a non-personal services contract to provide TF34-GE-100A Compressor Discharge Pressure (CDP) Seal Honeycomb (hereafter called CDP seal) Repair Services. The Government will not exercise any supervision or control over the service providers performing the services herein. Such service providers shall be accountable solely to the Contractor who in turn is responsible to the Government.








    1. Description of Services/Introduction. The Contractor shall provide all materials, labor, supervision, equipment, supplies, tools, facilities, transportation, and other items and non- personal services necessary to perform TF34-GE-100A CDP Seal Repair Services for the FRCSE, Naval Air Station (NAS) Jacksonville, FL as defined in this PWS except for those items specified as Government equipment furnished and services. The Contractor shall perform to the standards in this contract. In any instance where there are conflicts between the PWS and other sections of the contract, the PWS will have precedence over the conflicting section, unless notified in writing by the Contracting Officer (KO) with a contract modification resolving the conflict.










    1. Background. The FRCSE Jacksonville, FL is an industrial facility that reworks, repairs, and overhauls various aircraft, engines, and components and requires repair support for TF34-100A CDP seals. The TF34-100 engine powers the Air Force A-10 Thunderbolt II aircraft. The CDP seals are designed to prevent leakage of air into the gas turbine engine. A service contract for the seals will enable FRCSE to continue maintaining various aircraft within the organization.










    1. Scope. This contract includes all functions, tasks and responsibilities normally performed by an Aircraft Mechanic. The Contractor shall be responsible for repairing CDP seals. The CDP







seals are Critical Safety Items (CSI) and as such are subject to the requirements of the Joint Aeronautical Commanders Group Aviation Critical Safety Item Management Handbook (JACG CSI HB latest version). All repairs shall be performed in accordance with (IAW) General Electric Repair Instruction (GE REI) TF34-3110 and drawings identified in Technical Exhibit (TE) 1. The Contractor shall comply with all applicable laws and regulations, including but not limited to Federal Law, Florida State Law(s), Occupational Safety and Health Administration (OSHA) regulations, Navy and installation regulations.








    1. Period of Performance. The period of performance shall be for one (1) Base Year of 12 months and four (4), 12-month option years.









Base Year Option Year I Option Year II Option Year III Option Year IV





8 July 2023– 7 July 2024



8 July 2024 – 7 July 2025



8 July 2025 – 7 July 2026



8 July 2026 – 7 July 2027



8 July 2027 – 7 July 2028










    1. Hours of Operation.












      1. Normal Duty Hours. The Contractor is responsible for providing performance/service, between the hours of 0700-1500, Eastern Standard Time (EST), Monday through Friday, except on Federal holidays or when the Government facility is closed due to local or national emergencies, administrative closings, or similar Government directed facility closings. For other than firm fixed price contracts, the Contractor will not be reimbursed when the Government facility is closed for the above reasons. The Contractor must at all times maintain an adequate workforce for the uninterrupted performance of all tasks defined within this PWS when the Government facility is not closed for the above reasons. When hiring personnel, the Contractor shall keep in mind that the stability and continuity of the workforce are essential.














      1. Federal Government Holidays.
















        1. New Year’s Day 1st day of January Martin Luther King Jr.'s Birthday 3rd Monday of January Presidents Day 3rd Monday of February









Memorial Day Last Monday of May



Juneteenth 19th day of June



Independence Day 4th day of July



Labor Day 1st Monday of September



Columbus Day 2nd Monday of October



Veterans Day 11th day of November



Thanksgiving Day 4th Thursday of November



Christmas Day 25th day of December












        1. When one of the above designated legal holidays falls on a Sunday, the following Monday will be observed as a legal holiday. When a legal holiday falls on a Saturday, the proceeding Friday is observed as a legal holiday. This list of holidays relates to Government duty days and is not intended to supplement or otherwise alter the provisions











of any Wage Determination regarding applicable paid holidays.












        1. It is understood and agreed between the Government and the Contractor that observance of such days by Government personnel shall not be a reason for an additional period of performance, or entitlement of compensation except as set forth within the contract. In the event the Contractor’s personnel work during the holiday, the Contractor may reimburse them; however, no form of holiday or other premium compensation will be reimbursed either as a direct or indirect cost, other than their normal compensation for the time worked, unless stipulated otherwise. This provision does not preclude reimbursement for authorized overtime work if applicable.


















        1. When the Department of Defense grants excused absence to its employees, the Contractor agrees to continue to provide sufficient personnel to perform critical tasks already in operation or scheduled, and shall be guided by the instructions issued by the KO or the Contracting Officer’s Representative (COR). Changes in employee work schedules shall comply with the terms and conditions of the contract, to include payment provisions.


















        1. If Government personnel are furloughed, the Contractor shall contact the KO or the COR to receive direction. It is the Government’s decision as to whether the contract price/cost will be affected as a result of Government shutdown and/or furloughed Government employees. In the event of a Government shutdown or furloughed Government employee(s) impacts contract price/cost, a negotiated settlement will be reached as deemed appropriate by the KO.
















      1. Inclement Weather Operations. In cases of severe weather, the KO may authorize exceptions. When exceptions are granted, the Contractor shall make up all missed services within twenty-four (24) hours after the severe weather has terminated, unless the KO authorizes additional time. Rescheduling to provide make-up services shall not be a basis for a claim by the Contractor for additional compensation.












    1. Place of Performance. The work to be performed under this contract shall be conducted at the Contractor’s facility.










    1. Type of Contract. The Government will award a Firm Fixed Price (FFP) Single Award Task Order Contract (SATOC).










    1. Quality Control. Quality Control is the responsibility of the Contractor. The Contractor is responsible for the delivery of quality services to the Government IAW the terms and conditions contained in Federal Acquisition Regulation (FAR) Subpart 52.212-4(a) entitled, “Contract Terms and Conditions – Commercial Items, Inspection/Acceptance” and applicable sub-clauses pertaining to quality control.












      1. The Contractor shall develop, implement and maintain an effective Quality Control System which includes a written Quality Control Plan (QCP). The QCP shall implement standardized procedure/methodology for monitoring and documenting contract performance to









ensure all contract requirements are met. The Contractors’ QCP must contain a systematic approach to monitor operations to ensure acceptable services are provided to the Government. The QCP, as a minimum, shall address continuous process improvement; procedures for scheduling, conducting and documentation of inspection; discrepancy identification and correction; corrective action procedures to include procedures for addressing Government discovered non-conformances; procedures for root cause analysis to identify the root cause and root cause corrective action to prevent re-occurrence of discrepancies; procedures for trend analysis; procedures for collecting and addressing customer feedback/complaints. The Contractor shall provide to the Government their quality control documentation within 10 calendar days of award and electronic copies shall be in Adobe Portable Document Format (PDF); changes to the QCP after award shall be submitted to the KO and COR in an electronic copy within five (5) calendar days prior to the proposed changes thereafter. After acceptance of the quality control plan the Contractor shall receive the Contracting Officer’s acceptance in writing of any proposed change to their QC System in regard to this contract.










      1. Quality Program. The Contractor shall maintain an inspection system, which meets or exceeds ISO 9001 requirements. The Defense Contract Management Agency (DCMA) and/or FRCSE reserve the right to assess the Contractor’s compliance to its documented quality system. DCMA will inspect and provide Government acceptance of repaired and re-inspected seals at the Contractor’s site. DCMA will perform inspection/acceptance and provide documentation to FRCSE upon request.














      1. DCMA will approve material condition and configuration and destination acceptance at the Contractor's facility prior to shipment. DCMA will assure all work is accomplished in accordance with current technical instructions and drawings. DCMA will provide inspection







/acceptance documentation to FRCSE upon request.










      1. Corrective Actions. At any time determined by the KO that the quality control system, personnel, instructions, controls, tests, or records are not providing results which conform to contract requirements, action shall be taken by the Contractor to correct the deficiency. If a Contract Deficiency Report (CDR) is issued the Contractor shall develop a Corrective Action Plan (CAP) which identifies the root cause, Corrective Action (CA) for the root cause, CA for the specific non-conformance and CA to the root cause to prevent recurrence and a corrective action including the timeline for completion.












    1. Quality Assurance. The Government will evaluate the Contractor’s performance under this contract IAW the Quality Assurance Surveillance Plan (QASP). This plan is a Government only document primarily focused on what the Government must do to assure that the Contractor has performed IAW the requirements of the contract. It defines how the performance standards will be applied, the frequency of surveillance, and the minimum acceptable deficiency rate(s) as illustrated within the PWS and Performance Requirements Summary (PRS). All performance ratings will use (Exceptional, Very Good, Satisfactory, Marginal, or Unsatisfactory), as defined in FAR subpart 42.15, Contractor Performance Information. The Government reserves the right to conduct compliance surveillance of any contractual requirement of this acquisition.












      1. Contracting Officer Representative (COR). The COR Tracking (CORT) Tool [Wide Area









Work Flow (WAWF) e-Business https://wawf.eb.mil/] for nomination, tracking, documentation, and management of CORs will be used. The COR will be identified by separate letter. The COR monitors all technical aspects of the contract and assists in contract administration. The COR is authorized to perform the following functions: Assure that the Contractor performs the technical requirements of the contract; perform inspections necessary in connection with contract performance; maintain written and oral communications with the Contractor concerning technical aspects of the contract; issue written interpretations of technical requirements, including Government drawings, designs, and specifications; monitor Contractor's performance and notify both the KO and Contractor of any deficiencies; coordinate availability of Government equipment furnished; and provide site entry of Contractor personnel. A letter of designation issued to the COR, a copy of which is sent to the Contractor, states the responsibilities and limitations of the COR, especially with regard to changes in cost or price, estimates or changes in delivery dates. The COR is not authorized to change any of the terms and conditions of the resulting order.










      1. Post Award Conference/Periodic Progress Meetings. The Contractor agrees to attend any post award conference convened by the contracting activity or contract administration office IAW FAR Subpart 42.5, Post Award Orientation. The KO, COR, and other Government personnel, as appropriate, may meet periodically with the Contractor to review the Contractor's performance. At these meetings the KO will apprise the Contractor of how the Government views the Contractor's performance and the Contractor will apprise the Government of problems, if any, being experienced. Appropriate action shall be taken to resolve outstanding issues. These meetings shall be considered into the overall contract price.














      1. The Government reserves the right to inspect the Contractor's facilities during contract performance.












    1. Security.












      1. Physical Security. The Contractor shall be responsible for safeguarding all Government equipment, information, and property provided for Contractor use IAW OPNAVINST 5530.14E CH-2, Navy Physical Security and Law Enforcement Program.














      1. Security of Classified Items, Systems and Information. The Contractor will not access, view, possess, or use classified information under this contract. The Contractor shall immediately contact the COR for instructions if access to classified information becomes necessary or if the Contractor falls into the possession of classified information while performing services under this contract.












    1. Safety. The Contractor shall establish and maintain a safety plan.












      1. In order to provide safety control for protection to the life and health of employees and other persons; for prevention of damage to property, materials, supplies, and equipment; and for avoidance of work interruptions in the performance of this contract, the Contractor shall comply with 29 Code of Federal Regulations (CFR) 1910, Occupational Safety and Health Standards.









The Contractor shall comply with the above and all other applicable Department of Defense (DoD), Navy, Federal, State, and Local safety and health requirements.










      1. Environment and OSHA. The Contractor shall comply with all local, State, and Federal environmental and occupational safety laws, rules, and regulations. Any apparent conflict between compliance with such local, State, and Federal environmental and occupational safety laws, rules, regulations, and compliance with the requirements of the contract shall be immediately brought to the attention of the KO or authorized representative for final resolution. The Contractor shall notify the KO or authorized representative in writing in addition to any verbal notification of such conflict. The Contractor shall be liable for all fines, penalties, and costs which result from violations of, or failure to comply with, all such local State, or Federal laws, rules, and regulations. All unsafe acts or conditions fostered by the Contractor or Contractor personnel may be grounds for the KO or authorized representative to halt any and all Contractor performance with a commensurate deduction of monies due to the Contractor until such unsafe conditions are corrected. The Contractor shall take due caution not to endanger personnel during performance of this contract. Upon discovery of a serious hazard such as, but not limited to, fire, or large fuel spill, the Contractor shall notify the KO or designated representative and COR.














      1. Reporting Mishaps. The Contractor shall adhere to reporting of mishaps IAW OPNAVINST 5102.1D MCO P5102.1B, Navy & Marine Corps Mishap and Safety Investigation, Reporting, And Record Keeping Manual. In addition, the Contractor shall report Contractor accidents involving Navy property.














      1. Emergency Services. Emergency medical treatment and services for Contractor personnel is the responsibility of the Contractor.












    1. Personnel. For purposes of this paragraph, the term “personnel” or “employee(s)” refers to any person performing work related to this contract, including but not limited to, the Contractor’s employees, agents, representatives, or subcontractor. The Contractor shall staff this effort with trained, competent and capable employee(s) for the discipline they are assigned to. The Contractor shall ensure that employees meet all applicable federal, state, local, and installation certification, licensing, medical requirements, and qualifications to perform all assigned tasks and functions as defined in this contract prior to commencement of work. The Contractor shall not permit any personnel to work under this contract if such person is identified by a Government authorized representative to the Contractor as a potential threat to the health, safety, security, general well-being, or operational mission of the Navy and NAS Jacksonville, FL. All Contractors’ personnel shall comply with installation security and access procedures and the Contractor’s final Safety Plan.












      1. Authorization to Work. Contractor’s personnel shall either be a United States Citizen or authorized to work in the United States or possess a valid U.S. Immigration T-151 or I-94, Alien Registration Card.














      1. Speaking, Reading, and Understanding English. Contractor shall hire and staff personnel who can communicate with Government representatives and where reading,









understanding, and discussing environmental, health, and safety warnings are an integral part of an employee’s duties, Contractor’s employee shall be able to understand, read, write, and speak the English language fluently. English shall be the only language used with regard to this contract for written correspondence, discussions and other business transactions.










      1. Conflict of Interest.
















        1. Organizational Conflict of Interest. Contractor and subcontractor personnel performing work under this contract may receive, have access to, or participate in the development of proprietary or source selection information (e.g., cost or pricing information, budget information or analyses, specifications or work statements, etc.), or perform evaluation services which may create a current or subsequent Organizational Conflict of Interests (OCI) as defined in FAR Subpart 9.5, Organizational and Consultant Conflicts of Interest. The Contractor shall notify the KO immediately whenever it becomes aware that such access or participation may result in any actual or potential OCI and shall promptly submit a plan to the KO to avoid or mitigate any such OCI. The Contractor’s mitigation plan will be determined to be acceptable solely at the discretion of the KO, and in the event the KO unilaterally determines that any such OCI cannot be satisfactorily avoided or mitigated, the KO may affect other remedies as he or she deems necessary, including prohibiting the Contractor from participation in subsequent contracted requirements which may be affected by the OCI.

        2. Employment of Government Personnel. The Contractor shall not knowingly employ any person who is a U.S. Government employee if employing that person would create a conflict of interest. Additionally, the Contractor shall not knowingly employ any person who is an employee of the Government, either military or civilian, unless such person seeks and receives written approval according to DoD 5500.7-R, Joint Ethics Regulations (JER) by the individual’s commander or director. A copy of the authorization will be provided to the COR. In addition, the Contractor is prohibited from employing Government Quality Assurance Representatives (QAR) whom the Contractor knows or should have known are responsible for monitoring any contracts/subcontracts awarded to the service provider.
















      1. Conduct of Employees. Contractor personnel’s conduct shall not reflect discredit upon the Government. The Contractor’s employees shall observe and comply with all local policies and procedures concerning fire, safety, environmental protection, sanitation, security, and possession of firearms or other lethal or illegal weapons or substance. The Contractor is responsible for ensuring that any Contractor employees providing services under this contract conduct themselves and perform services in a professional, safe, and responsible manner. In accordance with DoD Directive 5500.7-R, “Joint Ethics Regulation”, Contractor employees must avoid being improperly influenced in the execution of their duties under the contract. Particular attention should be paid to acceptance of gifts/ gratuities, and on non-disclosure of sensitive or classified information. The Contractor shall ensure employee conduct complies with 41 U.S. C 423 relative to release of acquisition related information or actions or discussions which may prejudice future competitions.














      1. Contractor Advertising. The Contractor shall not place or display advertising of any kind









on Government property.










      1. Key Personnel. The Project Manager (PM)/alternate PM are considered key personnel by the Government:
















        1. The Contractor shall provide a PM who shall be responsible for the performance of the work. The name of this person and an alternate who shall act for the Contractor when the manager is absent shall be designated in writing to the KO within 10 calendar days after contract award, thereafter any changes shall be provided five (5) business days prior to expected change and no less than 24-hours after unplanned changes. The PM or alternate shall have full authority to act for the Contractor on all contract matters relating to daily operation of this contract.

        2. The PM or alternate shall be available between 0700-1500, Eastern Standard Time (EST), Monday through Friday, except Federal holidays or when the Government facility is closed for administrative reasons.



      1. Supervision of Contractor Employees. The Government will not exercise any supervision or control over Contractor or Subcontractor employees while performing work under the contract. Such employees shall be accountable solely to the Contractor, not the Government. The Contractor, in turn, shall be accountable to the Government for Contractor or Subcontractor employees.









PART 2



DEFINITIONS, ACRONYMS & ABBREVIATIONS






  1. Definitions and Acronyms.








    1. Definitions.












      1. Contract Administrator. The official Government representative delegated authority by the Contracting Officer to administer a contract. This individual is normally a member of the appropriate Contracting/Procurement career field and advises on all technical contractual matters.














      1. Contractor. A supplier or vendor awarded a contract to provide specific supplies or services to the Government. The term used in this contract refers to the prime.














      1. Contracting Officer (KO). A person with authority to enter into, administer, and/or terminate contracts, and make related determinations and findings on behalf of the Government. Note: The only individual who can legally bind the Government.














      1. Contracting Officer’s Representative (COR). An employee of the U.S. Government appointed by the contracting officer to administer the contract. Such appointment shall be in writing and shall state the scope of authority and limitations. This individual has authority to provide technical direction to the Contractor as long as that direction is within the scope of the contract, does not constitute a change, and has no funding implications. This individual does NOT have authority to change the terms and conditions of the contract.
















      1. Defective Service. A service output that does not meet the standard of performance associated with the PWS.














      1. Deliverable. Anything that can be physically delivered, but may include non- manufactured things such as meeting minutes or reports.














      1. Equipment. A tangible item that is functionally complete for its intended purpose, durable, nonexpendable, and needed for the performance of a contract. Equipment is not intended for sale, and does not ordinarily lose its identity or become a component part of another article when put into use. Equipment does not include material, real property, special test equipment or special tooling.














      1. Government Equipment Furnished. Government property that is incidental to the place of performance, when the contract requires Contractor personnel to be located on a Government site or installation, and when the property used by the contractor within the location remains accountable to the Government. Items considered to be incidental to the place of performance include, for example, office space, desks, chairs, telephones, computers, and fax machines.














      1. Government Property. All property owned or leased by the Government. Government property includes both Government-furnished property and contractor-acquired property. Government property includes material, equipment, special tooling, special test equipment, and real property. Government property does not include intellectual property and software.

      2. Key Personnel. Contractor personnel that are evaluated in a source selection process and that may be required to be used in the performance of a contract by the Key Personnel listed in the PWS. When key personnel are used as an evaluation factor in best value procurement, an offer can be rejected if it does not have a firm commitment from the persons that are listed in the proposal. The prime contractor is responsible for performance of all subcontractors.














      1. Loss of Government Property. Unintended, unforeseen or accidental loss, damage, or destruction of Government property that reduces the Government’s expected economic benefits of the property. Loss of Government property does not include occurrences such as purposeful destructive testing, obsolescence, normal wear and tear, or manufacturing defects. Loss of Government property includes, but is not limited to:
















        1. Items that cannot be found after a reasonable search;

        2. Theft;

        3. Damage resulting in unexpected harm to property requiring repair to restore the item to usable condition; or

        4. Destruction resulting from incidents that render the item useless for its intended purpose or beyond economical repair.
















      1. Material. Property that may be consumed or expended during the performance of a contract, component parts of a higher assembly, or items that lose their individual identity through incorporation into an end-item. Material does not include equipment, special tooling, and special test equipment or real property.
















      1. Non-Personal Services. The personnel rendering the services are not subject; either by the contract’s terms or by the manner of its administration, to the supervision and control usually prevailing in relationships between the government and its employees. Non personal service contracts are authorized by the government in accordance with FAR 37.012, under general contracting authority, and do not require specific statutory authorization.














      1. Physical Security. Actions that prevent the loss or damage of Government property.

      2. Property. All tangible property, both real and personal.














      1. Property Records. Records created and maintained by the contractor in support of its stewardship responsibilities for the management of Government property.














      1. Provide. To furnish, as in Government-furnished property, or to acquire, as in contractor-acquired property.














      1. Quality Assurance. The Government procedures to verify that services being performed by the Contractor are acceptable IAW established standards and requirements of this contract.














      1. Quality Assurance Specialist. An official Government representative concerned with matters pertaining to the contract administration process and quality assurance/quality control. Acts as technical advisor to the Contracting Officer in these areas.














      1. Quality Assurance Surveillance Plan (QASP). An organized written document specifying the surveillance methodology to be used for surveillance of Contractor performance.














      1. Quality Control. All necessary measures taken by the Contractor to assure that the quality of an end product or service shall meet contract requirements.














      1. Subcontractor. One that enters into a contract with a prime Contractor. The Government does not have privy of contract with the subcontractor.














      1. Wide Area Work Flow (WAWF). A secure web based system for electronic invoicing, receipt, and acceptance. WAWF allows Government vendors to submit and track invoices and receipt/acceptance documents over the web and allows government personnel to process those invoices in a real-time, paperless environment.














      1. Work Day. The number of hours per day the Contractor provides services IAW the contract.














      1. Work Week. Monday through Friday, except for Federal holidays unless specified otherwise.












    1. Acronyms.







ACOR Alternate Contracting Officer's Representative





AQL Acceptable Quality Level



BER Beyond Economical Repair



CA Corrective Action



CAP Corrective Action Plan



CDP Compressor Discharge Pressure



CDR Contract Deficiency Report



CFR Code of Federal Regulations



CONUS Continental United States (excludes Alaska and Hawaii) COR Contracting Officer Representative



CORT Contracting Officer Representative Tracking



DCMA Defense Contract Management Agency



DFARS Defense Federal Acquisition Regulation Supplement DoD Department of Defense



DoN Department of the Navy



ECMRA Enterprise-Wide Contractor Manpower Reporting Application EST Eastern Standard Time



FAR Federal Acquisition Regulation



FAT First Article Test



FFP Firm Fixed Price



FRCSE Fleet Readiness Center Southeast



FST Fleet Support Team



FY Fiscal Year



GE General Electric



GE REI General Electric Repair Instruction



IAW In Accordance With



JACG Joint Aeronautical Commanders’ Group



JER Joint Ethics Regulation



JTR Joint Travel Regulation



KO Contracting Officer



NAS Naval Air Station



NMCARS Navy Marine Corps Acquisition Regulation Supplement OCI Organizational Conflict of Interest



OEM Original Equipment Manufacturer



OSHA Occupational Safety and Health Administration



PDF Portable Document Format



PM Program Manager



POC Point of Contact



PRS Performance Requirements Summary



PSC Product Service Codes



PWS Performance Work Statement



QA Quality Assurance



QAP Quality Assurance Program



QAR Quality Assurance Representatives



QASP Quality Assurance Surveillance Plan



QC Quality Control



QCP Quality Control Program





RFI Ready for Issue



SATOC Single Award Task Order Contract



TE Technical Exhibit



T.O. Technical Order



TPOC Technical Point of Contact



USA United States of America



WAWF Wide Area Work Flow



WP Work Package



PART 3



GOVERNMENT EQUIPMENT FURNISHED AND SERVICES






  1. Government Equipment Furnished and Services.








    1. Equipment. The Government will provide the CDP seals requiring repairs to the Contractor within five (5) calendar days of task order issuance. The Contractor shall return each repaired seal within 55 calendar days from the date of receipt of the seal from the Government unless otherwise stated in individual task orders. The Contractor shall be responsible for any damages or loss of use due to their negligence.










    1. Government Technical Point of Contact (TPOC). The Government TPOC will prepare the DD1149, Requisition and Invoice/Shipping Document, for shipment of seals to the Contractor for each task order. The TPOC will also track shipments and verify receipt once repaired seals are shipped back to the Government. The TPOC is not authorized to change any of the terms and conditions of the resulting contract and task orders issued.







PART 4



CONTRACTOR FURNISHED ITEMS AND SERVICES






  1. Contractor Furnished Items and Responsibilities.








    1. Contractor Furnished Items. Everything included in this paragraph and its subparagraphs is basic to the contract and should be included in the contract price.












      1. The Contractor shall provide all labor, supervision, transportation, vehicles, supplies, equipment, materials, facilities and services required to perform work under this contract that are not listed under Section 3 of this PWS.












    1. Responsibilities of the Contractor.








  1. The Contractor shall provide a safe working environment for key consultants and all persons in his/her employ as prescribed by 29 CFR 1910 “Occupational Health and Safety.” The Contractor shall be responsible for all damages to persons and property that occur in connection with the work and service under this contract, without recourse against the Government.






  1. Contractor shall be responsible for all loss or damage to Government property, while in





the performance of these contract requirements, which result in whole or in part from the negligence or omissions of the Contractor, any of its Subcontractors, or any employee, agent, or representative of the Contractor or Subcontractor(s).






  1. The Contractor shall also be responsible for all materials delivered and work performed until completion and acceptance of the entire work, except for any completed unit of work which may have been accepted under the contract.





PART 5 SPECIFIC TASKS






  1. General. The Contractor shall provide all skilled personnel, equipment, supplies, tools, materials, supervision, and other items necessary to perform this prescribed project as defined in this PWS to meet the performance requirements, except for those items specified as Government equipment furnished and services.








    1. CDP Seal Repair. The Contractor shall provide ready for issue (RFI) CDP seals within 55 calendar days after receipt of task orders by inspecting, cleaning, replacing the honeycomb seals, and associated machining to return the part to limits as specified in Technical Order (T.O.) 2J- TF34-3-2, Work Package (WP) 355 03, GE REI TF34-3110, and GE Drawings 6037T40 or 5023T74. These documents provide the specifications required to accomplish the repair tasks. Re-identification of the part number revision letter stipulated in GE REI TF34-3110 is not required.












      1. The Contractor shall ensure component identification is maintained during the repair process.














      1. The Contractor shall comply with all specifications provided within this contract. No exceptions or variations will be permitted without written authorization from the Government.














      1. Delivery. All shipping costs shall be included in the Contractor's price. The Contractor is responsible for preserving and packaging the CDP Seals IAW generally accepted commercial practices, which meet the intent of MIL-STD-2073E. The Contractor shall label all packages with the applicable P/N, NSN 2840-01-110-9391, seal serial number, contract and task order number, and incorporate bar code labeling. This data shall also be recorded on the shipping documents. The Contractor shall return seals using standard approved commercial packaging and shipping practices, and by traceable means to the Government at the following address:









N39824 Commanding Officer Fleet Readiness Center Southeast C/O Interservice Engine Facility ABC Industrial Park



122F Industrial Loop North Orange Park, FL 32073-5000



Mark for: (Edwin Welch 904-790-6344)










      1. Beyond Economical Repair (BER) Seals. Fall out CDP seals or CDP seals found to be beyond economical repair (BER) are estimated not to exceed five (5) percent. There will be no compensation for non-repairable CDP seals. The Government will pay for repaired, RFI CDP seals only. The Contractor shall return all fall out seals to FRCSE within 14 calendar days upon determination. The Government will provide CDP seals for repairs based on a one for one swap for each task order. A task order modification will be issued to reflect the replacement serial number component(s).

      2. Quality Standards. To fulfill the requirements of this PWS, the Contractor shall be an approved source of repair for CDP seals as identified by the Original Equipment Manufacturer (OEM) or IAW Joint Aeronautical Commanders’ Group (JACG) Aviation Source Approval and Management Handbook by the TF34 Fleet Support Team (FST) located onboard NAS, Jacksonville, Florida. If an approved source of repair has not repaired the TF34-100A CDP seals within the last three (3) years, then the Contractor shall undergo a FAT IAW section 5.2 of the PWS.














      1. Warranty. The Contractor shall warrant the seals against any defects in material and workmanship for a period not less than 12 months from the initial acceptance of the system by the Government. The warranty shall cover 100% of the cost to repair and replace failed components including labor.












    1. Deliverables. The Contractor shall provide the following deliverables to the COR or designated Government representative:












      1. Packing Slip. The Contractor shall provide an itemized packing slip that includes applicable P/N, NSN 2840-01-110-9391, seal serial number, contract and task order number, and incorporate bar code labeling for each shipment.












    1. Inspection Requirements. The Contractor shall provide quality services and/or products IAW this contract. All seals will be visually inspected by a Government Quality Assurance (QA) specialist from DCMA at the Contractor’s site. If discrepancies are noted during the inspection, the discrepant seal(s) will not be accepted and will be returned to the Contractor. The Contractor shall correct discrepancies for re-inspection.












      1. When the Contractor’s performance is unsatisfactory; a CDR shall be issued. If a CDR has to be issued, the Contractor shall reply in writing, giving the reason for the unsatisfactory condition, and what corrective action has been taken; and procedures to prevent recurrence.










  1. Applicable Publications (Current Editions). The Contractor (to include subcontractors) must abide by all applicable regulations, publications, manuals, and local policies and procedures. The Government will provide electronic copies to the Contractor upon request.






  1. 29 CFR 1910, Occupational Health and Safety

  2. DoD 5500.7-R Joint Ethics Regulations (JER)

  3. OPNAVINST 5102.1D MCO P5102.1B, Navy & Marine Corps Mishap and Safety Investigation, Reporting, And Record Keeping Manual

  4. OPNAVINST 5530.14E CH-2, Navy Physical Security and Law Enforcement Program

  5. GE REI TF34-3110

  6. Technical Manual T.O. 2J-TF34-4, Illustrated Parts Breakdown Figure 12, Combustion Chamber Frame and B-Sump Components for TF34-GE-100A Engine

  7. Technical Manual T.O. 2J-TF34-3-2, Depot Maintenance, Turbofan Engine, TF34-GE- 100A WP 355 03, Cleaning/Inspection/Repair, Combustion Section, Stationary Seals and Seal Support

  8. Joint Aeronautical Commanders’ Group (JACG) Aviation Source Approval and Management Handbook

  9. Joint Aeronautical Commander’s Group (JACG) Aviation Critical Safety Item Management Handbook

  10. SECNAVINST 4140.2, Management of Aviation Critical Safety Items

  11. MIL-STD-2073E, Standard Practice for Military Packaging

  12. AS9100 Rev D, Quality Management Systems – Requirements for Aviation, Space, and Defense Organizations





PART 7 ATTACHMENT/TECHNICAL EXHIBIT LISTING





Attachment 1:



Performance Requirements Summary





Performance Objective



Performance Standard



AQL



Monitoring Method



5.1. CDP Seal Repair



The Contractor shall provide RFI CDP seals within 55 calendar days after receipt of task orders by inspecting, cleaning, replacing the honeycomb seals, and associated machining to return the part to limits as specified in



T.O. 2J-TF34-3-2, WP 355 03, GE REI TF34-3110, and GE



Drawings 6037T40 or 5023T74.



The Contractor shall be on or ahead of schedule 95% of the time.



100% Inspection



5.3. Inspection Requirements



If discrepancies are noted during The 100% Inspection the inspection, the discrepant performance



seal(s) will not be accepted and standard will be returned to the will be met



Contractor. at 95% of



the time.





The Contractor shall correct The 100% Inspection discrepancies for re-inspection. performance



standard will be met at 99% of the time.





Note: Government surveillance of Contractor performance is not limited to the Performance Objectives as outlined in this PRS. The Government reserves the right to conduct compliance surveillance of any contractual requirement of this acquisition.





The following Technical Exhibit will be provided to the Contractor upon request.





Technical Exhibit 1: CDP Seal Drawings



6037T40 Rev M or later 5023T74 Rev G or later 4902T38 or later revision


Attachments/Links
Contact Information
Contracting Office Address
  • ATTN CHIEF OF STAFF 47038 MCLEOD ROAD, BLDG 448
  • PATUXENT RIVER , MD 20670
  • USA
Primary Point of Contact
Secondary Point of Contact
History
  • Apr 05, 2023 05:25 pm EDTSources Sought (Original)

TRY FOR FREE

Not a USAOPPS Member Yet?

Get unlimited access to thousands of active local, state and federal government bids and awards in All 50 States.

Start Free Trial Today >