- ---------------------------------------------------------------------------------------------------------------------------- AWARD CONTRACT THIS CONTRACT IS A [ILLEGIBLE] [ILLEGIBLE] Illegible UNDER OPAS [ILLEGIBLE] DO-A1 1 72 - ---------------------------------------------------------------------------------------------------------------------------- 2. CONTRACT Illegible NO. 3. EFFECTIVE DATE 4. ACQUISITION/PURCHASE, REQUEST/PROJECT NO. DTCG38-95-D-20018 See Block 20C 4152-IG20 - ---------------------------------------------------------------------------------------------------------------------------- 5. ISSUED BY CODE Z50100 6. ADMINISTERED BY (IF OTHER THAN ITEM 5) CODE --------- --------- USCG Aircraft Repair and Supply Center Elizabeth City, NC 27909-5001 ATTN: HH65A Contract Section - ---------------------------------------------------------------------------------------------------------------------------- 7. NAME AND ADDRESS OF CONTRACTOR (NO., STREET, CITY, COUNTY, STATE AND ZIP CODE) 8. DELIVERY Destination HAWKER PACIFIC INC. / / FOB ORIGIN / / OTHER (SEE BELOW) 11310 Sherman Way ------------------------------------ Sun Valley, CA 91352 9. DISCOUNT FOR PROMPT PAYMENT Net 30 ------------------------------------ 10. SUBMIT INVOICES ITEM (4 COPIES UNLESS OTHER- - --------------------------------------------------------------------------------------- WISE SPECIFIED) TO THE CODE 53583 FACILITY CODE ADDRESS SHOWN IN: Section G - ----------------------------------------------------------------------------------------------------------------------------- 11. SHIP TO/MARK FOR CODE 12. PAYMENT WILL BE MADE BY CODE ------------- ---------- As specified in Section F As specified in Section G - ----------------------------------------------------- ----------------------------------------------------------------- 13. AUTHORITY FOR USING OTHER THAN FULL AND OPEN 14. ACCOUNTING AND APPROPRIATION DATA COMPETITION: /X/ 10 U.S.C. 2304(c)( ) / / 41 U.S.C. 253(c)( ) As specified on individual delivery orders - ----------------------------------------------------------------------------------------------------------------------------- 15A. ITEM NO. 15B. SUPPLIES/SERVICES 15C. QUANTITY 15D. UNIT 15E. UNIT PRICE 15F. AMOUNT - ----------------------------------------------------------------------------------------------------------------------------- This document constitutes award of an indefinite-delivery indefinite-quantity contract resulting from Solicitation DTCG38-94-R-20008, and includes items cited in Section B of the contract. PART IV, SECTION K of the Contractor's proposal is incorporated herein by reference. - ----------------------------------------------------------------------------------------------------------------------------- 15G. TOTAL AMOUNT OF CONTRACT $ N/A - ----------------------------------------------------------------------------------------------------------------------------- 16. TABLE OF CONTENTS - ----------------------------------------------------------------------------------------------------------------------------- W) SEC. DESCRIPTION PAGE(S) W) SEC DESCRIPTION PAGE(S) - ----------------------------------------------------------------------------------------------------------------------------- PART I - THE SCHEDULE PART II - CONTRACT CLAUSES - ----------------------------------------------------------------------------------------------------------------------------- x A SOLICITATION/CONTRACT FORM 1 x I CONTRACT CLAUSES 65-71 - ----------------------------------------------------------------------------------------------------------------------------- x B SUPPLIES OR SERVICES AND PRICES/COSTS 2-41 PART III - LIST OF DOCUMENTS, EXHIBITS AND OTHER ATTACH. - ----------------------------------------------------------------------------------------------------------------------------- x C DESCRIPTION/SPECS./WORK STATEMENT 42-49 x J LIST OF ATTACHMENTS 72 - ----------------------------------------------------------------------------------------------------------------------------- x D PACKAGING AND MARKING 50 PART IV - REPRESENTATIONS AND INSTRUCTIONS - ----------------------------------------------------------------------------------------------------------------------------- x E INSPECTION AND ACCEPTANCE 51 K REPRESENTATIONS, CERTIFICATIONS AND - ------------------------------------------------------------ OTHER STATEMENTS OF OFFERORS x F DELIVERIES OR PERFORMANCE 52-55 - ----------------------------------------------------------------------------------------------------------------------------- x G CONTRACT ADMINISTRATION DATA 56-57 L INSTRS, CONDS, AND NOTICES TO OFFERORS - ----------------------------------------------------------------------------------------------------------------------------- x H SPECIAL CONTRACT REQUIREMENTS 58-64 M EVALUATION FACTORS FOR AWARD - ----------------------------------------------------------------------------------------------------------------------------- CONTRTACTING OFFICER WILL COMPLETE ITEM 17 OR 18 AS APPLICABLE - ----------------------------------------------------------------------------------------------------------------------------- 17 /x/ CONTRACTOR'S NEGOTIATED AGREEMENTS (CONTRACTOR IS RE- 18. / / AWARD (CONTRACTOR IS NOT REQUIRED TO SIGN THIS QUIRED TO SIGN THIS DOCUMENT AND RETURN 1 COPIES TO DOCUMENT.) Your offer on Solicitation Number ISSUING OFFICE.) Contractor agrees to furnish and ________________________________________________, deliver all items or perform all the services set including the additions or changes made by you forth or otherwise identified above and on any which additions or changes are set forth in full continuation sheets for the consideration stated above, is hereby accepted as in the items listed herein. The rights and obligations of the parties above and on any continuation sheets. This to this contract shall be subject to and governed award consummates the contract which consists of by the following documents: (a) this award/contract the following documents: (a) the Government's (b) the solicitation, if any, and (c) such solicitation and your offer, and (b) this award/ provisions, representations, certifications, and contract. no further contractual document is specifications, as are attached or incorporated by necessary. reference herein. (ATTACHMENTS ARE LISTED HEREIN.) - ----------------------------------------------------------------------------------------------------------------------------- 19A. NAME AND TITLE OF SIGNER (TYPE OR PRINT) 20A. NAME OF CONTRACTING OFFICER MICHAEL A. RILEY, VICE PRESIDENT HYDROMECHANICAL SYSTEMS - ----------------------------------------------------------------------------------------------------------------------------- 19B. NAME OF CONTRACTOR 19C. DATE SIGNED 20B. UNITED STATES OF AMERICA 20C. DATE SIGNED BY /s/ Illegible BY ---------------------------------------- 20 SEPT 95 ---------------------------------- (SIGNATURE OF PERSON AUTHORIZED TO SIGN) (SIGNATURE OF CONTRACTING OFFICER) - ----------------------------------------------------------------------------------------------------------------------------- - ----------------------------------------------------------------------------------------------------------------------------- THE [*] INDICATES THAT PORTIONS OF TEXT HAVE BEEN DELETED AND ARE BEING FILED UNDER SEPARATE COVER WITH THE SECURITIES COMMISSION EXCHANGE PURSUANT TO A REQUEST FOR CONFIDENTIAL TREATMENT. U.S. Department Commanding Officer Aircraft Repair & Supply Center of Transportation U.S. Coast Guard Elizabeth City, NC 27909-5001 [Logo] Staff Symbol: 4220/2400 United States Phone: (919)335-6141 Coast Guard 19 September 1995 Hawker Pacific Inc. Attn: Doris Parr 11310 Sherman Way Sun Valley, CA 913 Subj: SOLICITATION DTCG38-94-R-20008 Dear Ms. Parr: It is requested that you review the enclosed proposed contract which is the result of your response to the subject solicitation. Please sign the proposed contract in Block 19, then return only the cover sheet and one copy to this office. The changes made from the solicitation to the proposed contract are as follows: 1. The requirement for inspection by DCMAO has been waived; therefore, references to DCMAO have been deleted from Section C, Paragraph C-3.5 Unusual Damage, Section E, Paragraph E-2 Inspection and Acceptance, and Section H, Paragraph H-2 Exclusions. 2. FAR clause 52.246-15 Certificate of Conformance (APR 1984) has been added to Section E, Paragraph E-1. 3. FAR clauses 52.215-30 Facilities Capital Cost of Money and 52.229-6 Taxes -Foreign Fixed-Price Contracts have been deleted from Section I, Paragraph I-1. 4. Section G, Paragraph G-1 - The requirement to direct the original Standard Form 295 to Washington, DC has been deleted. The form shall be submitted to the address in G-1, in accordance with the delivery schedule in Section F, F-2 Delivery Schedule. If you have any questions concerning these changes or the proposed contract please call Linda Foster at (919)335-6561 or the undersigned at (919)335-6141. /s/ Elissa D. Gill ELISSA D. GILL Contracting Officer Encl: Proposed Contract DTCG38-95-D-20018 Page 2 DTCG38-95-D-20018 PART I SECTION B - SUPPLIES OR SERVICES AND PRICES/COSTS B-1. CONTRACT LINE ITEMS. The contractor shall provide all necessary parts, material, labor, tooling, test equipment and facilities for performance of the services specified in Section C, Statement of Work for the following components. Sea Section H, Paragraph H-6 for specific pricing instructions. NOTE: ALL SEPARATELY PRICED REPLACEMENT PARTS SHALL BE NEW UNLESS OTHERWISE SPECIFIED. BASE PERIOD: DATE OF CONTRACT AWARD THROUGH ONE YEAR FROM DATE OF AWARD MIN MAX UNIT CLIN SUPPLIES/SERVICES QTY QTY UNIT PRICE 1 REWORK 5 30 EA $ [*] 1620-14-459-0511 LEG, LH MAIN LG P/N 18785-100-05 TEST/EVALUATION $ [*] EA SEPARATELY PRICED REPLACEMENT PARTS: P/N NOMENCLATURE 17975 CONTACTOR UNIT ASSY $ [*] EA 18802 UNION $ [*] EA 18965-000-01 LH HOUSING $ [*] EA 18965-000-01 LH HOUSING $ [*] EA RECOVERED IAW C-3.2.4.1 18979 SHAFT $ [*] EA 18980 SHAFT $ [*] EA 18981 SWIVEL PIN $ [*] EA 18989-000-01 JACK $ [*] EA 19217 CABLE $ [*] EA 19828-100 FLEX HOSE $ [*] EA 20529-100 HOSE $ [*] EA 24079-000-00 SINGLE PIECE BEARING S [*] EA Page 3 DTCG38-95-D-20018 B-1. CONTRACT LINE ITEMS. (Cont'd) MIN MAX UNIT CLIN SUPPLIES/SERVICES QTY QTY UNIT PRICE 2 REWORK 5 40 EA $ [*] 1620-14-462-8049 LEG, RH MAIN LG P/N 18786-100-05 TEST/EVALUATION $ [*] EA SEPARATELY PRICED REPLACEMENT PARTS: P/N NOMENCLATURE 17975 CONTACTOR UNIT ASSY $ [*] EA 18130 ROLLER $ [*] EA 18802 UNION $ [*] EA 18966-000-01 RH HOUSING $ [*] EA 18966-000-01 RH HOUSING $ [*] EA RECOVERED IAW C-3.2.4.1 18979 SHAFT $ [*] EA 18980 SHAFT $ [*] EA 18981 SWIVEL PIN $ [*] EA 18989-000-01 JACK $ [*] EA 19217 CABLE $ [*] EA 19828-100 FLEX HOSE $ [*] EA 20529-100 HOSE $ [*] EA 24079-000-00 SINGLE PIECE BEARING $ [*] EA 3 REWORK 5 35 EA $ [*] 1620-14-459-0514 AUX LANDING GEAR P/N 18740-100-07 OR P/N 18740-100-06 TEST/EVALUATION $ [*] EA SEPARATELY PRICED REPLACEMENT PARTS: P/N NOMENCLATURE 18880-000-02 HOUSING $ [*] EA 18907-000-01 UPPER BEARING $ [*] EA 18921-000-01 BEARING POST $ [*] EA 18922 PISTON TUBE $ [*] EA 18926 LOWER BEARING $ [*] EA 18928 LEVER PISTON SHAFT $ [*] EA 18932-000-01 LOWER BEARING $ [*] EA 19010 SHAFT S [*] EA 19324 AXLE $ [*] EA 19465 YOKE $ [*] EA Page 4 DTCG38-95-D-20018 B-1. CONTRACT LINE ITEMS. (Cont'd) MIN MAX UNIT CLIN SUPPLIES/SERVICES QTY QTY UNIT PRICE 4 MODIFY/REWORK 1 5 EA $ [*] 1620-14-459-0514 MODIFY TO: AUX LANDING GEAR P/N 18740-100-04 P/N 18740-100-07 TEST/EVALUATION $ [*] EA SEPARATELY PRICED REPLACEMENT PARTS: P/N NOMENCLATURE 18880-000-02 HOUSING $ [*] EA 18907-000-01 UPPER BEARING $ [*] EA 18921-000-01 BEARING POST $ [*] EA 18922 PISTON TUBE $ [*] EA 18926 LOWER BEARING $ [*] EA 18928 LEVER PISTON SHAFT $ [*] EA 18932-000-01 LOWER BEARING $ [*] EA 19010 SHAFT $ [*] EA 19324 AXLE $ [*] EA 19465 YOKE $ [*] EA 5 MODIFY/REWORK 1 5 EA $ [*] 1620-14-386-4447 MODIFY TO: AUX LANDING GEAR 1620-14-459-0514 P/N 18740-100-01 P/N 18740-100-07 TEST/EVALUATION $ [*] EA SEPARATELY PRICED REPLACEMENT PARTS: P/N NOMENCLATURE 18880-000-02 HOUSING $ [*] EA 18907-000-01 UPPER BEARING $ [*] EA 18921-000-01 BEARING POST $ [*] EA 18922 PISTON TUBE $ [*] EA 18926 LOWER BEARING $ [*] EA 18928 LEVER PISTON SHAFT $ [*] EA 18932-000-01 LOWER BEARING $ [*] EA 19010 SHAFT $ [*] EA 19324 AXLE $ [*] EA 19465 YOKE $ [*] EA Page 5 DTCG38-95-D-20018 B-1. CONTRACT LINE ITEMS. (Cont'd) MIN MAX UNIT CLIN SUPPLIES/SERVICES QTY QTY UNIT PRICE 6 REWORK 3 25 EA $ [*] 1650-14-043-0964 ACTUATOR CYLINDER P/N 19570-101 TEST/EVALUATION $ [*] EA SEPARATELY PRICED REPLACEMENT PARTS: P/N NOMENCLATURE 17946 BUSHING $ [*] EA 18787-100 HOSE ASSY $ [*] EA 18788-100 HOSE ASSY $ [*] EA 18789-100 HOSE ASSY $ [*] EA 19640 BALL FITTING ASSY $ [*] EA 19645 BODY ASSY $ [*] EA 19645 BODY ASSY $ [*] EA RECOVERED IAW C-3.2.4.3 19713 BUSHING $ [*] EA 19727 PISTON $ [*] EA 19731 CLAW $ [*] EA 19870 HARNESS CABLE $ [*] EA 7 REWORK 3 8 EA $ [*] 1650-14-387-2620 ACTUATOR CYLINDER P/N 19575-101 TEST/EVALUATION $ [*] EA SEPARATELY PRICED REPLACEMENT PARTS: P/N NOMENCLATURE 18789-100 HOSE ASSY $ [*] EA 18790-100 HOSE ASSY $ [*] EA 18791-100 HOSE ASSY $ [*] EA 19640 BALL FITTING ASSY $ [*] EA 19713 BUSHING $ [*] EA 19716-100 HOUSING ASSY $ [*] EA 19716-100 HOUSING ASSY $ [*] EA RECOVERED IAW C-3.2.4.3 19727 PISTON $ [*] EA 19731 CLAW $ [*] EA 19880 HARNESS CABLE $ [*] EA Page 6 DTCG38-95-D-20018 B-1. CONTRACT LINE ITEMS. (Cont'd) MIN MAX UNIT CLIN SUPPLIES/SERVICES QTY QTY UNIT PRICE 8 REWORK 3 30 EA $ [*] OVERHAUL/MODIFY 3 30 EA $ [*] *REPLACE LINER ONLY 3 30 EA $ [*] 1650-14-383-0795 OVERHAUL AND MODIFY TO: PUMP, SELF REGULATING 1650-14-463-8804 P/N C24160022 P/N C24160022-1 TEST/EVALUATION $ [*] EA SEPARATELY PRICED REPLACEMENT PARTS: P/N NOMENCLATURE A81953-2 END FITTING $ [*] EA GA70926-1 SWASH PLATE ASSY $ [*] EA GA70657-2 BLOCK ASSY $ [*] EA *See Section C, Paragraph C-3.2.4.4.1 9 REWORK 3 35 EA $ [*] OVERHAUL 0 10 EA $ [*] *REPLACE LINER ONLY 1 20 EA $ [*] 1650-14-463-8804 PUMP, SELF REGULATING P/N C24160022-1 TEST/EVALUATION $ [*] EA SEPARATELY PRICED REPLACEMENT PARTS: P/N NOMENCLATURE A81953-2 END FITTING $ [*] EA GA70926-1 SWASH PLATE ASSY $ [*] EA GA70657-2 BLOCK ASSY $ [*] EA *See Section C, Paragraph C-3.2.4.4.1 Page 7 DTCG38-95-D-20018 B-1. CONTRACT LINE ITEMS. (Cont'd) MIN MAX UNIT CLIN SUPPLIES/SERVICES QTY QTY UNIT PRICE 10 MODIFY/OVERHAUL 5 38 EA $ [*] 1650-14-397-0762 MODIFY TO: SERVO CONTROL 1650-14-451-4636 P/N SC8031-1 P/N SC8033-1 TEST/EVALUATION $ [*] EA SEPARATELY PRICED REPLACEMENT PARTS: P/N NOMENCLATURE 800600 FILTER $ [*] EA 801271 BODY $ [*] EA 802170 CIRCUIT BOARD $ [*] EA 807763 SWITCH $ [*] EA 11 REWORK 1 20 EA $ [*] OVERHAUL 0 1 EA $ [*] 1650-14-451-4636 SERVO CONTROL P/N SC8033-1 TEST/EVALUATION $ [*] EA SEPARATELY PRICED REPLACEMENT PARTS: P/N NOMENCLATURE 800600 FILTER $ [*] EA 801271 BODY $ [*] EA 802170 CIRCUIT BOARD $ [*] EA 807763 SWITCH $ [*] EA Page 8 DTCG38-95-D-20018 B-1. CONTRACT LINE ITEMS. (Cont'd) MIN MAX UNIT CLIN SUPPLIES/SERVICES QTY QTY UNIT PRICE 12 MODIFY/OVERHAUL 5 20 EA $ [*] 1650-14-397-0763 MODIFY TO: SERVO CONTROL 1650-14-448-1729 P/N SC8032-1 P/N SC8034-1 TEST/EVALUATION $ [*] EA SEPARATELY PRICED REPLACEMENT PARTS: P/N NOMENCLATURE 800600 FILTER $ [*] EA 801271 BODY $ [*] EA 801400 CUP ASSEMBLY $ [*] EA 802170 CIRCUIT BOARD $ [*] EA 607763 SWITCH $ [*] EA 13 REWORK 1 15 EA $ [*] OVERHAUL 0 1 EA $ [*] 1650-14-448-1729 SERVO CONTROL P/N SC8034-1 TEST/EVALUATION $ [*] EA SEPARATELY PRICED REPLACEMENT PARTS: P/N NOMENCLATURE 800600 FILTER $ [*] EA 801271 BODY $ [*] EA 801400 CUP ASSEMBLY $ [*] EA 802170 CIRCUIT BOARD $ [*] EA 807763 SWITCH $ [*] EA Page 9 DTCG38-95-D-20018 B-1. CONTRACT LINE ITEMS. (Cont'd) UNIT CLIN SUPPLIES/SERVICES QTY UNIT PRICE 18 LABOR RATE: UNUSUAL DAMAGE 1 LT Not separately priced IAW Section C, Paragraph C-3.5 and Section H, Paragraph H-6 HOURLY RATE $ [*] 19 LABOR RATE: TECHNICAL SUPPORT 1 LT Not separately priced SERVICES IAW Section C, Paragraph C-3.7 and Section H, Paragraph H-6 HOURLY RATE $ [*] 20 LABOR RATE: PRODUCT IMPROVEMENT/ 1 LT Not separately priced ENGINEERING CHANGE PROPOSAL IAW Section C, Paragraph C-3.8 and Section H, Paragraph H-6 HOURLY RATE $ [*] 21 LABOR RATE: SERVICE BULLETINS 1 LT Not separately priced IAW Section C, Paragraph C-3.10 and Section H, Paragraph H-6 HOURLY RATE $ [*] 22 PUBLICATIONS/UPDATES IAW Section C, Paragraph C-3.12 1 LT Not separately priced 23 AVIATION COMPUTERIZED MAINTENANCE SYSTEM (ACMS) forms IAW Section H, Paragraph H-1 1 LT Not separately priced 24 Failure Data Report IAM Section F, Paragraph F-4 1 LT Not separately priced 25 Replacement Parts Listing IAW SECTION C, PARAGRAPH C-3.4 1 LT Not separately priced 26 Standard Form 294, SUBCONTRACTING REPORT FOR INDIVIDUAL CONTRACTS IAW FAR 52.219-9 in Section I 1 LT Not separately priced 27 Standard Form 295, SUMMARY SUBCONTRACT REPORT IAW FAR 52.219-9 in Section I 1 LT Not separately priced 28 Government Property Report IAW TAR 1252.245-70 in Section I 1 LT Not separately priced Page 10 DTCG38-95-D-20018 B-1. CONTRACT LINE ITEMS. (Cont'd) OPTION YEAR ONE: DATE OF OPTION EXERCISE THROUGH ONE YEAR FROM DATE OF OPTION MIN MAX UNIT CLIN SUPPLIES/SERVICES QTY QTY UNIT PRICE 29 REWORK 5 30 EA $ [*] 1620-14-459-0511 LEG, LH MAIN LG P/N 18785-100-05 TEST/EVALUATION $ [*] EA SEPARATELY PRICED REPLACEMENT PARTS: P/N NOMENCLATURE 17975 CONTACTOR UNIT ASSY $ [*] EA 18802 UNION $ [*] EA 18965-000-01 LH HOUSING $ [*] EA 18965-000-01 LH HOUSING $ [*] EA RECOVERED IAW C-3.2.4.1 18979 SHAFT $ [*] EA 18980 SHAFT $ [*] EA 18981 SWIVEL PIN $ [*] EA 18989-000-01 JACK $ [*] EA 19217 CABLE $ [*] EA 19828-100 FLEX HOSE $ [*] EA 20529-100 HOSE $ [*] EA 24079-000-00 SINGLE PIECE BEARING $ [*] EA Page 11 DTCG38-95-D-20018 B-1. CONTRACT LINE ITEMS. (Cont'd) MIN MAX UNIT CLIN SUPPLIES/SERVICES QTY QTY UNIT PRICE 30 REWORK 5 40 EA $ [*] 1620-14-462-8049 LEG, RH MAIN LG P/N 18786-100-05 TEST/EVALUATION $ [*] EA SEPARATELY PRICED REPLACEMENT PARTS: P/N NOMENCLATURE 17975 CONTACTOR UNIT ASSY $ [*] EA 18130 ROLLER $ [*] EA 18802 UNION $ [*] EA 18966-000-01 RH HOUSING $ [*] EA 18966-000-01 RH HOUSING $ [*] EA RECOVERED IAW C-3.2.4.1 18979 SHAFT $ [*] EA 18980 SHAFT $ [*] EA 18981 SNIVEL PIN $ [*] EA 18989-000-01 JACK $ [*] EA 19217 CABLE $ [*] EA 19828-100 FLEX HOSE $ [*] EA 20529-100 HOSE $ [*] EA 24079-000-00 SINGLE PIECE BEARING $ [*] EA 31 REWORK 5 35 EA $ [*] 1620-14-459-0514 AUX LANDING GEAR P/N 18740-100-07 OR P/N 18740-100-06 TEST/EVALUATION $ [*] EA SEPARATELY PRICED REPLACEMENT PARTS: P/N NOMENCLATURE 18880-000-02 HOUSING $ [*] EA 18907-000-01 UPPER BEARING $ [*] EA 18921-000-01 BEARING POST $ [*] EA 18922 PISTON TUBE $ [*] EA 18926 LOWER BEARING $ [*] EA 18928 LEVER PISTON SHAFT $ [*] EA 18932-000-01 LOWER BEARING S [*] EA 19010 SHAFT $ [*] EA 19324 AXLE $ [*] EA 19465 YOKE $ [*] EA Page 12 DTCG38-95-D-20018 B-1. CONTRACT LINE ITEMS. (Cont'd) MIN MAX UNIT CLIN SUPPLIES/SERVICES QTY QTY UNIT PRICE 32 MODIFY/REWORK 1 5 EA $ [*] 1620-14-459-0514 MODIFY TO: AUX LANDING GEAR P/N 18740-100-04 P/N 18740-100-07 TEST/EVALUATION $ [*] EA SEPARATELY PRICED REPLACEMENT PARTS: P/N NOMENCLATURE 18880-000-02 HOUSING $ [*] EA 18907-000-01 UPPER BEARING $ [*] EA 18921-000-01 BEARING POST $ [*] EA 18922 PISTON TUBE $ [*] EA 18926 LOWER BEARING $ [*] EA 18928 LEVER PISTON SHAFT $ [*] EA 18932-000-01 LOWER BEARING $ [*] EA 19010 SHAFT $ [*] EA 19324 AXLE $ [*] EA 19465 YOKE $ [*] EA 33 MODIFY/REWORK 1 5 EA $ [*] 1620-14-386-4447 MODIFY TO: AUX LANDING GEAR 1620-14-459-0514 P/N 18740-100-01 P/N 18740-100-07 TEST/EVALUATION $ [*] EA SEPARATELY PRICED REPLACEMENT PARTS: P/N NOMENCLATURE 18880-000-02 HOUSING $ [*] EA 18907-000-01 UPPER BEARING $ [*] EA 18921-000-01 BEARING POST $ [*] EA 18922 PISTON TUBE $ [*] EA 18926 LOWER BEARING $ [*] EA 18928 LEVER PISTON SHAFT $ [*] EA 18932-000-01 LOWER BEARING $ [*] EA 19010 SHAFT $ [*] EA 19324 AXLE $ [*] EA 19465 YOKE $ [*] EA Page 13 DTCG38-95-D-20018 B-l. CONTRACT LINE ITEMS. (Cont'd) MIN MAX UNIT CLIN SUPPLIES/SERVICES QTY QTY UNIT PRICE 34 REWORK 3 25 EA $ [*] 1650-14-043-0964 ACTUATOR CYLINDER P/N 19570-101 TEST/EVALUATION $ [*] EA SEPARATELY PRICED REPLACEMENT PARTS: P/N NOMENCLATURE 17946 BUSHING $ [*] EA 18787-100 HOSE ASSY $ [*] EA 18788-100 HOSE ASSY $ [*] EA 18789-100 HOSE ASSY $ [*] EA 19640 BALL FITTING ASSY $ [*] EA 19645 BODY ASSY $ [*] EA 19645 BODY ASSY $ [*] EA RECOVERED IAW C-3.2.4.3 19713 BUSHING $ [*] EA 19727 PISTON $ [*] EA 19731 CLAW $ [*] EA 19870 HARNESS CABLE $ [*] EA 35 REWORK 3 8 EA $ [*] 1650-14-387-2620 ACTUATOR CYLINDER P/N 19575-101 TEST/EVALUATION $ [*] EA SEPARATELY PRICED REPLACEMENT PARTS: P/N NOMENCLATURE 18789-100 HOSE ASSY $ [*] EA 18790-100 HOSE ASSY $ [*] EA 18791-100 HOSE ASSY $ [*] EA 19640 BALL FITTING ASSY $ [*] EA 19713 BUSHING $ [*] EA 19716-100 HOUSING ASSY $ [*] EA 19716-100 HOUSING ASSY $ [*] EA RECOVERED IAW C-3.2.4.3 19727 PISTON $ [*] EA 19731 CLAW $ [*] EA 19880 HARNESS CABLE $ [*] EA Page 14 DTCG38-95-D-20018 B-1. CONTRACT LINE ITEMS. (Cont'd) MIN MAX UNIT CLIN SUPPLIES/SERVICES QTY QTY UNIT PRICE 36 REWORK 2 25 EA $ [*] OVERHAUL/MODIFY 3 30 EA $ [*] *REPLACE LINER ONLY 1 10 EA $ [*] 1650-14-383-0795 OVERHAUL AND MODIFY TO: PUMP, SELF REGULATING 1650-14-463-8804 P/N C24160022 P/N C24160022-1 TEST/EVALUATION S [*] EA SEPARATELY PRICED REPLACEMENT PARTS: P/N NOMENCLATURE A81953-2 END FITTING $ [*] EA GA70926-1 SWASH PLATE ASSY $ [*] EA GA70657-2 BLOCK ASSY $ [*] EA *See Section C, Paragraph C-3.2.4.4.1 37 REWORK 3 35 EA $ [*] OVERHAUL 0 15 EA $ [*] *REPLACE LINER ONLY 1 10 EA $ [*] 1650-14-463-8804 PUMP, SELF REGULATING P/N C24160022-1 TEST/EVALUATION $ [*] EA SEPARATELY PRICED REPLACEMENT PARTS: P/N NOMENCLATURE A81953-2 END FITTING $ [*] EA GA70926-1 SWASH PLATE ASSY $ [*] EA GA70657-2 BLOCK ASSY $ [*] EA *See Section C, Paragraph C-3.2.4.4.1 Page 15 DTCG38-95-D-20018 B-1. CONTRACT LINE ITEMS. (Cont'd) MIN MAX UNIT CLIN SUPPLIES/SERVICES QTY QTY UNIT PRICE 38 MODIFY/OVERHAUL 1 26 EA $ [*] 1650-14-397-0762 MODIFY TO: SERVO CONTROL 1650-14-451-4636 P/N SC8031-1 P/N SC8033-1 TEST/EVALUATION $ [*] EA SEPARATELY PRICED REPLACEMENT PARTS: P/N NOMENCLATURE 800600 FILTER $ [*] EA 801271 BODY $ [*] EA 802170 CIRCUIT BOARD $ [*] EA 807763 SWITCH $ [*] EA 39 REWORK 1 22 EA $ [*] OVERHAUL 0 1 EA $ [*] 1650-14-451-4636 SERVO CONTROL P/N SC8033-1 TEST/EVALUATION $ [*] EA SEPARATELY PRICED REPLACEMENT PARTS: P/N NOMENCLATURE 800600 FILTER $ [*] EA 801271 BODY $ [*] EA 802170 CIRCUIT BOARD $ [*] EA 807763 SWITCH $ [*] EA Page 16 DTCG38-95-D-20018 B-1. CONTRACT LINE ITEMS. (Cont'd) MIN MAX UNIT CLIN SUPPLIES/SERVICES QTY QTY UNIT PRICE 40 MODIFY/OVERHAUL 2 20 EA $ [*] 1650-14-397-0763 MODIFY TO: SERVO CONTROL 1650-14-448-1729 P/N SC8032-1 P/N SC8034-1 TEST/EVALUATION $ [*] EA SEPARATELY PRICED REPLACEMENT PARTS: P/N NOMENCLATURE 800600 FILTER $ [*] EA 801271 BODY $ [*] EA 801400 CUP ASSEMBLY $ [*] EA 802170 CIRCUIT BOARD $ [*] EA 807763 SWITCH $ [*] EA 41 REWORK 1 15 EA $ [*] OVERHAUL 1 5 EA $ [*] 1650-14-448-1729 SERVO CONTROL P/N SC8034-1 TEST/EVALUATION $ [*] EA SEPARATELY PRICED REPLACEMENT PARTS: P/N NOMENCLATURE 800600 FILTER $ [*] EA 801271 BODY $ [*] EA 801400 CUP ASSEMBLY $ [*] EA 802170 CIRCUIT BOARD $ [*] EA 807763 SWITCH $ [*] EA Page 17 DTCG38-95-D-20018 B-1. CONTRACT LINE ITEMS. (Cont'd) UNIT CLIN SUPPLIES/SERVICES QTY UNIT PRICE 46 LABOR RATE: UNUSUAL DAMAGE 1 LT Not separately priced IAW Section C, Paragraph C-3.5 and Section H, Paragraph H-6 HOURLY RATE $ [*] 47 LABOR RATE: TECHNICAL SUPPORT 1 LT Not separately priced SERVICES IAW Section C, Paragraph C-3.7 and Section H, Paragraph H-6 HOURLY RATE $ [*] 48 LABOR RATE: PRODUCT IMPROVEMENT/ 1 LT Not separately priced ENGINEERING CHANGE PROPOSAL ZAN Section C, Paragraph C-3.8 and Section H, Paragraph H-6 HOURLY RATE $ [*] 49 LABOR RATE: SERVICE BULLETINS 1 LT Not separately priced IAW Section C, Paragraph C-3.10 and Section H, Paragraph H-6 HOURLY RATE $ [*] 50 PUBLICATIONS/UPDATES IAW Section C, Paragraph C-3.12 1 LT Not separately priced 51 AVIATION COMPUTERIZED MAINTENANCE SYSTEM (ACMS) forms IAW Section H, Paragraph H-1 1 LT Not separately priced 52 Failure Data Report IAW Section F, Paragraph F-4 1 LT Not separately priced 53 Replacement Parts Listing IAW SECTION C, PARAGRAPH C-3.4 1 LT Not separately priced 54 Standard Form 294, SUBCONTRACTING REPORT FOR INDIVIDUAL CONTRACTS IAW FAR 52.219-9 in Section I 1 LT Not separately priced 55 Standard Form 295, SUMMARY SUBCONTRACT REPORT IAW FAR 52.219-9 in Section I 1 LT Not separately priced 56 Government Property Report IAW TAR 1252.245-70 in Section I 1 LT Not separately priced Page 18 DTCG38-95-D-20018 B-l. CONTRACT LINE ITEMS. (Cont'd) OPTION YEAR TWO: DATE OF OPTION EXERCISE THROUGH ONE YEAR FROM DATE OF OPTION MIN MAX UNIT CLIN SUPPLIES/SERVICES QTY QTY UNIT PRICE 57 REWORK 5 30 EA $ [*] 1620-14-459-0511 LEG, LH MAIN LG P/N 18785-100-05 TEST/EVALUATION $ [*] EA SEPARATELY PRICED REPLACEMENT PARTS: P/N NOMENCLATURE 17975 CONTACTOR UNIT ASSY $ [*] EA 18802 UNION $ [*] EA 18965-000-01 LH HOUSING $ [*] EA 18965-000-01 LH HOUSING $ [*] EA RECOVERED IAW C-3.2.4.1 18979 SHAFT $ [*] EA 18980 SHAFT $ [*] EA 18981 SWIVEL PIN $ [*] EA 18989-000-01 JACK $ [*] EA 19217 CABLE $ [*] EA 19828-100 FLEX HOSE $ [*] EA 20529-100 HOSE $ [*] EA 24079-000-00 SINGLE PIECE BEARING $ [*] EA Page 19 DTCG38-95-D-20018 B-1. CONTRACT LINE ITEMS. (Cont'd) MIN MAX UNIT CLIN SUPPLIES/SERVICES QTY QTY UNIT PRICE 58 REWORK 5 40 EA $ [*] 1620-14-462-8049 LEG, RH MAIN LG P/N 18786-100-05 TEST/EVALUATION $ [*] EA SEPARATELY PRICED REPLACEMENT PARTS: P/N NOMENCLATURE 17975 CONTACTOR UNIT ASSY $ [*] EA 18130 ROLLER $ [*] EA 18802 UNION $ [*] EA 18966-000-01 RH HOUSING $ [*] EA 18966-000-01 RH HOUSING $ [*] EA RECOVERED IAW C-3.2.4.1 18979 SHAFT $ [*] EA 18980 SHAFT $ [*] EA 18981 SWIVEL PIN $ [*] EA 18989-000-01 JACK $ [*] EA 19217 CABLE $ [*] EA 19828-100 FLEX HOSE $ [*] EA 20529-100 HOSE $ [*] EA 24079-000-00 SINGLE PIECE BEARING $ [*] EA 59 REWORK 5 35 EA $ [*] 1620-14-459-0514 AUX LANDING GEAR P/N 18740-100-07 OR P/N 18740-100-06 TEST/EVALUATION $ [*] EA SEPARATELY PRICED REPLACEMENT PARTS: P/N NOMENCLATURE 18880-000-02 HOUSING $ [*] EA 18907-000-01 UPPER BEARING $ [*] EA 18921-000-01 BEARING POST $ [*] EA 18922 PISTON TUBE $ [*] EA 18926 LOWER BEARING $ [*] EA 18928 LEVER PISTON SHAFT $ [*] EA 18932-000-01 LOWER BEARING $ [*] EA 19010 SHAFT $ [*] EA 19324 AXLE $ [*] EA 19465 YOKE $ [*] EA Page 20 DTCG38-95-D-20018 B-1. CONTRACT LINE ITEMS. (Cont'd) MIN MAX UNIT CLIN SUPPLIES/SERVICES QTY QTY UNIT PRICE 60 MODIFY/REWORK 1 5 EA $ [*] 1620-14-459-0514 MODIFY TO: AUX LANDING GEAR P/N 18740-100-04 P/N 18740-100-07 TEST/EVALUATION $ [*] EA SEPARATELY PRICED REPLACEMENT PARTS: P/N NOMENCLATURE 18880-000-02 HOUSING $ [*] EA 18907-000-01 UPPER BEARING $ [*] EA 18921-000-01 BEARING POST $ [*] EA 18922 PISTON TUBE $ [*] EA 18926 LOWER BEARING $ [*] EA 18928 LEVER PISTON SHAFT $ [*] EA 18932-000-01 LOWER BEARING $ [*] EA 19010 SHAFT $ [*] EA 19324 AXLE $ [*] EA 19465 YOKE $ [*] EA 61 MODIFY/REWORK 1 5 EA $ [*] 1620-14-386-4447 MODIFY TO: AUX LANDING GEAR 1620-14-459-0514 P/N 18740-100-01 P/N 18740-100-07 TEST/EVALUATION $ [*] EA SEPARATELY PRICED REPLACEMENT PARTS: P/N NOMENCLATURE 18880-000-02 HOUSING $ [*] EA 18907-000-01 UPPER BEARING $ [*] EA 18921-000-01 BEARING POST $ [*] EA 18922 PISTON TUBE $ [*] EA 18926 LOWER BEARING $ [*] EA 18928 LEVER PISTON SHAFT $ [*] EA 18932-000-01 LOWER BEARING $ [*] EA 19010 SHAFT $ [*] EA 19324 AXLE $ [*] EA 19465 YOKE $ [*] EA Page 21 DTCG38-95-D-20018 B-1. CONTRACT LINE ITEMS. (Cont'd) MIN MAX UNIT CLIN SUPPLIES/SERVICES QTY QTY UNIT PRICE 62 REWORK 3 25 EA $ [*] 1650-14-043-0964 ACTUATOR CYLINDER P/N 19570-101 TEST/EVALUATION $ [*] EA SEPARATELY PRICED REPLACEMENT PARTS: P/N NOMENCLATURE 17946 BUSHING $ [*] EA 18787-100 HOSE ASSY $ [*] EA 18788-100 HOSE ASSY $ [*] EA 18789-100 HOSE ASSY $ [*] EA 19640 BALL FITTING ASSY $ [*] EA 19645 BODY ASSY $ [*] EA 19645 BODY ASSY $ [*] EA RECOVERED IAW C-3.2.4.3 19713 BUSHING $ [*] EA 19727 PISTON $ [*] EA 19731 CLAW $ [*] EA 19870 HARNESS CABLE $ [*] EA 63 REWORK 3 10 EA $ [*] 1650-14-387-2620 ACTUATOR CYLINDER P/N 19575-101 TEST/EVALUATION $ [*] EA SEPARATELY PRICED REPLACEMENT PARTS: P/N NOMENCLATURE 18789-100 HOSE ASSY $ [*] EA 18790-100 HOSE ASSY $ [*] EA 18791-100 HOSE ASSY $ [*] EA 19640 BALL FITTING ASSY $ [*] EA 19713 BUSHING $ [*] EA 19716-100 HOUSING ASSY $ [*] EA 19716-100 HOUSING ASSY $ [*] EA RECOVERED IAW C-3.2.4.3 19727 PISTON $ [*] EA 19731 CLAW $ [*] EA 19880 HARNESS CABLE $ [*] EA Page 22 DTCG38-95-D-20018 B-1. CONTRACT LINE ITEMS. (Cont'd) MIN MAX UNIT CLIN SUPPLIES/SERVICES QTY QTY UNIT PRICE 64 REWORK 2 25 EA $ [*] OVERHAUL/MODIFY 3 30 EA $ [*] *REPLACE LINER ONLY 1 15 EA $ [*] 1650-14-383-0795 OVERHAUL AND MODIFY TO: PUMP, SELF REGULATING 1650-14-463-8804 P/N C24160022 P/N C24160022-1 TEST/EVALUATION $ [*] EA SEPARATELY PRICED REPLACEMENT PARTS: P/N NOMENCLATURE A81953-2 END FITTING $ [*] EA GA70926-1 SWASH PLATE ASSY $ [*] EA GA70657-2 BLOCK ASSY $ [*] EA *See Section C, Paragraph C-3.2.4.4.1 65 REWORK 3 35 EA $ [*] OVERHAUL 1 15 EA $ [*] *REPLACE LINER ONLY 1 15 EA $ [*] 1650-14-463-8804 PUMP, SELF REGULATING P/N C24160022-1 TEST/EVALUATION $ [*] EA SEPARATELY PRICED REPLACEMENT PARTS: P/N NOMENCLATURE A81953-2 END FITTING $ [*] EA GA70926-1 SWASH PLATE ASSY $ [*] EA GA70657-2 BLOCK ASSY $ [*] EA *See Section C, Paragraph C-3.2.4.4.1 Page 23 DTCG38-95-D-20018 B-1. CONTRACT LINE ITEMS. (Cont'd) MIN MAX UNIT CLIN SUPPLIES/SERVICES QTY QTY UNIT PRICE 66 MODIFY/OVERHAUL 1 17 EA $ [*] 1650-14-397-0762 MODIFY TO: SERVO CONTROL 1650-14-451-4636 P/N SC8031-1 P/N SC8033-1 TEST/EVALUATION $ [*] EA SEPARATELY PRICED REPLACEMENT PARTS: P/N NOMENCLATURE 800600 FILTER $ [*] EA 801271 BODY $ [*] EA 802170 CIRCUIT BOARD $ [*] EA 807763 SWITCH $ [*] EA 67 REWORK 5 21 EA $ [*] OVERHAUL 1 20 EA $ [*] 1650-14-451-4636 SERVO CONTROL P/N SC8033-1 TEST/EVALUATION $ [*] EA SEPARATELY PRICED REPLACEMENT PARTS: P/N NOMENCLATURE 800600 FILTER $ [*] EA 801271 BODY $ [*] EA 802170 CIRCUIT BOARD $ [*] EA 807763 SWITCH $ [*] EA Page 24 DTCG38-95-D-20018 B-1. CONTRACT LINE ITEMS. (Cont'd) MIN MAX UNIT CLIN SUPPLIES/SERVICES QTY QTY UNIT PRICE 68 MODIFY/OVERHAUL 1 20 EA $ [*] 1650-14-397-0763 MODIFY TO: SERVO CONTROL 1650-14-448-1729 P/N SC8032-1 P/N SC8034-1 TEST/EVALUATION $ [*] EA SEPARATELY PRICED REPLACEMENT PARTS: P/N NOMENCLATURE 800600 FILTER $ [*] EA 801271 BODY $ [*] EA 801400 CUP ASSEMBLY $ [*] EA 802170 CIRCUIT BOARD $ [*] EA 807763 SWITCH $ [*] EA 69 REWORK 1 10 EA $ [*] OVERHAUL 1 10 EA $ [*] 1650-14-448-1729 SERVO CONTROL P/N SC8034-1 TEST/EVALUATION $ [*] EA SEPARATELY PRICED REPLACEMENT PARTS: P/N NOMENCLATURE 800600 FILTER $ [*] EA 801271 BODY $ [*] EA 801400 CUP ASSEMBLY $ [*] EA 802170 CIRCUIT BOARD $ [*] EA 807763 SWITCH $ [*] EA Page 25 DTCG38-95-D-20018 B-1. CONTRACT LINE ITEMS. (Cont'd) UNIT CLIN SUPPLIES/SERVICES QTY UNIT PRICE 74 LABOR RATE: UNUSUAL DAMAGE 1 LT Not separately priced IAW Section C, Paragraph C-3.5 and Section H, Paragraph H-6 HOURLY RATE $ [*] 75 LABOR RATE: TECHNICAL SUPPORT 1 LT Not separately priced SERVICES IAW Section C, Paragraph C-3.7 and Section H, Paragraph H-6 HOURLY RATE $ [*] 76 LABOR RATE: PRODUCT IMPROVEMENT/ 1 LT Not separately priced ENGINEERING CHANGE PROPOSAL IAW Section C, Paragraph C-3.8 and Section H, Paragraph H-6 HOURLY RATE $ [*] 77 LABOR RATE: SERVICE BULLETINS 1 LT Not separately priced IAW Section C, Paragraph C-3.10 and Section H, Paragraph H-6 HOURLY RATE $ [*] 78 PUBLICATIONS/UPDATES IAW Section C, Paragraph C-3.12 1 LT Not separately priced 79 AVIATION COMPUTERIZED MAINTENANCE SYSTEM (ACMS) forms IAW Section H, Paragraph H-1 1 LT Not separately priced 80 Failure Data Report IAW Section F, Paragraph F-4 1 LT Not separately priced 81 Replacement Parts Listing IAW SECTION C, PARAGRAPH C-3.4 1 LT Not separately priced 82 Standard Form 294, SUBCONTRACTING REPORT FOR INDIVIDUAL CONTRACTS IAW FAR 52.219-9 in Section I 1 LT Not separately priced 83 Standard Form 295, SUMMARY SUBCONTRACT REPORT IAW FAR 52.219-9 in Section I 1 LT Not separately priced 84 Government Property Report IAW TAR 1252.245-70 in Section I 1 LT Not separately priced Page 26 DTCG38-95-D-20018 B-1. CONTRACT LINE ITEMS. (Cont'd) OPTION YEAR THREE: DATE OF OPTION EXERCISE THROUGH ONE YEAR FROM DATE OF OPTION MIN MAX UNIT CLIN SUPPLIES/SERVICES QTY QTY UNIT PRICE 85 REWORK 5 30 EA $ [*] 1620-14-459-0511 LEG, LH MAIN LG P/N 18785-100-05 TEST/EVALUATION $ [*] EA SEPARATELY PRICED REPLACEMENT PARTS: P/N NOMENCLATURE 17975 CONTACTOR UNIT ASSY $ [*] EA 18802 UNION $ [*] EA 18965-000-01 LH HOUSING $ [*] EA 18965-000-01 LH HOUSING $ [*] EA RECOVERED IAW C-3.2.4.1 18979 SHAFT $ [*] EA 18980 SHAFT $ [*] EA 18981 SWIVEL PIN $ [*] EA 18989-000-01 JACK $ [*] EA 19217 CABLE $ [*] EA 19828-100 FLEX HOSE $ [*] EA 20529-100 HOSE $ [*] EA 24079-000-00 SINGLE PIECE BEARING $ [*] EA Page 27 DTCG38-95-D-20018 B-1. CONTRACT LINE ITEMS. (Cont'd) MIN MAX UNIT CLIN SUPPLIES/SERVICES QTY QTY UNIT PRICE 86 REWORK 5 40 EA $ [*] 1620-14-462-8049 LEG, RH MAIN LG P/N 18786-100-05 TEST/EVALUATION $ [*] EA SEPARATELY PRICED REPLACEMENT PARTS: P/N NOMENCLATURE 17975 CONTACTOR UNIT ASSY $ [*] EA 18130 ROLLER $ [*] EA 18802 UNION $ [*] EA 18966-000-01 RH HOUSING $ [*] EA 18966-000-01 RH HOUSING $ [*] EA RECOVERED IAW C-3.2.4.1 18979 SHAFT $ [*] EA 18980 SHAFT $ [*] EA 18981 SWIVEL PIN $ [*] EA 18989-000-01 JACK $ [*] EA 19217 CABLE $ [*] EA 19828-100 FLEX HOSE $ [*] EA 20529-100 HOSE $ [*] EA 24079-000-00 SINGLE PIECE BEARING $ [*] EA 87 REWORK 5 35 EA $ [*] 1620-14-459-0514 AUX LANDING GEAR P/N 18740-100-07 OR P/N 18740-100-06 TEST/EVALUATION $ [*] EA SEPARATELY PRICED REPLACEMENT PARTS: P/N NOMENCLATURE 18880-000-02 HOUSING $ [*] EA 18907-000-01 UPPER BEARING $ [*] EA 18921-000-01 BEARING POST $ [*] EA 18922 PISTON TUBE $ [*] EA 18926 LOWER BEARING $ [*] EA 18928 LEVER PISTON SHAFT $ [*] EA 18932-000-01 LOWER BEARING $ [*] EA 19010 SHAFT $ [*] EA 19324 AXLE $ [*] EA 19465 YOKE $ [*] EA Page 28 DTCG38-95-D-20018 B-1. CONTRACT LINE ITEMS. (Cont'd) MIN MAX UNIT CLIN SUPPLIES/SERVICES QTY QTY UNIT PRICE 88 MODIFY/REWORK 1 5 EA $ [*] 1620-14-459-0514 MODIFY TO: AUX LANDING GEAR P/N 18740-100-04 P/N 18740-100-07 TEST/EVALUATION $ [*] EA SEPARATELY PRICED REPLACEMENT PARTS: P/N NOMENCLATURE 18880-000-02 HOUSING $ [*] EA 18907-000-01 UPPER BEARING $ [*] EA 18921-000-01 BEARING POST $ [*] EA 18922 PISTON TUBE $ [*] EA 18926 LOWER BEARING $ [*] EA 18928 LEVER PISTON SHAFT $ [*] EA 18932-000-01 LOWER BEARING $ [*] EA 19010 SHAFT $ [*] EA 19324 AXLE $ [*] EA 19465 YOKE $ [*] EA 89 MODIFY/REWORK 1 5 EA $ [*] 1620-14-386-4447 MODIFY TO: AUX LANDING GEAR 1620-14-459-0514 P/N 18740-100-01 P/N 18740-100-07 TEST/EVALUATION $ [*] EA SEPARATELY PRICED REPLACEMENT PARTS: P/N NOMENCLATURE 18880-000-02 HOUSING $ [*] EA 18907-000-01 UPPER BEARING $ [*] EA 18921-000-01 BEARING POST $ [*] EA 18922 PISTON TUBE $ [*] EA 18926 LOWER BEARING $ [*] EA 18928 LEVER PISTON SHAFT $ [*] EA 18932-000-01 LOWER BEARING $ [*] EA 19010 SHAFT $ [*] EA 19324 AXLE $ [*] EA 19465 YOKE $ [*] EA Page 29 DTCG38-95-D-20018 B-1. CONTRACT LINE ITEMS. (Cont'd) MIN MAX UNIT CLIN SUPPLIES/SERVICES QTY QTY UNIT PRICE 90 REWORK 3 25 EA $ [*] 1650-14-043-0964 ACTUATOR CYLINDER P/N 19570-101 TEST/EVALUATION $ [*] EA SEPARATELY PRICED REPLACEMENT PARTS: P/N NOMENCLATURE 17946 BUSHING $ [*] EA 18787-100 HOSE ASSY $ [*] EA 18788-100 HOSE ASSY $ [*] EA 18789-100 HOSE ASSY $ [*] EA 19640 BALL FITTING ASSY $ [*] EA 19645 BODY ASSY $ [*] EA 19645 BODY ASSY $ [*] EA RECOVERED IAW C-3.2.4.3 19713 BUSHING $ [*] EA 19727 PISTON $ [*] EA 19731 CLAW $ [*] EA 19870 HARNESS CABLE $ [*] EA 91 REWORK 3 10 EA $ [*] 1650-14-387-2620 ACTUATOR CYLINDER P/N 19575-101 TEST/EVALUATION $ [*] EA SEPARATELY PRICED REPLACEMENT PARTS: P/N NOMENCLATURE 18789-100 HOSE ASSY $ [*] EA 18790-100 HOSE ASSY $ [*] EA 18791-100 HOSE ASSY $ [*] EA 19640 BALL FITTING ASSY $ [*] EA 19713 BUSHING $ [*] EA 19716-100 HOUSING ASSY $ [*] EA 19716-100 HOUSING ASSY $ [*] EA RECOVERED IAW C-3.2.4.3 19727 PISTON $ [*] EA 19731 CLAW $ [*] EA 19880 HARNESS CABLE $ [*] EA Page 30 DTCG38-95-D-20018 B-1. CONTRACT LINE ITEMS. (Cont'd) MIN MAX UNIT CLIN SUPPLIES/SERVICES QTY QTY UNIT PRICE 92 REWORK 2 25 EA $ [*] OVERHAUL/MODIFY 3 30 EA $ [*] *REPLACE LINER ONLY 1 15 EA $ [*] 1650-14-383-0795 OVERHAUL AND MODIFY TO: PUMP, SELF REGULATING 1650-14-463-8804 P/N C24160022 P/N C24160022-1 TEST/EVALUATION $ [*] EA SEPARATELY PRICED REPLACEMENT PARTS: P/N NOMENCLATURE A81953-2 END FITTING $ [*] EA GA70926-1 SWASH PLATE ASSY $ [*] EA GA70657-2 BLOCK ASSY $ [*] EA *See Section C, Paragraph C-3.2.4.4.1 93 REWORK 3 35 EA $ [*] OVERHAUL 1 20 EA $ [*] *REPLACE LINER ONLY 1 20 EA $ [*] 1650-14-463-8804 PUMP, SELF REGULATING P/N C24160022-1 TEST/EVALUATION $ [*] EA SEPARATELY PRICED REPLACEMENT PARTS: P/N NOMENCLATURE A81953-2 END FITTING $ [*] EA GA70926-1 SWASH PLATE ASSY $ [*] EA GA70657-2 BLOCK ASSY $ [*] EA *See Section C, Paragraph C-3.2.4.4.1 Page 31 DTCG38-95-D-20018 B-1. CONTRACT LINE ITEMS. (Cont'd) MIN MAX UNIT CLIN SUPPLIES/SERVICES QTY QTY UNIT PRICE 94 MODIFY/OVERHAUL 1 18 EA $ [*] 1650-14-397-0762 MODIFY TO: SERVO CONTROL 1650-14-451-4636 P/N SC8031-1 P/N SC8033-1 TEST/EVALUATION $ [*] EA SEPARATELY PRICED REPLACEMENT PARTS: P/N NOMENCLATURE 800600 FILTER $ [*] EA 801271 BODY $ [*] EA 802170 CIRCUIT BOARD $ [*] EA 807763 SWITCH $ [*] EA 95 REWORK 5 20 EA $ [*] OVERHAUL 1 20 EA $ [*] 1650-14-451-4636 SERVO CONTROL P/N SC8033-1 TEST/EVALUATION $ [*] EA SEPARATELY PRICED REPLACEMENT PARTS: P/N NOMENCLATURE 800600 FILTER $ [*] EA 801271 BODY $ [*] EA 802170 CIRCUIT BOARD $ [*] EA 807763 SWITCH $ [*] EA Page 32 DTCG38-95-D-20018 B-1. CONTRACT LINE ITEMS. (Cont'd) MIN MAX UNIT CLIN SUPPLIES/SERVICES QTY QTY UNIT PRICE 96 MODIFY/OVERHAUL 0 7 EA $ [*] 1650-14-397-0763 MODIFY TO: SERVO CONTROL 1650-14-448-1729 P/N SC8032-1 P/N SC8034-1 TEST/EVALUATION $ [*] EA SEPARATELY PRICED REPLACEMENT PARTS: P/N NOMENCLATURE 800600 FILTER $ [*] EA 801271 BODY $ [*] EA 801400 CUP ASSEMBLY $ [*] EA 802170 CIRCUIT BOARD $ [*] EA 807763 SWITCH $ [*] EA 97 REWORK 3 20 EA $ [*] OVERHAUL 3 20 EA $ [*] 1650-14-448-1729 SERVO CONTROL P/N SC8034-1 TEST/EVALUATION $ [*] EA SEPARATELY PRICED REPLACEMENT PARTS: P/N NOMENCLATURE 800600 FILTER $ [*] EA 801271 BODY $ [*] EA 801400 CUP ASSEMBLY $ [*] EA 802170 CIRCUIT BOARD $ [*] EA 807763 SWITCH $ [*] EA Page 33 DTCG38-95-D-20018 B-1. CONTRACT LINE ITEMS. (Cont'd) UNIT CLIN SUPPLIES/SERVICES QTY UNIT PRICE 102 LABOR RATE: UNUSUAL DAMAGE 1 LT Not separately priced IAW Section C, Paragraph C-3.5 and Section H, Paragraph H-6 HOURLY RATE $ [*] 103 LABOR RATE: TECHNICAL SUPPORT 1 LT Not separately priced SERVICES IAW Section C, Paragraph C-3.7 and Section H, Paragraph H-6 HOURLY RATE $ [*] 104 LABOR RATE: PRODUCT IMPROVEMENT/ 1 LT Not separately priced ENGINEERING CHANGE PROPOSAL IAW Section C, Paragraph C-3.8 and Section H, Paragraph H-6 HOURLY RATE $ [*] 105 LABOR RATE: SERVICE BULLETINS 1 LT Not separately priced IAW Section C, Paragraph C-3.10 and Section H, Paragraph H-6 HOURLY RATE $ [*] 106 PUBLICATIONS/UPDATES IAM Section C, Paragraph C-3.12 1 LT Not separately priced 107 AVIATION COMPUTERIZED MAINTENANCE SYSTEM (ACMS) forms IAW Section H, Paragraph H-1 1 LT Not separately priced 108 Failure Data Report IAW Section F, Paragraph F-4 1 LT Not separately priced 109 Replacement Parts Listing IAW SECTION C, PARAGRAPH C-3.4 1 LT Not separately priced 110 Standard Form 294, SUBCONTRACTING REPORT FOR INDIVIDUAL CONTRACTS IAW FAR 52.219-9 in Section I 1 LT Not separately priced 111 Standard Form 295, SUMMARY SUBCONTRACT REPORT IAW FAR 52.219-9 in Section I 1 LT Not separately priced 112 Government Property Report IAW TAR 1252.245-70 in Section I 1 LT Not separately priced Page 34 DTCG38-95-D-20018 B-1. CONTRACT LINE ITEMS. (Cont'd) OPTION YEAR FOUR: DATE OF OPTION EXERCISE THROUGH ONE YEAR FROM DATE OF OPTION MIN MAX UNIT CLIN SUPPLIES/SERVICES QTY QTY UNIT PRICE 113 REWORK 5 30 EA $ [*] 1620-14-459-0511 LEG, LH MAIN LG P/N 18785-100-05 TEST/EVALUATION $ [*] EA SEPARATELY PRICED REPLACEMENT PARTS: P/N NOMENCLATURE 17975 CONTACTOR UNIT ASSY $ [*] EA 18802 UNION $ [*] EA 18965-000-01 LH HOUSING $ [*] EA 18965-000-01 LH HOUSING $ [*] EA RECOVERED IAW C-3.2.4.1 18979 SHAFT $ [*] EA 18980 SHAFT $ [*] EA 18981 SWIVEL PIN $ [*] EA 18989-000-01 JACK $ [*] EA 19217 CABLE $ [*] EA 19828-100 FLEX HOSE $ [*] EA 20529-100 HOSE $ [*] EA 24079-000-00 SINGLE PIECE BEARING $ [*] EA Page 35 DTCG38-95-D-20018 B-1. CONTRACT LINE ITEMS. (Cont'd) MIN MAX UNIT CLIN SUPPLIES/SERVICES QTY QTY UNIT PRICE 114 REWORK 5 40 EA $ [*] 1620-14-462-8049 LEG, RH MAIN LG P/N 18786-100-05 TEST/EVALUATION $ [*] EA SEPARATELY PRICED REPLACEMENT PARTS: P/N NOMENCLATURE 17975 CONTACTOR UNIT ASSY $ [*] EA 18130 ROLLER $ [*] EA 18802 UNION $ [*] EA 18966-000-01 RH HOUSING $ [*] EA 18966-000-01 RH HOUSING $ [*] EA RECOVERED IAW C-3.2.4.1 18979 SHAFT $ [*] EA 18980 SHAFT $ [*] EA 18981 SWIVEL PIN $ [*] EA 18989-000-01 JACK $ [*] EA 19217 CABLE $ [*] EA 19828-100 FLEX HOSE $ [*] EA 20529-100 HOSE $ [*] EA 24079-000-00 SINGLE PIECE BEARING $ [*] EA 115 REWORK 5 35 EA $ [*] 1620-14-459-0514 AUX LANDING GEAR P/N 18740-100-07 OR P/N 18740-100-06 TEST/EVALUATION $ [*] EA SEPARATELY PRICED REPLACEMENT PARTS: P/N NOMENCLATURE 18880-000-02 HOUSING $ [*] EA 18907-000-01 UPPER BEARING $ [*] EA 18921-000-01 BEARING POST $ [*] EA 18922 PISTON TUBE $ [*] EA 18926 LOWER BEARING $ [*] EA 18928 LEVER PISTON SHAFT $ [*] EA 18932-000-01 LOWER BEARING $ [*] EA 19010 SHAFT $ [*] EA 19324 AXLE $ [*] EA 19465 YOKE $ [*] EA Page 36 DTCG38-95-D-20018 B-1. CONTRACT LINE ITEMS. (Cont'd) MIN MAX UNIT CLIN SUPPLIES/SERVICES QTY QTY UNIT PRICE 116 MODIFY/REWORK 1 5 EA $ [*] 1620-14-459-0514 MODIFY TO: AUX LANDING GEAR P/N 18740-100-04 P/N 18740-100-07 TEST/EVALUATION $ [*] EA SEPARATELY PRICED REPLACEMENT PARTS: P/N NOMENCLATURE 18880-000-02 HOUSING $ [*] EA 18907-000-01 UPPER BEARING $ [*] EA 18921-000-01 BEARING POST $ [*] EA 18922 PISTON TUBE $ [*] EA 18926 LOWER BEARING $ [*] EA 18928 LEVER PISTON SHAFT $ [*] EA 18932-000-01 LOWER BEARING $ [*] EA 19010 SHAFT $ [*] EA 19324 AXLE $ [*] EA 19465 YOKE $ [*] EA 117 MODIFY/REWORK 1 5 EA $ [*] 1620-14-386-4447 MODIFY TO: AUX LANDING GEAR 1620-14-459-0514 P/N 18740-100-01 P/N 18740-100-07 TEST/EVALUATION $ [*] EA SEPARATELY PRICED REPLACEMENT PARTS: P/N NOMENCLATURE 18880-000-02 HOUSING $ [*] EA 18907-000-01 UPPER BEARING $ [*] EA 18921-000-01 BEARING POST $ [*] EA 18922 PISTON TUBE $ [*] EA 18926 LOWER BEARING $ [*] EA 18928 LEVER PISTON SHAFT $ [*] EA 18932-000-01 LOWER BEARING $ [*] EA 19010 SHAFT $ [*] EA 19324 AXLE $ [*] EA 19465 YOKE $ [*] EA Page 37 DTCG38-95-D-20018 B-1. CONTRACT LINE ITEMS. (Cont'd) MIN MAX UNIT CLIN SUPPLIES/SERVICES QTY QTY UNIT PRICE 118 REWORK 3 25 EA $ [*] 1650-14-043-0964 ACTUATOR CYLINDER P/N 19570-101 TEST/EVALUATION $ [*] EA SEPARATELY PRICED REPLACEMENT PARTS: P/N NOMENCLATURE 17946 BUSHING $ [*] EA 18787-100 HOSE ASSY $ [*] EA 18788-100 HOSE ASSY $ [*] EA 18789-100 HOSE ASSY $ [*] EA 19640 BALL FITTING ASSY $ [*] EA 19645 BODY ASSY $ [*] EA 19645 BODY ASSY $ [*] EA RECOVERED IAW C-3.2.4.3 19713 BUSHING $ [*] EA 19727 PISTON $ [*] EA 19731 CLAW $ [*] EA 19870 HARNESS CABLE $ [*] EA 119 REWORK 3 10 EA $ [*] 1650-14-387-2620 ACTUATOR CYLINDER P/N 19575-101 TEST/EVALUATION $ [*] EA SEPARATELY PRICED REPLACEMENT PARTS: P/N NOMENCLATURE 18789-100 HOSE ASSY $ [*] EA 18790-100 HOSE ASSY $ [*] EA 18791-100 HOSE ASSY $ [*] EA 19640 BALL FITTING ASSY $ [*] EA 19713 BUSHING $ [*] EA 19716-100 HOUSING ASSY $ [*] EA 19716-100 HOUSING ASSY $ [*] EA RECOVERED IAW C-3.2.4.3 19727 PISTON $ [*] EA 19731 CLAW $ [*] EA 19880 HARNESS CABLE $ [*] EA Page 38 DTCG38-95-D-20018 B-1. CONTRACT LINE ITEMS. (Cont'd) MIN MAX UNIT CLIN SUPPLIES/SERVICES QTY QTY UNIT PRICE 120 REWORK 1 10 EA $ [*] OVERHAUL/MODIFY 2 30 EA $ [*] *REPLACE LINER ONLY 1 10 EA $ [*] 1650-14-383-0795 OVERHAUL AND MODIFY TO: PUMP, SELF REGULATING 1650-14-463-8804 P/N C24160022 P/N C24160022-1 TEST/EVALUATION $ [*] EA SEPARATELY PRICED REPLACEMENT PARTS: P/N NOMENCLATURE A81953-2 END FITTING $ [*] EA GA70926-1 SWASH PLATE ASSY $ [*] EA GA70657-2 BLOCK ASSY $ [*] EA *See Section C, Paragraph C-3.2.4.4.1 121 REWORK 3 35 EA $ [*] OVERHAUL 2 30 EA $ [*] *REPLACE LINER ONLY 1 25 EA $ [*] 1650-14-463-8804 PUMP, SELF REGULATING P/N C24160022-1 TEST/EVALUATION $ [*] EA SEPARATELY PRICED REPLACEMENT PARTS: P/N NOMENCLATURE A81953-2 END FITTING $ [*] EA GA70926-1 SWASH PLATE ASSY $ [*] EA GA70657-2 BLOCK ASSY $ [*] EA *See Section C, Paragraph C-3.2.4.4.1 Page 39 DTCG38-95-D-20018 B-1. CONTRACT LINE ITEMS. (Cont'd) MIN MAX UNIT CLIN SUPPLIES/SERVICES QTY QTY UNIT PRICE 122 MODIFY/OVERHAUL 0 1 EA $ [*] 1650-14-397-0762 MODIFY TO: SERVO CONTROL 1650-14-451-4636 P/N SC8031-1 P/N SC8033-1 TEST/EVALUATION $ [*] EA SEPARATELY PRICED REPLACEMENT PARTS: P/N NOMENCLATURE 800600 FILTER $ [*] EA 801271 BODY $ [*] EA 802170 CIRCUIT BOARD $ [*] EA 807763 SWITCH $ [*] EA 123 REWORK 1 30 EA $ [*] OVERHAUL 1 30 EA $ [*] 1650-14-451-4636 SERVO CONTROL P/N SC8033-1 TEST/EVALUATION $ [*] EA SEPARATELY PRICED REPLACEMENT PARTS: P/N NOMENCLATURE 800600 FILTER $ [*] EA 801271 BODY $ [*] EA 802170 CIRCUIT BOARD $ [*] EA 807763 SWITCH $ [*] EA Page 40 DTCG38-95-D-20018 B-1. CONTRACT LINE ITEMS. (Cont'd) MIN MAX UNIT CLIN SUPPLIES/SERVICES QTY QTY UNIT PRICE 124 MODIFY/OVERHAUL 0 2 EA $ [*] 1650-14-397-0763 MODIFY TO: SERVO CONTROL 1650-14-448-1729 P/N SC8032-1 P/N SC8034-1 TEST/EVALUATION S [*] EA SEPARATELY PRICED REPLACEMENT PARTS: P/N NOMENCLATURE 800600 FILTER $ [*] EA 801271 BODY $ [*] EA 801400 CUP ASSEMBLY $ [*] EA 802170 CIRCUIT BOARD $ [*] EA 807763 SWITCH $ [*] EA 125 REWORK 3 22 EA $ [*] OVERHAUL 3 22 EA $ [*] 1650-14-448-1729 SERVO CONTROL P/N SC8034-1 TEST/EVALUATION $ [*] EA SEPARATELY PRICED REPLACEMENT PARTS: P/N NOMENCLATURE 800600 FILTER $ [*] EA 801271 BODY $ [*] EA 801400 CUP ASSEMBLY $ [*] EA 802170 CIRCUIT BOARD $ [*] EA 807763 SWITCH $ [*] EA Page 41 DTCG38-95-D-20018 B-1. CONTRACT LINE ITEMS. (Cont'd) UNIT CLIN SUPPLIES/SERVICES QTY UNIT PRICE 130 LABOR RATE: UNUSUAL DAMAGE 1 LT Not separately priced IAW Section C, Paragraph C-3.5 and Section H, Paragraph H-6 HOURLY RATE $ [*] 131 LABOR RATE: TECHNICAL SUPPORT 1 LT Not separately priced SERVICES IAW Section C, Paragraph C-3.7 and Section H, Paragraph H-6 HOURLY RATE $ [*] 132 LABOR RATE: PRODUCT IMPROVEMENT/ 1 LT Not separately priced ENGINEERING CHANGE PROPOSAL IAW Section C, Paragraph C-3.8 and Section H, Paragraph H-6 HOURLY RATE $ [*] 133 LABOR RATE: SERVICE BULLETINS 1 LT Not separately priced IAW Section C, Paragraph C-3.10 and Section H, Paragraph H-6 HOURLY RATE $ [*] 134 PUBLICATIONS/UPDATES IAW Section C, Paragraph C-3.12 1 LT Not separately priced 135 AVIATION COMPUTERIZED MAINTENANCE SYSTEM (ACMS) forms IAW Section H, Paragraph H-1 1 LT Not separately priced 136 Failure Data Report IAW Section F, Paragraph F-4 1 LT Not separately priced 137 Replacement Parts Listing IAW SECTION C, PARAGRAPH C-3.4 1 LT Not separately priced 138 Standard Form 294, SUBCONTRACTING REPORT FOR INDIVIDUAL CONTRACTS IAW FAR 52.219-9 in Section I 1 LT Not separately priced 139 Standard Form 295, SUMMARY SUBCONTRACT REPORT IAW FAR 52.219-9 in Section I 1 LT Not separately priced 140 Government Property Report IAW TAR 1252.245-70 in Section I 1 LT Not separately priced Page 42 DTCG38-95-D-20018 SECTION C - DESCRIPTION/SPECIFICATIONS/WORK STATEMENT C-1 SCOPE. The HH-65A components to be reworked/overhauled/modified under this contract are not life limited. They are removed and reworked as an on condition item or at scheduled overhaul intervals. The requirement exists to rework/overhaul/modify unserviceable components and return them to Ready-For-Issue (RFI) condition, provide technical support services, support product improvement efforts, modify components per service bulletins, and provide updates to Component Maintenance Manuals (CMM). Work under this contract shall be performed at the contractor's facility or U. S. Coast Guard approved subcontractor facility. C-1.1 Background. The HH-65A (Dolphin) helicopter entered the Coast Guard inventory in 1984 as a replacement for the H-52. The search and rescue mission, for which the HH-65A is used, is primarily around salt water, at low altitude; therefore, the components are subject to corrosion. C-1.2 Original Equipment Manufacturers (OEM): CAGE OEM *ITEM ---- --- ---- F0189 Eram-Etudes Realisations 1 - 7 Accessorires Mecaniques 153 Rue de Noisy Le Sec 93260 Les Lilas France F6137 Messier-Hispano Bugatti 8 - 9 SA B P 113 92124 Montrouge Cedex France F1688 Samm/STE D Applications Des 10 - 14 Machines Motrices/SA Dpt Hydraulique 224 Quai de Stalingrad 92130 Issy Les Moulineaux France F6103 D B A Div Air Equipement 15 - 17 98 Boulevard Victor Hugo 92115 Clichy France *Includes respective option years. C-1.3 Precedence. In the event of conflict between OEM technical specifications/rework procedures and other technical specifications/procedures, the order of precedence is as follows: C-1.3.1 Coast Guard/Aircraft Repair and Supply Center (ARSC) specifications and procedures. C-1.3.2 OEM specifications and procedures. C-1.3.3 Other Page 43 DTCG38-95-D-20018 SECTION C - DESCRIPTION/SPECIFICATIONS/WORK STATEMENT C-2. APPLICABLE DOCUMENTS. C-2.1 Industry Specifications. C-2.1.1 OEM specifications and procedures applicable to the components listed in Section B. NOTE: Documents are not available from the Government. C-2.2 Military Specifications. C-2.2.1 MIL-I-45208A, Quality Program Requirements, dated 16 Dec 63, with Amendment 1 dated 24 Jul 81. C-2.2.2 MIL-P-116J, Preservation Methods, dated 29 Sep 89. C-2.3 Military Standards C-2.3.1 MIL-STD-129M, Marking for Shipment and Storage, dated 15 Jun 93. C-2.4 Other Military Documents. C-2.4.1 NAVAIR 01-1A-509 (AFTO 1/1/691), Aircraft Weapons Systems Cleaning and Corrosion Control, dated 1 Jan 92. C-2.5 Source of Government Documents. See Section L - Instructions, Conditions and Notices to Offerors. C-3. REQUIREMENTS. C-3.1 General. C-3.1.1 The contractor shall possess a current Federal Aviation Administration (FAA) Repair Station Certificate and be certified by the OEM for the performance of work required by this statement of work. See Section L, Paragraph L-8. C-3.1.2 The contractor must have access to the most current required maintenance, rework, and overhaul manuals to insure that the components are reworked/overhauled and operating in accordance with the applicable CMM, and OEM's current specifications and procedures. C-3.1.3 All rework, overhaul, modification, and inspection of components shall be done in accordance with the manufacturer's most current procedures as modified by ARSC Engineering. Replacement parts requirements have been modified for the Servo Controls, Section B item numbers 10 - 14, and respective option years (see Section J, Attachment 4). In all cases the rework, overhaul, modification, inspection, and test procedures must meet or exceed manufacturer's specifications, except where specifically noted herein. Page 44 DTCG38-95-D-20018 SECTION C - DESCRIPTION/SPECIFICATIONS/WORK STATEMENT C-3. REQUIREMENTS. (Cont'd) C-3.1.4 The Coast Guard reserves the right to review and modify all rework, overhaul, modification, inspection, and test procedures to make them more suitable to the Coast Guard environment. The Coast Guard shall be advised within 15 working days of any changes to manufacturer's procedures. Any such modification after contract award will be in accordance with FAR clause 52.243-1 Alternate II, entitled, "Changes - Fixed-Price." The Coast Guard reserves the right to waive any specification. C-3.2 Major Tasks. C-3.2.1 Components shall be reworked/overhauled/modified for the specific fault(s) for which they were returned. DD Form 1577-2, Unserviceable (Repairable) Tag-Material, or Department of Transportation, USCG, CG-1577-A (11-90), Unsatisfactory Report Tag, will be attached to each Non-RFI component describing faults. The contractor shall perform a visual and technical inspection in accordance with the applicable CMM and correct all additional deficiencies found. This shall include replacement of broken parts and the removal of any foreign matter or corrosion. C-3.2.2 The contractor shall provide all necessary parts, material, labor, tooling, test equipment and facilities to evaluate, rework, overhaul, and modify, as required, the following components: NOMENCLATURE NSNPART NUMBER REWORK/OVERHAUL - ------------ -------------- --------------- Main Landing Gear 1620-14-459-0511 18785-100-05 On Condition Leg, LH Main Landing Gear 1620-14-462-8049 18786-100-05 On Condition Leg, RH Auxiliary Landing 1620-14-459-0514 18740-100-07 On Condition Gear 1620-14-SR1-1681 18740-100-04 1620-14-386-4447 18740-100-01 Actuator 1650-14-043-0964 19570-101 On condition Cylinder 1650-14-387-2620 19575-101 Self Regulating 1650-14-383-0795 C24160022 On Condition or 1000 Pump Hour Liner Replace or 2000 Hour Overhaul Servo Control 1650-14-397-0762 SC8031-1 On Condition or 1650-14-388-3431 8031A 3000 Hours Overhaul 1540-14-397-0763 SC8032-1 1650-14-388-3432 SC8032 1650-14-451-4636 SC8033-1 5930-12-328-3476 SC8034-1 1650-14-404-8798 SC7282 Page 45 DTCG38-95-D-20018 SECTION C - DESCRIPTION/SPECIFICATIONS/WORK STATEMENT C-3. REQUIREMENTS. (Cont'd) NOMENCLATURE NSN PART NUMBER REWORK/OVERHAUL - ------------ --- ----------- --------------- Landing Gear 6110-14-401-5731 97168-100 On Condition Regulator Hydraulic 1620-14-406-3536 97166-300 On Condition Regulator 6615-14-393-8808 97166-100 C-3.2.3 The following components, when received for rework, shall be overhauled when the Time-Since-Overhaul (TSO) is equal to or greater than 60% of the scheduled Time-Between-Overhaul (TBO) as shown below. COMPONENT SCHEDULED TBO TSO - --------- ------------- --- Self Regulating Pump 2000 Hours 1200 Hours for Rework 1440 Hours for Liner Replacement Servo Control 3000 Hours 1800 Hours C-3.2.4 The following are tasks associated with the rework, overhaul, and/or modification effort for each component. This list is not intended to be all inclusive. The contractor shall determine the specific tasks necessary to meet current minimum functional performance and test specifications designated by the OEM for the component. C-3.2.4.1 Leg, LH Main LG, P/N 18785-100-05 and Leg, RH Main LG, P/N 18786-100-05. Compliance with manufacturer's Service Bulletins (SB) and Service Letters (SL) is mandatory. Applicability is as follows: Messier-Eram - SL 32-10 - as necessary SL 32-12 - as necessary SB 024-32-012 - always required SB 024-32-013 - reference C-3.2.4.2 Auxiliary Landing Gear, P/N 18740-100-07. Compliance with manufacturer's Service Bulletins (SB) and Service Letters (SL) is mandatory. Applicability is as follows: Messier-Eram - SB 024-32-001 - always required SB 024-32-002 - always required SB 024-32-003 - always required SB 024-32-006 - always required SB 024-32-009 - always required SB 024-32-011 - always required SB 024-32-015 - always required Page 46 DTCG38-95-D-20018 SECTION C - DESCRIPTION/SPECIFICATIONS/WORK STATEMENT C-3. REQUIREMENTS. (Cont'd) C-3.2.4.3 Actuator Cylinder, P/N 19570-101 and Actuator Cylinder, P/N 19575-101. Compliance with manufacturer's Service Bulletins (SB) and Service Letters (SL) is mandatory. Applicability is as follows: Messier-Eram SL 32-013 - as necessary C-3.2.4.4 Self Regulating Pump, P/N C2416022 C-3.2.4.4.1 Self Regulating Pump, P/N C2416022 Liner Replacement. Pumps with Time-Since-Repair (TSR)/TSO ranging from 1000 to 1440 hours will be removed for the purpose of replacing the Liner, P/N A81222. The contractor shall disassemble and inspect each pump returned for liner replacement. After inspection, the contractor shall install a liner replacement kit consisting of the following parts: Liner P/N A81222 1 EA Seal P/N BT5-7 2 EA Packing P/N BT63-4 1 EA Packing P/N BT82-4 1 EA After installation of the above kit, the contractor shall re-assemble and perform operational tests in accordance with the CMM on each pump. If failures unrelated to the liner replacement are discovered, the contractor shall request authorization to perform rework priced in Section B. C-3.2.4.4.2 Application of SB 025-29-001 required during overhaul. C-3.2.4.5 Servo Controls. All servo controls returned for rework/overhaul shall be upgraded to the large body configuration: P/N SC8033-1 and SC8034-1. C-3.2.4.5.1 Application of SBs 8033-67-39-01 and 8034-67-39-01 is required during overhaul, modification and rework. These SBs require the installation of stainless steel bearings. C-3.2.5 During inspection and functional test, the presence of corrosion in a component shall constitute reason for a more thorough disassembly and inspection. Should corrosion be found, disassembly shall be made to the extent necessary to remove corrosion or replace the part, or parts, affected. C-3.2.6 Corroded parts shall be replaced, except in those cases where removal of corrosion from a part will not impair efficiency or safe operation of the part. Corrosion removal and treatment of affected areas will be accomplished in accordance with manufacturer's specifications and NAVAIR 01-1A-509. Page 47 DTCG38-95-D-20018 SECTION C - DESCRIPTION/SPECIFICATIONS/WORK STATEMENT C-3. REQUIREMENTS. (Cont'd) C-3.2.7 The contractor shall make every effort to develop a rework procedure for component parts for which none exist. The contractor shall submit the procedure to the Coast Guard for approval prior to implementation. The contractor may be required to coordinate changes with the OEM. C-3.2.8 Upon completion of rework and testing, the contractor shall clean reworked components in accordance with the applicable CMM instructions. C-3.3 Replacement Parts. Parts found to be defective shall be replaced with parts meeting the manufacturer's specifications and drawings. Replacement parts shall be new. Parts shall be replaced as specified in the manufacturer's most current procedures as modified by ARSC Engineering. Replacement parts requirements have been modified for Servo Controls, Section B, Items 10 - 14, and respective option years (see Section J, Attachment 4). Prices provided in Section B shall be inclusive of all required replacement parts except as provided in Section H, Paragraph H-2, Exclusions. C-3.3.1 Separately Priced Replacement Parts. During the course of this contract, the contractor may propose use of serviceable parts in lieu of new separately priced replacement parts subject to Contracting Officer approval. The price of any such part will be negotiated on a case by case basis. C-3.4 Replacement Parts Listing. The contractor shall submit a listing of all replacement parts utilized in the rework/overhaul/modification procedure of each assembly/component. This listing shall be submitted with the contractor's invoice. The replacement parts listing must show assembly/component serial number, nomenclature, and replacement parts used, listed in numerical order. C-3.5 Unusual Damage. Prices should not include components which indicate obvious misuse, cannibalization, or severe damage due to mishandling or crash damage. Components received with unusual damage shall be inspected, rework/overhaul/modification estimate determined, and authorization to proceed obtained from the Contracting Officer prior to commencement of work. The labor rate utilized in the estimate will be as specified in Section B. The contractor shall notify the Contracting Officer within 15 working days of receipt, when any component reflects unusual damage. If any material is determined by the Coast Guard to be scrap or beyond economical rework, the contractor will be given disposition instructions. The contractor will be reimbursed the firm fixed price for test and evaluation as specified in Section B. Page 48 DTCG38-95-D-20018 SECTION C - DESCRIPTION/SPECIFICATIONS/WORK STATEMENT C-3. REQUIREMENTS. (Cont'd) C-3.6 Test and Evaluation. If, after visual and functional inspections, an item is found to meet manufacturer's minimum performance specifications, the contractor will be allowed the firm fixed price for test and evaluation. The Failure Data Report shall be prepared, indicating the Coast Guard's reported failure, and included with the returned component, as well as with the invoice. C-3.7 Technical Support Services. The contractor shall provide engineering/customer support services for the items set forth in Section B. The Coast Guard may develop a requirement for additional technical support services in support of the Coast Guard's continuous quality improvement program. These requirements will be transmitted to the contractor in writing on a case by case basis. Upon receipt of a request for a quote for a specific task, the contractor shall prepare and submit to the Contracting Officer, a proposal of the hours associated with the performance task. The Government will utilize the labor rate specified in Section B to determine a final price. Specific deliverables will be identified on individual delivery orders. C-3.8 Product Improvement Proposal (PIP)/Engineering Change Proposal (ECP). When the need for a PIP/ECP is identified by the Coast Guard, the contractor will be notified in accordance with FAR 52.243-1 Alternate II, Changes - Fixed-Price. The contractor shall submit a proposal to the Contracting Officer for an incremental charge to be assessed each time the PIP/ECP is incorporated into the component. The proposal shall contain a breakdown of material estimates. The labor rate will be as specified in Section B. Upon agreement of the price for incorporation of the PIP/ECP, the Contracting Officer will issue a supplemental agreement reflecting the incorporation of the approved PIP/ECP. The contractor shall not incorporate approved PIP/ECPs prior to contract modification. C-3.9 Value Engineering Change Proposals (VECP). The contractor is encouraged to develop, prepare, and submit VECPs voluntarily. The contractor will share in any net savings realized from accepted VECPs in accordance with the procedures outlined in FAR 52.248-1. C-3.10 Service Bulletins. The contractor shall provide the Contracting Officer two copies of all service bulletins within 10 calendar days of receipt. The Contracting Officer will notify the contractor in writing of components requiring incorporation of mandatory or optional service bulletins. Upon receiving notice of a service bulletin, from the Contracting Officer, the contractor shall submit, within 30 calendar days, a detailed proposal which shall include a listing of replacement parts and/or materials required, the time needed to effect the modifications, an estimated price breakdown of each part, and the number of labor hours required. The Coast Guard will normally incorporate all mandatory service bulletins. The labor rate will be as specified in Section B. Page 49 DTCG38-95-D-20018 SECTION C - DESCRIPTION/SPECIFICATIONS/WORK STATEMENT C-3. REQUIREMENTS. (Cont'd) C-3.11 Aviation Computerized Maintenance System (ACMS). The contractor shall submit component repair tracking forms as specified in Section H, Paragraph H-l, Aviation Computerized Maintenance System (ACMS) Procedures. C-3.12 Publications/Updates. The contractor, within 60 calendar days of contract award, shall provide the Coast Guard with an updated copy of all applicable OEM approved CMMs for components listed in Section B. The CMMs shall reflect the latest procedures used in the rework, overhaul, and modification of components. If during the course of reworking components, the contractor determines that current procedures detailed in the CMM, should be changed, two copies of recommended changes shall be submitted to the Coast Guard for review and approval/disapproval. The contractor shall continuously update all applicable CMMs during the life of the contract. Revisions to CMMs shall be submitted to the Coast Guard within 60 calendar days of receipt by the contractor. C-4. QUALITY ASSURANCE PROVISIONS. C-4.1 Responsibility for Inspections and Tests. The contractor shall establish an Inspection System in accordance with MIL-I-45208A, Quality Program Requirements. C-4.2 Inspections. After rework/overhaul/modification is complete each component shall be inspected/checked in accordance with procedures outlined in the applicable CMM. C-4.3 Testing. No deviations from test requirements are authorized. C-5. NOTES. C-5.1 Definitions. C-5.1.1 ON CONDITION. Rework of a component when some type of degradation or failure prevents it from performing in the desired manner. C-5.1.2 QUALITY DEFICIENCY REPORT (QDR). The QDR (SF368) is a means of informing DOD and civilian supply sources of deficiencies in the products procured from them by ARSC. The QDR is usually the result of an Unsatisfactory Report of Aeronautical Equipment, CG Form 4010 (UR), received from a USCG Air Station, or initiated at ARSC. Page 50 DTCG38-95-D-20018 SECTION D - PACKAGING AND MARKING D-1. PRESERVATION - PACKAGING - PACKING. Each component shall be individually preserved, packaged, and packed (PPP). PPP shall be in accordance with MIL-P-116J, Method II, Submethod IIF. Quality conformance tests are not required. Humidity indicators are not required. For availability of this document see Section L, Paragraph L-3. D-2. MARKING INSTRUCTIONS. Material shall be marked in accordance with Paragraph 4.5 of MIL-STD-129M, Marking for Shipment and Storage, dated 15 Jan 93. Accordingly, items of the same National Stock Number (NSN) shall be individually packaged and labeled with NSN, P/N, quantity, unit of issue, serial number, contract number, and delivery order number on the exterior of the shipping container. Page 51 DTCG38-95-D-20018 SECTION E - INSPECTION AND ACCEPTANCE E-1. NOTICE - CLAUSES INCORPORATED BY REFERENCE. The following contract clauses pertinent to this section are hereby incorporated by reference: FEDERAL ACQUISITION REGULATION (48 CFR CHAPTER 1) CLAUSES 52.246-4 INSPECTION OF SERVICES - FEB 1992 FIXED-PRICE. 52.246-15 CERTIFICATE OF CONFORMANCE. APR 1984 E-2. INSPECTION & ACCEPTANCE. Inspection and acceptance of material under this contract shall be performed at destination by local Quality Assurance personnel, and consist of count and condition only. ARSC considers components RFI upon acceptance. Components determined to be Non-RFI upon installation may be returned to the contractor as a Quality Deficiency Report item. The contractor shall provide the necessary documentation as required in Section H, Paragraph H-8, Airworthiness. E-3. MATERIAL INSPECTION AND RECEIVING REPORT. At the time of delivery of each component under this contract, the contractor shall prepare and furnish to the Contracting Officer a properly completed DD Form 250 Material Inspection and Receiving Report (MIRR). The DD Form 250 must include: Contract Number, Delivery Order Number, Nomenclature, NSN, P/N, Quantity, Unit of Issue, and Serial Number. One copy of the DD Form 250, marked "Information Only", shall be sent as a packing slip with each shipment and affixed to the outside of the shipping container. The final billing DD Form 250 shall be sent to the address in Section G, Paragraph G-2, with a copy to the Contracting Officer. Page 52 DTCG38-95-D-20018 SECTION F - DELIVERIES OR PERFORMANCE F-1. NOTICE - CLAUSES INCORPORATED BY REFERENCE. The following contract clauses pertinent to this section are hereby incorporated by reference: FEDERAL ACQUISITION REGULATION (48 CFR CHAPTER 1) CLAUSES 52.212-13 STOP-WORK ORDER. AUG 1989 52.212-15 GOVERNMENT DELAY OF WORK. APR 1984 52.247-34 F.O.B. DESTINATION. NOV 1991 52.247-54 DIVERSION OF SHIPMENT UNDER F.O.B. MAR 1989 DESTINATION CONTRACTS. 52.247-55 F.O.B. POINT FOR DELIVERY OF GOVERNMENT- APR 1984 FURNISHED PROPERTY. F-2. DELIVERY SCHEDULE. Delivery shall be according to the following schedule: SCOPE CALENDAR DAYS AFTER *CLIN OF WORK RECEIPT OF ORDER/COMPONENT ---- ------- -------------------------- 1 REWORK 60 2 REWORK 60 3 REWORK 60 4 MODIFY/REWORK 60 5 MODIFY/REWORK 60 6 REWORK 45 7 REWORK 45 8 REWORK 45 MODIFY/OVERHAUL 45 REPLACE LINER ONLY 45 9 REWORK 45 MODIFY/OVERHAUL 45 REPLACE LINER ONLY 45 Page 53 DTCG38-95-D-20018 SECTION F - DELIVERIES OR PERFORMANCE F-2. DELIVERY SCHEDULE. (Cont'd) SCOPE CALENDAR DAYS AFTER *CLIN OF WORK RECEIPT OF ORDER/COMPONENT - ----- ------- -------------------------- 10 MODIFY/OVERHAUL 45 11 REWORK 45 OVERHAUL 45 12 MODIFY/OVERHAUL 45 13 REWORK 45 OVERHAUL 45 23 Aviation Computerized Maintenance With invoice Maintenance System (ACMS) Form 24 Failure Data Report With invoice 25 Replacement Parts Listing With invoice 26 Standard Form 294 Semi-annually, through 31 March and 30 Sept, and at contract completion Due 25 April and 25 October 27 Standard Form 295 Quarterly, through end of March, June, September, and December Due 25th day of following month 28 Form DOT F 4220.43 Annually, not later than 15 Sept of each calendar year, and at contract completion *Includes respective option years. NOTE: Partial and/or early deliveries are acceptable. F-3. F.O.B. POINT. Shipments under this contract shall be f.o.b. Destination only. Offers submitted on any other basis will be rejected as nonresponsive. In accordance with clause at FAR 52.247-55, f.o.b. Point for Delivery of Government-Furnished Property, the Coast Guard will ship components, freight prepaid, to the Contractor's facility within the United States (except Alaska and Hawaii) or Canada to the location specified in Section K, Paragraph K-11, Place of Performance unless the Contractor specifies an alternate location below: ------------------------------- ------------------------------- ------------------------------- (City, County, State, Zip Code) Page 54 DTCG38-95-D-20018 SECTION F - DELIVERIES OR PERFORMANCE F-3. F.O.B. POINT. (Cont'd) In the event that the Contractor's facility is located outside the contiguous states, the District of Columbia or Canada, the f.o.b. Point for Government delivery of Government-furnished property shall be a location in the United States (excluding Alaska and Hawaii) specified by the Contractor below: ------------------------------- ------------------------------- ------------------------------- (City, County, State, Zip Code) NOTE: The delivery clock will start upon receipt of delivery order at contractor's facility or upon receipt of the component at the CONUS location. All actions necessary for shipment through customs for items leaving and entering the United States shall be the responsibility of the contractor. F-4. SHIPPING INSTRUCTIONS. Components will be shipped to the contractor from Coast Guard Operating Units or ARSC. Upon completion of required services, material shall be shipped to the following address, or to other Coast Guard Operating Units as directed by the Contracting Officer. USCG Aircraft Repair and Supply Center Receiving Section, Building 63 Elizabeth City, NC 27909-5001 MARK FOR: 41000 Field Stock Contract Number DTCG38-95-D-20018 Delivery Order Number ------------------------------ (assigned at time of issuance) Unless otherwise specified, documentation listed in Section B shall be submitted to the address shown in Section G, Paragraph G-l, Address of Correspondence. The Component Repair Record shall be submitted as follows: Original Copy 1 Copy 2 -------- ------ ------ TAMSCO Packaged with Attached 5030 Herzel Place overhauled/ to invoice Suite 200 reworked component Beltsville, MD 20705 Attn: ACMS The original Failure Data Report shall be attached to the invoice. One copy shall be attached to the DD Form 250 shipped with the reworked/overhauled/modified component. Page 55 DTCG38-95-D-20018 SECTION F - DELIVERIES OR PERFORMANCE F-5. ORDERING PERIOD. The ordering period for this contract shall be from the effective date of contract award through one year from effective date of award, with four one-year options (if exercised), renewable annually. The total duration of the ordering period for this contract shall not exceed five years. F-6. LIQUIDATED DAMAGES. (a) In the event the contractor fails to meet the contractual delivery schedule, liquidated damages will be assessed. Liquidated damages will be based on the overhaul price for the specific component (the rework price will be used for components without a specified overhaul price). Liquidated damages shall be assessed against the contractor in the amount of 1.0% (of overhaul price) per calendar day for days 61-90 for landing gears and 46-75 all other components. Liquidated damages shall be assessed against the contractor in the amount of 2.0% (of the overhaul price) per calendar day for days above 91 for the landing gear and 76 for all other components. For any specific component, the maximum liquidated damages shall be 100% of the delivery order price. (b) Liquidated damages do not apply to components which have been determined by the Contracting Officer to be exclusions under this contract in accordance with Section H, Paragraph H-2, Exclusions. (c) The parties agree that the liquidated damages formula set forth herein is fair and reasonable, and not a penalty. The parties further agree not to contest the validity of the liquidated damages provision set forth herein. Page 56 DTCG38-95-D-20018 SECTION G - CONTRACT ADMINISTRATION DATA G-1. ADDRESS OF CORRESPONDENCE. All correspondence, except as otherwise specified, shall be directed to the following address: Contracting Officer Procurement Branch, HH-65A Contract Section USCG Aircraft Repair and Supply Center Elizabeth City, NC 27909-5001 G-2. INVOICING INSTRUCTIONS. The original and three copies of the Contractor's invoice shall be submitted to the designated billing office for payment as follows: Chief, Fiscal Branch Building 63 USCG Aircraft Repair and Supply Center Elizabeth City, NC 27909-5001 MARK FOR: Contract Number DTCG38-95-D-20018 Delivery Order Number ------------------------------ (assigned at time of issuance) NOTE: Failure to submit the DD Form 250, Component Repair Record, Failure Data Report, Airworthiness Certification, and Replacement Parts Listing will constitute an improper invoice, and may result in payment delay or nonpayment. G-3. REMITTANCE ADDRESS. If remittance address is different from that shown on Page 1 of SF 33, Block 15A enter such address below: - -------------------------------------------------------------------------------- - -------------------------------------------------------------------------------- - -------------------------------------------------------------------------------- - -------------------------------------------------------------------------------- Page 57 DTCG38-95-D-20018 SECTION G - CONTRACT ADMINISTRATION DATA G-4. ORDERING OFFICE. The following activity is the only unit authorized to place delivery orders under this contract: Contracting Officer USCG Aircraft Repair and Supply Center Elizabeth City, NC 27909-5001 Page 58 DTCG38-95-D-20018 SECTION H - SPECIAL CONTRACT REQUIREMENTS H-l. AVIATION COMPUTERIZED MAINTENANCE SYSTEM (ACMS) PROCEDURES. ACMS is the management information system used to schedule and record all Coast Guard aircraft maintenance. The contractor's responsibility within ACMS shall include submission of the appropriate reports within 5 working days of the completion of work. Items 1 - 14, plus respective option years, in Section B will be shipped to the contractor with a Significant Component History Record (SCHR) and Component Repair Record (CRR) for each component shipped. These forms are described below: (a) SCHR - Records the maintenance history of serial-number-tracked components. Remains with corresponding part until reinstalled on aircraft or annotated "Scrapped" and returned to Technical and Management Services Corporation (TAMSCO), Beltsville, Maryland. (b) CRR - Records the maintenance performed on a serial-number-tracked components by the contractor and enrolls or disenrolls components from ACMS when those components are scrapped, added to, or removed from the Coast Guard parts inventory. The original of the CRR shall be mailed to TAMSCO within 5 working days of acceptance of the component by the Government inspector. Copy 1 shall be packed with the component at the completion of the rework/overhaul/modification for return to the Coast Guard. Copy 2 shall be attached to and submitted with the contractor's invoice. See Section F, Paragraph F-4 for appropriate addresses. The contractor shall retain copies of the CRR for no less than 2 years after delivery of component. H-2. EXCLUSIONS. Components received which indicate obvious misuse, cannibalization or severe damage due to mishandling or crash damage may dictate an exclusion from the prices specified in Section B. Such components shall be inspected, maintenance costs determined, and authorization to proceed obtained from the Contracting Officer prior to commencement of rework. If the contractor considers a component to be a candidate for exclusion, the Contracting Officer shall be notified within 15 days of receipt. Verbal notification to the Contracting Officer shall be confirmed in writing. The contractor's delivery obligation for the component shall be suspended as of the date of notice to the Contracting Officer. The Contracting Officer will make a unilateral written determination, within 30 days of written notice, as to exclusion validity. The determination is subject to FAR clause 52.233-1, Disputes. The Government retains the right to unilaterally set the price for exclusion items in the event an agreement on price cannot be reached. The contractor's delivery obligation shall resume upon receipt of the Contracting Officer's determination. Page 59 DTCG38-95-D-20018 SECTION H - SPECIAL CONTRACT REQUIREMENTS H-2. EXCLUSIONS. (Cont'd) The Government shall not be liable for any amount expended by the Contractor in excess of the firm fixed price reflected in Section B unless prior written authorization has been given by the Contracting Officer. H-3. GOVERNMENT PROPERTY. Failure by the Government to furnish any of the line items in the amounts or quantities described as "estimated" or "maximum" will not entitle the Contractor to any equitable adjustment in price as defined in the Government Property Clause of the contract. H-4. VALUE OF GOVERNMENT PROPERTY. In accordance with the requirement contained in FAR 45.505-2(b)(2), the Government shall determine and furnish the unit price of the Government-furnished property on the document covering shipment of the property. H-5. EXERCISE OF OPTIONS. As prescribed in FAR clause 52.217-9, Option to Extend the Term of the Contract, the Coast Guard may extend the contract as specified in Section B. Exercise of options is subject to FAR clause 52.232-18, Availability of Funds. H-6. PRICING INSTRUCTIONS. (a) The offeror may propose unit prices for the option years which differ from the unit prices for the base year. (b) Offered prices for "rework", "overhaul", "modify only", "modify/ rework", "modify/overhaul", and "replace liner only" requirements shall include all labor, parts, materials, test equipment, facilities, other direct and indirect costs, and profit associated with performance of the specific efforts as described in Section C, except those replacement parts that are separately priced within the line item. (c) Offered prices for "test and evaluation" shall include all labor, parts, materials, test equipment, facilities, other direct and indirect costs, and profit associated with performance of test and evaluation. This price will apply when the conditions as specified in Paragraphs C-3.5, Unusual Damage and C-3.6, Test and Evaluation are present. (d) Offered prices for separately priced replacement parts shall include all labor, parts, materials, test equipment, facilities, other direct and indirect costs, and profit associated with furnishing the specified part on an "as required" basis. (e) Parts provided for components identified as Exclusions, Paragraph H-2, shall be priced as follows: Page 60 DTCG38-95-D-20018 SECTION H - SPECIAL CONTRACT REQUIREMENTS H-6. PRICING INSTRUCTIONS. (Cont'd) 1. Discounted List Price as the lower of the following two prices: (a) Contractor's current commercial catalog minus best commercial discount, or (b) Best commercial price. 2. Excluded (Repairable) Parts: (a) If part is damaged beyond repair (SCRAP) the Coast Guard will pay replacement part cost using price as determined above. (b) The repair of an excluded part is subject to Contracting Officer approval. 3. The Government retains the right to unilaterally set the price for exclusion parts in the event an agreement on price cannot be reached. (f) Offered labor rates shall be loaded rates inclusive of all direct and indirect charges, escalation and profit. (g) All actions necessary for shipment through customs for items leaving and entering the United States, and associated charges for those actions shall be the responsibility of the contractor. All associated charges as well as delivery/cost factors should be considered by offeror. H-7. UTILIZATION OF SEPARATELY PRICED REPLACEMENT PARTS. The contractor shall notify the Contracting Officer within 15 calendar days after receipt of the component when any of the separately priced replacement part(s) specified in the Section B are required. This notification shall include a list (by name, part number, and quantity) of any separately priced replacement part(s) required. Within 30 calendar days of notification from the contractor, the Contracting Officer will either issue a modification to the delivery order authorizing use of the separately priced replacement part(s) or providing disposition instructions. The delivery schedule will be adjusted accordingly for any delay associated with requesting and obtaining approval to utilize the specified separately priced replacement part(s). Page 61 DTCG38-95-D-20018 SECTION H - SPECIAL CONTRACT REQUIREMENTS H-8. AIRWORTHINESS. FLIGHT CRITICAL AIRWORTHINESS CERTIFICATION REQUIREMENTS 1. All "Flight Critical" aircraft parts ordered, serviced, modified, reworked, and/or overhauled under the provisions of this agreement/order/contract must be airworthy and suitable for installation on a U.S. Coast Guard aircrafT. NOTE: All components and associated replacement parts on this acquisition are considered FLIGHT CRITICAL. 2. If you are certified by any organization to manufacture, service, modify, rework or overhaul any "flight critical" aircraft item contained within this requirement, identify the item(s) and provide the following certification with any substantiating documentation required: Original Equipment Manufacturer ---- OEM Certified by______________________(OEM); ---- provide copy of your OEM Certification. Federal Aviation Administration (FAA) Certified; provide copy of your ---- FAA Certification. Department of Defense (DOD) Certified; ---- provide DOD contract number and point of contact under which this supply/service is performed. DOD Contract: ____________________________________ POC & Phone#: _____________________ (___)___-____ Other Certification, i.e., Coast Guard, foreign government, etc. CALL ---- THE ORDERING OFFICER TO AFFIRM ACCEPTANCE OF THIS CERTIFICATION PRIOR TO PROCEEDING WITH ANY WORK UNDER THIS ORDER. Type of Cert._______________________ Number:_________________________ Date of Cert._______________________ Duration:_______________________ Certifying Organization:_____________________________________________ - ------------------------------------ ----------------- (Contractor's Signature) (Date) Page 62 DTCG38-95-D-20018 SECTION H - SPECIAL CONTRACT REQUIREMENTS H-8. AIRWORTHINESS. (Cont'd) 3. The forms/certification indicated above shall be attached to the OUTSIDE of the shipping container and a copy shall be included with the invoice. Failure to submit the appropriate forms/certificate shall constitute an improper invoice and will result in nonpayment. 4. IF THE CONTRACTOR CANNOT CERTIFY AS REQUIRED ABOVE, HE SHALL IMMEDIATELY AND PRIOR TO ANY WORK BEING INITIATED NOTIFY THE APPROPRIATE GOVERNMENT CONTRACTING OFFICER. - ----------------------------------------------------------------- AIRWORTHINESS CERTIFICATION REQUIREMENTS 1. All aircraft parts ordered, serviced, modified, reworked, and/or overhauled under the provisions of this agreement/order/contract must be airworthy and suitable for installation on a U.S. Coast Guard aircraft. 2. The contractor shall furnish a Certificate of Airworthiness in accordance with FAA procedures (FAA Form 8130-3) or a Certificate of Conformance in accordance with FAR 52.246-15, for each component shipped in response to this order. If a Certificate of Conformance is used it MUST be submitted in the format provided below. 3. This certificate shall be attached to the OUTSIDE of the shipping container and a copy shall be included with the invoice. Failure to submit the appropriate certificate shall constitute an improper invoice and will result in nonpayment. 4. IF THE CONTRACTOR CANNOT CERTIFY AS REQUIRED ABOVE, HE SHALL IMMEDIATELY AND PRIOR TO ANY WORK BEING INITIATED NOTIFY THE APPROPRIATE GOVERNMENT CONTRACTING OFFICER. - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - CERTIFICATE OF CONFORMANCE IN ACCORDANCE WITH FAR 52.246-15 "I CERTIFY THAT ON__________(INSERT DATE), THE_________________________________ (INSERT CONTRACTOR'S NAME) FURNISHED THE SUPPLIES OR SERVICES CALLED FOR BY CONTRACT NUMBER_____________________________________VIA _______________________ (CARRIER) ON________________________(IDENTIFY THE BILL OF LADING OR SHIPPING DOCUMENT) IN ACCORDANCE WITH ALL APPLICABLE REQUIREMENTS. I FURTHER CERTIFY THAT THE SUPPLIES OR SERVICES ARE OF THE QUALITY SPECIFIED AND Page 63 DTCG38-95-D-20018 SECTION H - SPECIAL CONTRACT REQUIREMENTS H-9. AIRWORTHINESS. (Cont'd) AND CONFORM IN ALL RESPECTS WITH THE CONTRACT REQUIREMENTS, INCLUDING SPECIFICATIONS, DRAWINGS, PRESERVATION, PACKAGING, PACKING, MARKING REQUIREMENTS, AND PHYSICAL ITEM IDENTIFICATION (PART NUMBER), AND ARE IN THE QUANTITY SHOWN ON THIS OR ON THE ATTACHED ACCEPTANCE DOCUMENT." DATE OF EXECUTION: ----------------------------------- SIGNATURE: ------------------------------------------- TITLE: ----------------------------------------------- H-9. REPORTING REQUIREMENT FOR OCEAN SHIPMENTS OF CARGO. (a) The contractor shall submit, for each individual ocean shipment of cargo, one legible copy of the bill-of-lading to the Maritime Administration (MARAD), Division of National Cargo, Office of Market Development, 400 7th St., SW, Washington, DC 20590. (b) Each bill-of-lading shall contain the following information: (1) Sponsoring U.S. Government agency (2) Name of vessel (3) Vessel flag of registry (4) Date of loading (5) Port of loading (6) Port of final discharge (7) Description of commodity (8) Gross weight in pounds and cubic feet, if available (9) Total ocean freight revenue in U.S. Dollars (c) The contractor shall furnish the bills-of-lading to MARAD within 20 working days of the loading for shipments originating in the United States or within 30 working days for shipments originating outside the United States. (d) The contractor shall also furnish a legible copy of the bill-of-lading to the Contracting Officer. (End of Clause) Page 64 DTCG38-95-D-20018 SECTION H - SPECIAL CONTRACT REQUIREMENTS H-9. REPORTING REQUIREMENT FOR OCEAN SHIPMENTS OF CARGO. (Con't) (c) The contractor shall furnish the bills-of-lading to MARAD within 20 working days of the loading for shipments originating in the United States or within 30 working days for shipments originating outside the United States. (d) The contractor shall also furnish a legible copy of the bill-of-lading to the Contracting Officer. (End of Clause) Page 65 DTCG38-95-D-20018 PART II SECTION I - CONTRACT CLAUSES I-1. CLAUSES INCORPORATED BY REFERENCE. (JUN 1988) 52.252-2 This contract 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. (End of clause) FEDERAL ACQUISITION REGULATION (48 CFR CHAPTER 1) CLAUSES 52.202-1 DEFINITIONS. SEP 1991 52.203-1 OFFICIALS NOT TO BENEFIT. APR 1984 52.203-3 GRATUITIES. APR 1984 52.203-5 COVENANT AGAINST CONTINGENT FEES. APR 1984 52.203-6 RESTRICTIONS ON SUBCONTRACTOR SALES JUL 1985 TO THE GOVERNMENT. 52.203-7 ANTI-KICKBACK PROCEDURES. OCT 1988 52.203-10 PRICE OR FEE ADJUSTMENT FOR ILLEGAL SEP 1990 OR IMPROPER ACTIVITY. 52.203-12 LIMITATION ON PAYMENTS TO INFLUENCE JAN 1990 CERTAIN FEDERAL TRANSACTIONS. 52.208-1 REQUIRED SOURCES FOR JEWEL BEARINGS APR 1984 AND RELATED ITEMS. 52.209-6 PROTECTING THE GOVERNMENT'S INTEREST NOV 1992 WHEN SUBCONTRACTING WITH CONTRACTORS DEBARRED, SUSPENDED, OR PROPOSED FOR DEBARMENT. 52.210-5 NEW MATERIAL. APR 1984 52.212-8 DEFENSE PRIORITY AND ALLOCATION SEP 1990 REQUIREMENTS. 52.215-1 EXAMINATION OF RECORDS BY FEB 1993 COMPTROLLER GENERAL. 52.215-2 AUDIT - NEGOTIATION. FEB 1993 52.215-23 PRICE REDUCTION FOR DEFECTIVE COST DEC 1994 OR PRICING DATA - MODIFICATIONS. Page 66 DTCG38-95-D-20018 SECTION I - CONTRACT CLAUSES I-1. CLAUSES INCORPORATED BY REFERENCE. (JUN 1988) 52.252-2 (Cont'd) 52.215-25 SUBCONTRACTOR COST OR PRICING DATA - DEC 1994 MODIFICATIONS. 52.215-26 INTEGRITY OF UNIT PRICES. APR 1991 ALT I (APR 1991) 52.215-31 WAIVER OF FACILITIES CAPITAL COST SEP 1987 OF MONEY. 52.215-33 ORDER OF PRECEDENCE. JAN 1986 52.216-18 ORDERING. APR 1984 para (a) 25 Sept 1995 through 24 Sept 1996, may be extended through 24 Sept 2000 based on exercise of options. 52.216-19 DELIVERY-ORDER LIMITATIONS. APR 1984 para (a) one (1) each for any line item (b)(1) the total estimated contract line item quantity (2) 50% of estimated contract quantity (3) 30 days (d) 15 calendar days 52.216-22 INDEFINITE QUANTITY. APR 1984 para (d) 24 December 2000 NOTE: Maximum quantities may be exceeded if agreeable to all parties. 52.217-9 OPTION TO EXTEND THE TERM OF THE CONTRACT. MAR 1989 para (a) within 30 calendar days prior to contract expiration para (c) five years 52.219-8 UTILIZATION OF SMALL BUSINESS CONCERNS FEB 1990 AND SMALL DISADVANTAGED BUSINESS CONCERNS. 52.219-9 SMALL BUSINESS AND SMALL DISADVANTAGED FEB 1995 BUSINESS SUBCONTRACTING PLAN. 52.219-13 UTILIZATION OF WOMEN-OWNED SMALL AUG 1986 BUSINESSES. 52.219-16 LIQUIDATED DAMAGES - SMALL BUSINESS AUG 1989 SUBCONTRACTING PLAN. 52.220-3 UTILIZATION OF LABOR SURPLUS AREA APR 1984 CONCERNS. Page 67 DTCG38-95-D-20018 SECTION I - CONTRACT CLAUSES I-1. CLAUSES INCORPORATED BY REFERENCE. (JUN 1988) 52.252-2 (Cont'd) 52.222-20 WALSH-HEALEY PUBLIC CONTRACTS ACT. APR 1984 52.222-26 EQUAL OPPORTUNITY. APR 1984 52.222-28 EQUAL OPPORTUNITY PREAWARD CLEARANCE APR 1984 OF SUBCONTRACTS. 52.222-35 AFFIRMATIVE ACTION FOR SPECIAL APR 1984 DISABLED AND VIETNAM ERA VETERANS. 52.222-36 AFFIRMATIVE ACTION FOR HANDICAPPED APR 1984 WORKERS. 52.222-37 EMPLOYMENT REPORTS ON SPECIAL DISABLED JAN 1988 VETERANS AND VETERANS OF THE VIETNAM ERA. 52.223-2 CLEAN AIR AND WATER. APR 1984 52.223-6 DRUG-FREE WORKPLACE. JUL 1990 52.225-10 DUTY-FREE ENTRY. APR 1984 (Note: The Coast Guard is not accorded duty-free entry on these items). 52.225-11 RESTRICTIONS ON CERTAIN FOREIGN PURCHASES. MAY 1992 52.227-1 AUTHORIZATION AND CONSENT. APR 1984 52.227-2 NOTICE AND ASSISTANCE REGARDING APR 1984 PATENT AND COPYRIGHT INFRINGEMENT. 52.227-14 RIGHTS IN DATA - GENERAL. JUN 1987 52.229-3 FEDERAL, STATE, AND LOCAL TAXES. JAN 1991 52.229-5 TAXES - CONTRACTS PERFORMED IN U.S. APR 1984 POSSESSIONS OR PUERTO RICO. 52.232-1 PAYMENTS. APR 1984 52.232-8 DISCOUNTS FOR PROMPT PAYMENT. APR 1989 52.232-11 EXTRAS. APR 1984 52.232-17 INTEREST. JAN 1991 52.232-18 AVAILABILITY OF FUNDS. APR 1984 Page 68 DTCG38-95-D-20018 SECTION I - CONTRACT CLAUSES I-1. CLAUSES INCORPORATED BY REFERENCE. (JUN 1988) 52.252-2 (Cont'd) 52.232-19 AVAILABILITY OF FUNDS FOR THE NEXT APR 1984 FISCAL YEAR. 30 September 1995 30 September 1995 52.232-23 ASSIGNMENT OF CLAIMS. JAN 1986 52.232-25 PROMPT PAYMENT. MAR 1994 52.232-28 ELECTRONIC FUNDS TRANSFER PAYMENT APR 1989 METHODS. 52.233-1 DISPUTES. MAR 1994 52.233-3 PROTEST AFTER AWARD. AUG 1989 52.242-13 BANKRUPTCY. APR 1991 52.243-1 CHANGES - FIXED-PRICE. AUG 1987 ALT II (APR 1984) 52.244-1 SUBCONTRACTS (FIXED-PRICE CONTRACTS). FEB 1995 52.244-5 COMPETITION IN SUBCONTRACTING. APR 1984 52.245-1 PROPERTY RECORDS. APR 1984 52.245-2 GOVERNMENT PROPERTY (FIXED-PRICE DEC 1989 CONTRACTS). 52.246-23 LIMITATION OF LIABILITY. APR 1984 52.246-25 LIMITATION OF LIABILITY - SERVICES. APR 1984 52.247-63 PREFERENCE FOR U.S.-FLAG AIR CARRIERS. APR 1984 52.247-64 PREFERENCE FOR PRIVATELY OWNED U.S.-FLAG APR 1984 COMMERCIAL VESSELS. 52.248-1 VALUE ENGINEERING. MAR 1989 52.249-2 TERMINATION FOR CONVENIENCE OF THE APR 1984 GOVERNMENT (FIXED-PRICE). 52.249-8 DEFAULT (FIXED-PRICE SUPPLY AND APR 1984 SERVICE). 52.253-1 COMPUTER GENERATED FORMS. JAN 1991 Page 69 DTCG38-95-D-20018 SECTION I - CONTRACT CLAUSES I-2. REQUIREMENT FOR CERTIFICATE OF PROCUREMENT INTEGRITY-MODIFICATION. (NOV 1990) 52.203-9 (a) Definitions. The definitions set forth in FAR 3.104-4 are hereby incorporated in this clause. (b) The Contractor agrees that it will execute the certification set forth in paragraph (c) of this clause when requested by the Contracting Officer in connection with the execution of any modification of this contract. (c) Certification. As required in paragraph (b) of this clause, the officer or employee responsible for the modification proposal shall execute the following certification: CERTIFICATE OF PROCUREMENT INTEGRITY-MODIFICATION (NOV 1990) (1) I,_______________________________________(Name of certifier) am the officer or employee responsible for the preparation of this modification proposal and hereby certify that, to the best of my knowledge and belief, with the exception of any information described in this certification, I have no information concerning a violation or possible violation of subsection 27(a), (b), (d), or (f) of the Office of Federal Procurement Policy Act, as amended* (41 U.S.C. 423), (hereinafter referred to as "the Act"), as implemented in the FAR, occurring during the conduct of this procurement_________________________ (contract and modification number). (2) As required by subsection 27(e)(1)(B) of the Act, I further certify that to the best of my knowledge and belief, each officer, employee, agent, representative, and consultant of______________________________________________ (Name of Offeror) who has participated personally and substantially in the preparation or submission of this proposal has certified that he or she is familiar with, and will comply with, the requirements of subsection 27(a) of the Act, as implemented in the FAR, and will report immediately to me any information concerning a violation or possible violation of subsections 27(a), (b), (d), or (f) of the Act, as implemented in the FAR, pertaining to this procurement. Page 70 DTCG38-95-D-20018 SECTION I - CONTRACT CLAUSES I-2. REQUIREMENT FOR CERTIFICATE OF PROCUREMENT INTEGRITY-MODIFICATION. (NOV 1990) 52.203-9 (Cont'd) (3) Violations or possible violations: (Continue on plain bond paper if necessary and label Certificate of Procurement Integrity-Modification Continuation Sheet, ENTER NONE IF NONE EXISTS) ---------------------------------------------------------------------- ---------------------------------------------------------------------- ---------------------------------------------------------------------- ---------------------------------------------------------------------- (Signature of the officer or employee responsible for the modification proposal and date) ---------------------------------------------------------------------- (Typed name of the officer or employee responsible for the modification proposal) * Subsections 27 (a), (b), and (d) are effective on December 1, 1990. Subsection 27(f) is effective on June 1, 1991. THIS CERTIFICATION CONCERNS A MATTER WITHIN THE JURISDICTION OF AN AGENCY OF THE UNITED STATES AND THE MAKING OF A FALSE, FICTITIOUS, OR FRAUDULENT CERTIFICATION MAY RENDER THE MAKER SUBJECT TO PROSECUTION UNDER TITLE 18, UNITED STATES CODE, SECTION 1001. (End of certification) (d) In making the certification in paragraph (2) of the certificate, the officer or employee of the competing Contractor responsible for the offer or bid, may rely upon a one-time certification from each individual required to submit a certification to the competing Contractor, supplemented by periodic training. These certifications shall be obtained at the earliest possible date after an individual required to certify begins employment or association with the Contractor. If a Contractor decides to rely on a certification executed prior to the suspension of section 27 (i.e., prior to December 1, 1989), the Contractor shall ensure that an individual who has so certified is notified that section 27 has been reinstated. These certifications shall be maintained by the Contractor for a period of 6 years from the date a certifying employee's employment with the company ends or, for an agency, representative, or consultant, 6 years from the date such individual ceases to act on behalf of the Contractor. (e) The certification required by paragraph (c) of this clause is a material representation of fact upon which reliance will be placed in executing this modification. (End of clause) I-3. RESERVED. Page 71 DTCG38-95-D-20018 SECTION I - CONTRACT CLAUSES I-4. PREFERENCE FOR LABOR SURPLUS AREA CONCERNS. (APR 1984) 52.220-1 (a) This acquisition is not a set aside for labor surplus area (LSA) concerns. However, the offeror's status as such a concern may affect (1) entitlement to award in case of tie offers or (2) offer evaluation in accordance with the Buy American Act clause of this solicitation. In order to determine whether the offeror is entitled to a preference under (1) or (2) above, the offeror must identify, below, the LSA in which the costs to be incurred on account of manufacturing or production (by the offeror or the first-tier subcontractors) amount to more than 50 percent of the contract price. ---------------------------------------------------------------------- ---------------------------------------------------------------------- ---------------------------------------------------------------------- (b) Failure to identify the locations as specified above will preclude consideration of the offeror as an LSA concern. If the offeror is awarded a contract as an LSA concern and would not have otherwise qualified for award, the offeror shall perform the contract or cause the contract to be performed in accordance with the obligations of an LSA concern. (End of provision) I-5. RESERVED. I-6. LOCAL HIRE. (OCT 1994) TAR 1252.220-90 The contractor shall employ, for the purpose of performing this contract in whole or in part in a State that has an unemployment rate in excess of the national average rate of unemployment (as defined by the Secretary of Labor), individuals who are local residents and who, in the case of any craft or trade, possess or would be able to acquire promptly the necessary skills. Local Resident means a resident or an individual who commutes daily to that state. (End of clause) I-7. DISSEMINATION OF CONTRACT INFORMATION. (OCT 1994) TAR 1252.242-72 The contractor shall not publish, permit to be published, or distribute for public consumption, any information, oral or written, concerning the results or conclusions made pursuant to the performance of this contract, without the prior written consent of the Contracting Officer. Two copies of any material proposed to be published or distributed shall be submitted to the Contracting Officer. (End of clause) Page 72 DTCG38-95-D-20018 PART III SECTION 2 - LIST OF ATTACHMENTS Attachment 1: U.S. Coast Guard Component Repair Record (CRR) Attachment 2: DOT F 4220.43, Contractor Report of Government Property Attachment 3: Replacement Parts Usage Rates Attachment 4: Coast Guard Specific Servo Replacement Parts Requirements ---------------------------------------------------------------------- U.S. COAST GUARD COMPONENT REPAIR RECORD ---------------------------------------------------------------------- THIS FORM IS USED TO REPORT MAINTENANCE ACTIONS PERFORMED ON COAST GUARD COMPONENTS BY OVERHAUL / REPAIR FACILITIES - -------------------------------------------------------------------------------- PART NAME CEI NUMBER SERIAL NUMBER - -------------------------------------------------------------------------------- ----------------------- - -------------------------------------------------------------------------------- PART NUMBER: NSN: ---------------------------- --------------------------------- THE COMPLETED FORM TO BE PROVIDED TO: ORIGINAL TO: COPY 1: COPY 2: TAMSCO PACKAGED WITH THE ATTACHED TO INVOICE 5030 HERZEL PLACE OVERHAULED / REPAIRED SUITE 200 COMPONENT BELTSVILLE, MD 20705 ATTN: ACMS - -------------------------------------------------------------------------------- OVERHAUL / REPAIR FACILITY TO COMPLETE ALL INFORMATION IN SHADED REGION - -------------------------------------------------------------------------------- - -------------------------------------------------------------------------------- TSN MANUFACTURER: ------------- -------------------- TSO DATE OF MANUFACTURE: ------------- -------------------- THE FOLLOWING NARRATIVE SUMMARIZES THE WORK PERFORMED ON THIS COMPONENT DURING THE COURSE OF THIS OVERHAUL / REPAIR. ----------------------------------------------------------------------------- ------------------------------------------------------------------------- ------------------------------------------------------------------------- ------------------------------------------------------------------------- ------------------------------------------------------------------------- ------------------------------------------------------------------------- ------------------------------------------------------------------------- ----------------------------------------------------------------------------- OVERHAUL/REPAIR FACILITY: WORK ORDER NO: ------------ -------------------- DATE WORK COMPLETED: / / ITEM BEYOND ECONOMICAL REPAIR - -------------------------------------------------------------------------------- THE FOLLOWING MAINTENANCE ACTIONS WERE COMPLIED WITH DURING THE COURSE OF THIS OVERHAUL / REPAIR. / / ---------------------------- FOR ACMS CONTRACTOR USE ONLY ---------------------------- DISENROLLED (SCRAP ITEMS)___ SCH ENTRIES COMPLETED ___ DATA ENTRY COMPLETED ___ DATE ___ ---------------------------- ----------------------------------------------- AUTHORIZED SIGNATURE OR QUALITY ASSURANCE STAMP - ------------------------------------------------------------------------------------------------------------------------------------ CONTRACTOR REPORT OF GOVERNMENT PROPERTY - ------------------------------------------------------------------------------------------------------------------------------------ Public reporting burden for this collection of information is estimated to average 1 hour per response, including the time for reviewing instructions searching existing data sources, gathering and maintaining the data needed, and completing and reviewing the collection of information. Send comments regarding this burden estimate of any aspect of this collection of information, including suggestions for reducing this burden, to the FAR Secretaries (VRS), Office of Federal Acquisition and Regulatory Policy, GSA, Washington, D.C. 20406; and to the Office of Management and Budget, Paperwork Reduction Project (2106-0617), Washington, D.C. 20403. - ------------------------------------------------------------------------------------------------------------------------------------ 1. Contract Number: ---------------------------------------------------------------------------------------------------------- 2. Report Period Ending: ---------------------------------------------------------------------------------------------------------- - ------------------------------------------------------------------------------------------------------------------------------------ 3. Contractor (Name and Address) 4. Contracting Office (Names and Address) - ------------------------------------------------------------------------------------------------------------------------------------ 5. Name and location of Government-Owned, Contractor-Operated Plant (if applicable) - ------------------------------------------------------------------------------------------------------------------------------------ 6. Any Government property located at a subcontractor's plant? ___ Yes ___ No. If yes, give the name and address of the subcontractor(s) on an attached sheet to this report. - ------------------------------------------------------------------------------------------------------------------------------------ 7. Date contractor's property control system approved? - ------------------------------------------------------------------------------------------------------------------------------------ 8. Approved by whom? -------------------------------------- Name of Agency/Office - ------------------------------------------------------------------------------------------------------------------------------------ 9 Starting Balance Ending Balance ------------------------------- ------------------------------- Total Total Total Total Property Acquisition Quantity Items Items Acquisition Quantity Class Cost (in acres Added Deleted Cost in acres (Set FAR 45.5) (in dollars) or units) in $ in $ (in dollars) or units) - ------------------------------------------------------------------------------------------------------------------------------------ a. Land & Rights Therein - ------------------------------------------------------------------------------------------------------------------------------------ b. Other Real Property - ------------------------------------------------------------------------------------------------------------------------------------ c. Plant Equipment - ------------------------------------------------------------------------------------------------------------------------------------ d. Special Test Equipment - ------------------------------------------------------------------------------------------------------------------------------------ e. Special Tooling - ------------------------------------------------------------------------------------------------------------------------------------ f. Materials in Stock (when total value exceeds $50.000) - ------------------------------------------------------------------------------------------------------------------------------------ - ------------------------------------------------------------------------------------------------------------------------------------ NOTE: This report shall include all Government property (i.e., property furnished by the Government, or acquired or fabricated by the contractor or subcontractors). By signature hereon, the contractor's property administrator certifies that the report was prepared from the contractor's records that are required by FAR 45.5. - ------------------------------------------------------------------------------------------------------------------------------------ 10. Typed Name of Contractor Property Administrator 11. Signature and Date - ------------------------------------------------------------------------------------------------------------------------------------ USAGE RATES FOR SEPARATELY PRICED REPLACEMENT PARTS Note: Rework and overhaul rates are grouped together. a. Section B, Item 1: 1620-14-459-0511 LEG, LH MAIN LG P/N 18785-100-05 P/N NOMENCLATURE PERCENTAGE 17975 CONTACTOR UNIT ASSY 7 18802 UNION 1 18965-000-01 LH HOUSING 39 18979 SHAFT 57 18980 SHAFT 61 18981 SWIVEL PIN 9 18989-000-01 JACK 57 19217 CABLE 1 19828-100 FLEX HOSE 9 20529-100 HOSE 1 24079-000-00 SINGLE PIECE BEARING 50 b. Section B, Item 2: 1620-14-462-8049 LEG, RH MAIN LG P/N 18786-100-05 P/N NOMENCLATURE PERCENTAGE 17975 CONTACTOR UNIT ASSY 7 18130 ROLLER 1 18802 UNION 1 18966-000-01 RH HOUSING 47 18979 SHAFT 41 18980 SHAFT 50 18981 SWIVEL PIN 3 18989-000-01 JACK 56 19217 CABLE 6 19828-100 FLEX HOSE 3 20529-100 HOSE 1 24079-000-00 SINGLE PIECE BEARING 50 Attachment 3 USAGE RATES FOR SEPARATELY PRICED REPLACEMENT PARTS (Cont'd) c. Section B, Items 3, 4, 5: 1620-14-459-0514 AUX LANDING GEAR P/N 18740-100-06 or -07 P/N NOMENCLATURE PERCENTAGE 18880-000-02 HOUSING 25 18907 UPPER BEARING 1 18921-000-01 BEARING POST 59 18922 PISTON TUBE 10 18926 LOWER BEARING 62 18928 LEVER PISTON SHAFT 65 18932 LOWER BEARING 29 19010 SHAFT 53 19324 AXLE 6 19465 YOKE 88 d. Section B, Item 6: 1650-14-043-0964 ACTUATOR CYL P/N 19570-101 P/N NOMENCLATURE PERCENTAGE 17946 BUSHING 50 18787-100 HOSE ASSY 15 18788-100 HOSE ASSY 25 18789-100 HOSE ASSY 45 19640 BALL FITTING ASSY 50 19645 BODY ASSY 25 19713 BUSHING 25 19727 PISTON 10 19731 CLAW 10 19870 HARNESS CABLE 10 e. Section B, Item 7: 1650-14-387-2620 ACTUATOR CYLINDER P/N 19575-101 P/N NOMENCLATURE PERCENTAGE 18789-100 HOSE ASSY 25 18790-100 HOSE ASSY 5 18791-100 HOSE ASSY 5 19640 BALL FITTING ASSY 50 19716-100 HOUSING ASSY 25 19713 BUSHING 25 19727 PISTON 10 19731 CLAW 10 19880 HARNESS CABLE 5 2 USAGE RATES FOR SEPARATELY PRICED REPLACEMENT PARTS (Cont'd) f. Section B, Items 8, 9: 1650-14-463-8804 PUMP, SELF REGULATING P/N C24160022-1 P/N NOMENCLATURE PERCENTAGE A81953-2 END FITTING 10 GA70926-1 SWASH PLATE ASSY 25 GA70657-2 BLOCK ASSY 35 g. Section B, Items 10, 11: 1650-14-451-4636 SERVO CONTROL P/N SC8033-1 P/N NOMENCLATURE PERCENTAGE 800600 FILTER 1 801271 BODY 11 802170 CIRCUIT BOARD 11 807763 SWITCH 3 h. Section B, Items 12, 13: 1650-14-448-1729 SERVO CONTROL P/N SC8034-1 P/N NOMENCLATURE PERCENTAGE 800600 FILTER 1 801271 BODY 2 801400 CUP ASSEMBLY 39 802170 CIRCUIT BOARD 4 807763 SWITCH 37 i. Section B, Item 14: 1650-14-404-8798 SERVO, TAIL ROTOR P/N SC7282 P/N NOMENCLATURE PERCENTAGE 288033950 BODY 10 801152 SWITCH 48 801189 LOCK PLATE 67 801195 TIE ROD 6 803858 COVER 6 805189 PISTON 45 3 USAGE RATES FOR SEPARATELY PRICED REPLACEMENT PARTS (Cont'd) j. Section B, Item 15: 6110-14-401-5731 L. G. REGULATOR P/N 97168-100 P/N NOMENCLATURE PERCENTAGE 97241-120 ELECTRO DISTRIBUTOR 25 k. Section B, Item 16: 6615-14-393-8808 HYDRAULIC REGULATOR P/N 97166-100 P/N NOMENCLATURE PERCENTAGE 97271-120 ELECTRO DISTRIBUTOR 25 l. Section B, Item 17: 1620-14-406-3536 HYDRAULIC REGULATOR P/N 97166-300 P/N NOMENCLATURE PERCENTAGE 97271-120 ELECTRO DISTRIBUTOR 25 4 COAST GUARD SPECIFIC SERVO REPLACEMENT PARTS REQUIREMENTS The following replacement parts will be utilized as required. These designations represent a deviation from the Component Maintenance Manual as directed by USCG ARSC Engineering. SC 8033-1 PART NUMBER DESIGNATION A B C D CMM - -------------------------------------------------------------------- 21 800246 0 BUSH * 24 800104 0 SHIM *** 24 800278 0 BEARING ** 24 800600 0 FILTER * 24 807763 0 REVERSING SWITCH * 25 801341 0 PLATE * 25 801346 0 SHAFT * 25 801349 0 WASHER * 25 801352 0 LEVER * 27 800630 0 ROTARY VALVE (repaired) * SC 8034-1 PART NUMBER DESIGNATION A B C D CMM - -------------------------------------------------------------------- 21 800246 0 BUSH * 24 800104 0 SHIM *** 24 800278 0 BEARING ** 24 800600 0 FILTER * 24 801010 0 FILTER * 24 807763 0 REVERSING SWITCH * 25 801341 0 PLATE * 25 801346 0 SHAFT * 25 801349 0 WASHER * * 25 801352 0 LEVER * * 27 800630 0 ROTARY VALVE (repaired) * * * Inspect and repair or replace as required. ** 100% systematic replacement until P/N 802911 Stainless Steel Bearings are installed; then inspect and replace as required. *** 100% replacement when P/N 800135 or P/N 800129 is replaced. Otherwise, inspect and repair or replace as required. Attachment 4