Download as pdf or txt
Download as pdf or txt
You are on page 1of 5

Dash 8-Q400 Aircraft Maintenance

for the
Critical Incident Response Group

Statement of Work
August 3, 2018

SOLICITATION/ RFP# DJF-18-2200-PR-0012096 Version 1.0 Page 1


1 SCOPE
The Federal Bureau of Investigation (FBI), Critical Incident Response Group (IR) requires non-
personal services for scheduled and unscheduled maintenance to comply with applicable
Airworthiness Directives, Service Bulletins, Service Instructions, and manufacturer approved
technical data instruction. The Government will not exercise any supervision or control over
contractor employees performing the services herein. Such contract service providers shall be
accountable solely to the Contractor who, in turn is responsible to the Government.

1.1 Description of Services/Introduction


The FBI is seeking a qualified Contractor to provide airframe and component maintenance
services in compliance with the Bombardier Q400 Maintenance Requirements Manual, Chapter
5 of the Aircraft Maintenance Manual, the FBI General Maintenance Manual, and Federal
Aviation Administration (FAA) regulations governing the operation of this aircraft. The FBI
owns and operates a Bombardier Dash8-Q400 aircraft. This aircraft has been in operation since
2007 and has approximately 5,500 hours on the airframe and engine. The aircraft operates under
14 Code of Federal Regulations (CFR) Part 91.

1.2 Background
The Bombardier Dash-8 Q400 is a transport category aircraft. It is powered by two Pratt &
Whitney PW150A Turboprop Engines. The Auxiular Power Unit (APU) is manufactured by
Hamilton Sundstrand. The aircraft flys year round, approximately 600 hours annually and mostly
in the contentinaul United States. The Bombardier Maintenance Requirements Manual mandates
scheduled inspections to be accomplished based on aircraft flight hours, aircraft cycles
(landings), and calendar days.

2 APPLICABLE DOCUMENTS
Bombardier Q400 Maintenance Requirements Manual, Chapter 5 of the Aircraft Maintenance
Manual.

2.1 Government Representatives:


The functions inherent to this contract shall be performed by the designated Contracting Officer.
The duly assigned Contracting Officer Representative (COR) shall ensure all actions pertaining
to this contract are requested via the Contracting Officer.

2.2 Contracting Officer Representative:


The COR will be identified via letter of COR delegation authority for this contract. The COR is
responsible, as applicable, for: receiving all deliverables, inspecting and accepting the supplies
or services provided hereunder in accordance with the terms and conditions of this contract;
providing direction to the Contractor which clarifies the contract effort, fills in details or
otherwise serves to accomplish the contractual Scope of Work; evaluating performance; and
certifying all invoices/vouchers for acceptance of the supplies or services furnished for payment.

SOLICITATION/ RFP# DJF-18-2200-PR-0012096 Version 1.0 Page 2


The COR does not have the authority to alter or modify the Contractor's obligations, contract
terms, conditions, specifications, or cost. If as a result of technical discussions, it is in the
Government’s best interest to alter/change contractual obligations or the Scope of Work, the CO
shall issues such changes.

3 PERFORMANCE REQUIREMENTS:
All Contractor provided maintenance shall be performed in a 14 CFR Part 145 Certified Repair
Station with the Dash8-Q400 airframe listed on its Part 145 certificate. All Contractor required
maintenance will be scheduled and unscheduled. All Contractor provided maintenance shall
comply with applicable Airworthiness Directives, Service Bulletins, Service Instructions, and
manufacturer approved technical data instruction.

3.1 Scheduled Maintenance is defined as known or predictable maintenance requirements based


on calendar, hourly, events, or cycles, that can be planned or programmed for accomplishment
on short and long-range schedules. Scheduled inspections include but are not limited to the
airframe, engines, APU, landing gear, avionics, flight controls, hydraulic systems, puematic
systems, electrical systems, etc. Discrepancies found during these inspections must be corrected
and repaired prior to the aircraft being returned to service.

3.2 Unscheduled Maintenance is defined as unpredictable maintenance requirements,


maintenance not previously planned or programmed, maintenance requiring prompt attention and
must be adhered to, integrated with, or substituted for previously scheduled workloads. The
Contractor shall complete unscheduled maintenance when requested by the FBI and when capable to
meet the request. Unscheduled maintenance is maintenance that isn’t performed at pre-determined
intervals. This may involve logical troubleshooting to determine root causes of aircraft discrepancies.
This may involve discrepancies to the airframe, engines, APU, landing gear, avionics, flight controls, etc.

3.3 The Contractor shall replace Life limited components by the specific times provided by
Bombardier, Pratt & Whitney, Hamilton Sundstrand, or any other aircraft component as required
by the manufacturer and regulatory authorities. The Contractot shall comply with Airworthiness
Directives (ADs) issued by regulatory authorities such as the Federal Aviation Administration
(FAA). They are one time repairs or inspections, or may be repetitive inspections. There are
mandated time requirements which must be met. The Contractor shall comply with issued ADs.
Service Bulletins (SBs) are issued by the aircraft, engine, APU, or component manufacturer. The
Contractor shall comply with all applicable SBs.

3.4 All Contractor installed parts on the Q400 aircraft shall be accompanied with a PMA (Parts
Manufacturer Approval) certificate, 8130, or approved regulatory authority documentation.

SOLICITATION/ RFP# DJF-18-2200-PR-0012096 Version 1.0 Page 3


4 MINIMUM QUALIFICATIONS

Contractor personnel performing maintenance services on the Government aircraft shall possess
a valid Airframe and Power plant license and other certifications as required by federal, state,
local laws, and industry standards for aircraft maintenance services.

5 PLACE OF PERFORMANCE
Maintenance shall be performed in the Contractor’s certified maintenance facility. If Contractor personnel
have to travel to Government locations, all Contractor provided maintenance shall will be performed in
FBI and Department of Justice (DOJ) authorized facilities in the Washington, D.C. metropolitan area, or
other government locations as provided by the COR.

6 TRAVEL
When required and authorized in writing by the COR , travel shall be conducted in accordance
with FAR 31.25-46 Travel Costs and Federal Travel Regulations.

7 DELIVERABLES
The Contractor shall provide monthly status reports to the Contracting Officer (CO) and the Contracting
Office Representative (COR). The format will be agreed to by the Contractor and COR at the start of
performance, but the contents shall contain the following, at a minimum: Staffing Summary, Hours and
Labor performed, Current Management and Administrative problems, and Action items. The Contractor
shall also provide a bi-weekly status report that describes the activities that were completed (highlights),
areas of risk, and personnel and their responsibilities for that time period.

The Contractor shall be responsible for providing the following deliverables:

Deliverable Title Deliverable Date SOW Reference


Monthly Status Reports Last Day of Every Month 7.0

8 GOVERNMENT FURNISHED PROPERTY OR INFORMATION


Other than limited access to government facililities, only when requested in writing by the COR, and
Government aircraft, no other Government furnished property or information will be provided.

9 INVOICING PROCEDURES:
Invoices shall be submitted to Central_Invoices@ic.fbi.gov A proper invoice shall include the
following information:
• Name and address of the Contractor
• Invoice date and invoice number. Invoice numbering should begin at 01 and be
consecutively numbered thereafter. (The Contractor should date invoices as close as
possible to the date of mailing or transmission.)
• Contract number, Task Order number, contract line item number and, if applicable, an
order number

SOLICITATION/ RFP# DJF-18-2200-PR-0012096 Version 1.0 Page 4


• Description, quantity, unit of measure, unit price and extended price of the items delivered
• Shipping number and date of shipment including the bill of lading number and weight of
shipment if shipped Government bill of lading
• Terms of any discount for prompt payment offered
• Name and address of official to whom payment is to be sent
• Name, title, and phone number of person to notify in event of defective invoice
• Electronic Funds Transfer (ETF) banking information
• Contractor’s First/Last Name, Number of Hours, Labor Category, Total number of hours
(items can be in any order), Cumulative Number of Hours to date
• Taxpayer Identification Number (TIN). (The Contractor shall include its TIN on the
invoice only if required elsewhere in this Contract)
The Contractor shall include this information on each and every invoice when invoicing for full or
partial supplies/services delivered/performed. If an invoice does not contain the above information,
the Bureau reserves the right to reject the invoice(s) as IMPROPER and notify the Contractor
within seven (7) calendar days after receipt of the invoice at the designated billing office pursuant.
(Resubmission of a PROPER invoice(s) will be required).
Payment will be made by the FBI’s Commercial Payment Unit in accordance with the Prompt
Payment Act, FAR clause 52.232-25 (JAN 2017) upon the COR’s (or designee) certification of
receipt of services and the CO final authorization for payment.

SOLICITATION/ RFP# DJF-18-2200-PR-0012096 Version 1.0 Page 5

You might also like