You are on page 1of 5

STATEMENT OF WORK:

Honeywell (Garrett) GTCP85-CK Auxiliary Power Unit (APU) Inspection,


Maintenance, and Repair
January 15, 2014
1.0 INTRODUCTION
NASA has a requirement to perform a routine maintenance inspection and service (to include the
performance of time compliance maintenance actions) on a Honeywell (Garrett) GTCP85-CK
Auxiliary Power Unit (APU) P/N380678-1-12; S/N P-36987. The depot service is required for
the continued airworthiness of the APU which supports the NASA DC-8 Airborne Science
Flying Laboratory. The APU has a total operating time of 910 hours and its last Shop Visit
was completed in January 2004. The APU is installed in a World Airways of Oakland, CA,
STC-SA3549WE, PN – 498000-107 housing and the complete assembly is immediately
available for delivery by the Government to the Contractor's facility.

2.0 OBJECTIVE AND SCOPE


The baseline inspection and maintenance actions shall consist of addressing all periodic
maintenance items, investigating an existing squawk against the APU (see SOW 2.1.20: APU
does not provide sufficient bleed air pressure/volume to support engine start), and performing an
Airworthiness Directives (AD’s) and Service Bulletins (SB’s) records review. The baseline
requirements are delineated in SOW Section 2.1 below. The contract pricing (e.g. fixed-price) of
the baseline work requirements shall include all labor, materials, and equipment costs necessary
to complete the identified work.

2.1 WORK REQUIRED (Baseline)


The Contractor shall perform the following tasks: (APU maintenance and inspections shall be
performed in accordance with Garrett GTCP85-CK Maintenance Manual)
2.1.1 Remove APU from World Airways housing
2.1.2 Inspect Turbine Nozzle
2.1.3 Check Pneumatic Thermo
2.1.4 Calibrate Accel. Control Thermo
2.1.5 Inspect Turbine Plenum
2.1.6 Remove & Replace Fuel Filter
2.1.7 Inspect Combustor Unit
2.1.8 Inspect Containment Ring
2.1.9 Clean Air Pressure Regulator Filter
2.1.10 Inspect Fuel Control Limiter
2.1.11 Clean Turbine Plenum Drain
2.1.12 Inspect Oil Tank Vent Tube
2.1.13 Remove & Replace Turbine Oil
2.1.14 Adjust and Test Fuel Control
2.1.15 Clean Swing Check Valve
2.1.16 Clean/Lube Cent SW Drive
2.1.17 Remove and Replace Starter
2.1.18 Clean Orifice “T” Assembly
2.1.19 Lube Fuel Control Driveshaft
2.1.20 Investigate/troubleshoot Squawk: APU does not provide sufficient bleed air
pressure/volume to support engine start.
2.1.21 Verify Airworthiness Directive and Service Bulletin compliance (records review)
2.1.22 Install APU into World Airways housing
2.1.23 The Contractor shall ship the APU installed in in the World Airways housing FOB
Destination by air ride freight to:

NASA Dryden Aircraft Operations Facility (DAOF)


Attn: Wendy Given/DC-8
2825 East Avenue P
Palmdale, CA 93550

2.1.24 Provide a record of the work accomplished and an Authorized Release Certificate
(FAA Form 8130).

2.2 CONDITIONAL MAINTENACE (e.g. Over & Above Maintenance)


Over & Above (O&A) maintenance actions not covered by the baseline work is to-be-
determined (TBD) upon completion of the teardown and inspection process. O&A will
be utilized to perform non-baseline support tasks such as: Incorporation of identified
AD’s/SB’s, repair of out of limit conditions, and incorporation of other miscellaneous
maintenance services not currently identified, but necessary, to certify the airworthiness
of the APU; and/or other “recommended and/or desirable” services (to include upgrades
as applicable) requested by the NASA Aircraft Maintenance Manager in-order to
enhance the future sustainability of the unit. All O&A actions are to be approved “in
advance” by the Government in accordance with a joint agreed upon O&A work process
methodology to be proposed by the offeror (Commercial practice is acceptable). As a
minimum the approved O&A work process shall contain the following information on a
sequentially numbered work order (W.O.):

1. Date prepared
2. Work Request number
3. Narrative description of defect
4. Proposed corrective action
5. Proposed parts and material requirements
6. Proposed labor man-hours
7. Operations breakdown with the number of man-hours per step when proposed
man-hours are 8 or more
8. Block and Signature area for Contractor QA inspection and comments
9. Contractor Over & Above Certification and Signature area
10. Block and Signature area for Government QA inspection and comments
11. Block and Signature area for Government recommendation of “Noted-But-Not-
Corrected” (NBNC)
12. Block and Signature area for Government “Agreed Upon” and/or recommended
hours
13. Block and Signature area for Contractor “Agreed Upon” hours concurrence
(signature required - when negotiated/agreed upon hours differ from contractor
proposed hours)
14. Block and Signature area for Contractor QA final inspection and closeout
(signature required - when applicable)
15. Block and Signature area for Government QA final inspection and closeout
(signature required - when applicable)

All O&A actions are to be proposed and agreed upon prior to performance of the
services. Conditional maintenance will be subject to the fully loaded shop rate(s)
proposed as an “additional information attachment” to the Line Item # 2 OL-RFQ.

2.3 DEFINITIZATION OF O&A WORK REQUESTS


Definitization of Work Requests: Upon completion of the depot level services the
Contractor shall submit to the Contracting Officer, in writing, an overall consolidated
listing of completed and closed-out conditional maintenance actions (i.e., parts &
materials and man-hours) that were approved during the inspection, maintenance, and
repair of the APU. The following items shall accompany this report:

1. A consolidated Work Request log sequentially numbered for the applicable


“closed” items to include Work Description, parts and material, approved man-
hours, and a total price summary.
2. Copies of the completed and closed Work Requests and applicable invoices to
support the direct material and/or labor prices.
3. A re-certification on the consolidated Work Request log that the above completed
work items are indeed conditional maintenance and are not covered by the basic
fixed price effort (i.e., Line Item # 1 effort).
4. A commercial invoice to be approved by the Contracting Officer.

Adjustment of the conditional maintenance line item: Upon final completion and
acceptance of the APU by the Government, the conditional maintenance Line Item # 2
will be adjusted to reflect the final fixed price amount by issuance of a bi-lateral contract
modification. Upon execution of the bi-lateral contract modification the commercial
invoice will be processed for payment.

3.0 SCHEDULE
The Government performance schedule for completion of APU inspection, maintenance,
repairs/upgrades (as necessary), and return to the Government is on or before April 1, 2014.

4.0 TASK REQUIREMENTS


Contractor shall furnish all management, supervision, labor, material, expendable supplies,
technical manuals, support equipment, and tooling necessary to accomplish the inspections and
maintenance.
5.0 QUALITY ASSURANCE.
The Contractor shall provide and maintain a quality assurance and inspection program. The
Contractor's inspection program shall ensure compliance with technical guidance, engineering
specifications, and applicable FAA regulations.

5.1 NASA Quality Assurance Form Q-1: The Contractor shall comply with NASA Quality
Assurance Form Q-1 Section A for Aircraft Assemblies, Parts and Materials

5.2 Non-conformance: The Contractor shall have in place a procedure for reporting of
nonconforming articles, materials, and equipment. ("Non-conformance" is defined as
a condition of any article, material, or service in which one or more characteristics do
not conform to the specified requirements. This includes failures, discrepancies,
deficiencies, defects, anomalies, and malfunctions).

5.3 Inspection: The Contractor shall provide inspectors to verify that work is performed in
accordance with technical specifications and that the workmanship is airworthy. The
inspectors shall ensure that all inspection/repair documentation is completed and
delivered to the government.

5.4 Tool Control: The Government strongly encourages the Contractor to utilize a system of
positive tool control.

5.5 Government Source Inspection: All work performed on this contract shall be subject to
inspection by the Government at any time.

5.6 Documentation: Documentation and records of all Contractor performed


inspections/repairs shall be delivered along with the completed inspection/repair
documentation to include certification of airworthiness.

6.0 DELIVERABLES:

6.1 Authorized Release Certificate (FAA Form 8130)

6.2 Inspection/Quality Assurance Inspection Records (including copy of the APU shop
traveler)

6.3 Consolidated O&A work request log (if applicable)

7.0 CONTRACTOR QUALIFICATION REQUIREMENTS:


The contractor shall certify (and/or provide evidence where required) that the following
requirements are met, or where requested, propose an alternate approach.

7.1 CORPORATE EXPERIENCE: The Contractor shall have experience performing Garrett
GTCP85-CK APU inspections, repairs and be under Federal Aviation Administration (FAA)
authorization to do so.

7.2 STAFF EXPERIENCE: All personnel performing this maintenance shall be appropriately
trained to perform Garrett GTCP85-CK APU maintenance and inspections.

7.3 TOOLING: The Contractor shall certify that he possesses or can obtain (prior to
commencement of this effort) all fixtures, tooling, and support equipment
necessary to perform the required maintenance. The Government will not
provide any tooling or support equipment.

7.4 WORK LOCATION: The government shall ship the APU to the contractor’s facility
where the contracted work will be performed.

7.5 REFERENCE MATERIALS: The Contractor shall possess all of the relevant
Garrett GTCP85-CK APU technical reference material to perform this task. This includes
(but is not limited to): Garrett GTCP85-CK APU Maintenance Manuals, Service Repair
Manuals, Service Bulletins, and Airworthiness Directives.

You might also like