The USCG Surface Forces Logistics Center requires the overhaul of Hamilton Jet HJ 292 and HJ213 jet
drives. The overhaul must be completed within 60 calendar days after approval of the core condition report. The contractor must provide all labor, equipment, special tools, parts, and materials. OEM parts must be used. A one-year warranty from installation or **** operating hours, whichever occurs first, and 24 months of storage is required. The contractor must submit a core condition report within 10 calendar days of receiving the jet
drive units, and a disassembly report 15 calendar days after the core condition report. Additional documents, such as bench test reports, are also required. The contractor must notify the contracting officer's representative (COR) at least 7 calendar days prior to inspections or monitored testing. The contractor must supply a technical representative to the designated location within 36 hours after notification. The government reserves the right to supply government-furnished property (GFP) at any time during the contract. The contractor is responsible for the performance of all inspection requirements and must maintain an inspection system that meets the requirements of ASQC Q9003-1994. The contractor must maintain a test equipment calibration program in compliance with ANSI/NCSL Z540, dated 2006. The contractor must provide space, personnel, and test equipment for conducting all inspection requirements. The contractor must perform all services onboard the USCG vessel unless otherwise directed by the contracting officer. The contractor employees shall generally perform all work between the hours of **** and **** local time, Monday through Friday. However, contractor employees shall be required to work other than normal business hours, including weekends and holidays. The services will primarily be required in vessel homeports located throughout the continental United States, Hawaii, and Alaska. The contractor shall be required to supply a technical representative to the designated location within thirty-six 36 hours after notification by the contracting officer. The contracting officer shall establish the dates the technical representative is required. Task orders will be issued by the Surface Forces Logistics Center (SFLC) stating where and when the services are required. The SFLC will supply the contractor with the nature of the problem if known along with a point of contact (POC) and phone number. The contractor shall be responsible to contact the POC within twenty-four 24 hours after notification by the contracting officer. The results of the representative's findings shall be provided in writing within twenty-four 24 hours of arrival. Approval to perform repairs will be made by the contracting officer after evaluation from the USCG contracting officer's technical representative. All internal/external surfaces of metal shipping containers shall have all scale and loose paint removed. The containers will then be primed and painted with two coats of the corresponding colors mentioned below and cited in FED STD 595 C with change notice 1 using paint in accordance with commercial item description (CID) AA2962A. The contractor shall place a total of 80 units of desiccant conforming to **** activated bag in the interior of the shipping container. Each preserved and packaged item shall be marked with the stock number, model number, item name, serial number, contract number, task order number, gross weight in lbs, condition code, quantity, and unit of issue, and labeled Coast
Guard SFLC material. The contractor shall supply bar code labels on all contract line item numbers (CLIN) except for those that require data submissions only. All barcoded labels shall be in accordance with SFLC specification **** Rev G, Feb06. The actual labels shall be type V, grade A, style 2, composition B with plastic laminate. Each label shall contain encoded data for the stock number, contract number, and the t