Purchase of Automatic Flight Control System (AFCS) Control Panel
ID: 70Z03825QJ0000015Type: Combined Synopsis/Solicitation
Overview

Buyer

HOMELAND SECURITY, DEPARTMENT OFUS COAST GUARDAVIATION LOGISTICS CENTER (ALC)(00038)Elizabeth City, NC, 27909, USA

NAICS

Other Aircraft Parts and Auxiliary Equipment Manufacturing (336413)

PSC

MISCELLANEOUS AIRCRAFT ACCESSORIES AND COMPONENTS (1680)
Timeline
    Description

    The Department of Homeland Security, through the United States Coast Guard (USCG), is seeking to procure Automatic Flight Control System (AFCS) Control Panels for the MH-60T aircraft from Sikorsky Aircraft Corporation. This procurement is critical as Sikorsky is the Original Equipment Manufacturer (OEM) and the only approved source for these components, which are essential for maintaining the operational capabilities of the USCG's aviation fleet. The contract will be a sole-source, firm-fixed-price indefinite delivery requirements type, with an estimated total value of $6,794,596 over one base year and two option years, funded by Operations and Support funds from FY2025-2028. Interested vendors must submit their quotes by February 1, 2026, at 2:00 PM EST, to Steven Levie at steven.a.levie@uscg.mil, ensuring compliance with all specified requirements and regulations.

    Point(s) of Contact
    Files
    Title
    Posted
    The document outlines the Federal Acquisition Regulation (FAR) and Homeland Security Acquisition Regulation (HSAR) clauses and provisions applicable to a federal solicitation (A00003 – Attachment 2, 70Z03825QJ0000015). Key requirements include a 120-day offer acceptance period, submission of specific FAR provisions (52.204-24 and 52.204-26) regarding telecommunications equipment and services, and a Small Business Subcontracting Plan for large businesses under NAICS code 336413. Quotes must be submitted via a specified Excel spreadsheet. The document details prohibitions on contracting with entities using or providing covered telecommunications equipment/services and mandates disclosures for those that do. It also covers representations on responsibility matters (FAR 52.209-7), including financial and legal history, and outlines various certifications for offerors (FAR 52.212-3) such as business size, veteran status, women-owned status, Buy American Act compliance, and other federal requirements like the prohibition on contracting with inverted domestic corporations or those engaging in certain activities related to Iran. Evaluation will be based on technical acceptability, past performance, and fair and reasonable pricing, given its sole-source nature.
    This document outlines the provisions, clauses, terms, and conditions pertinent to a federal government solicitation, specifically regarding the acquisition of telecommunications and associated services. It encompasses the Federal Acquisition Regulation (FAR) and the Homeland Security Acquisition Regulation (HSAR) that dictate compliance requirements for vendors. Key stipulations include that offerors must hold prices firm for 120 days, submit representations about telecommunications services, and provide small business subcontracting plans if classified as large businesses. It also elaborates on relevant FAR provisions concerning telecommunications, detailing prohibitions against contracting with entities using certain covered telecommunications equipment. The document requires offerors to certify their compliance regarding federal tax liabilities, criminal convictions, and affiliations with inverted domestic corporations, among other representations related to social and environmental responsibilities. Ultimately, the purpose is to ensure that offerors are aware of their responsibilities concerning government contracts, particularly regarding telecommunications services and compliance with regulations to promote fair contracting practices while supporting small businesses. Overall, the document sets a foundation for promoting integrity and transparency in federal procurement processes.
    This government file outlines the Federal Acquisition Regulation (FAR) and Homeland Security Acquisition Regulation (HSAR) clauses and provisions applicable to a specific solicitation (A00004 - Attachment 2, 70Z03825QJ0000015). It details specific FAR clauses that are not to be considered or enforced by contracting officers, particularly those related to greenhouse gas emissions and certain offeror representations. Key requirements for offerors include holding prices firm for 120 days, completing specific FAR provisions regarding telecommunications equipment (52.204-24 and 52.204-26), and, for large businesses, submitting a Small Business Subcontracting Plan. Quotes must be submitted using a provided Excel spreadsheet. The document also provides extensive definitions and certification requirements for various business classifications (e.g., small business, veteran-owned, women-owned) and covers topics such as responsibility matters, payments to influence federal transactions, Buy American Act compliance, child labor, taxpayer identification, and prohibitions on contracting with inverted domestic corporations or entities engaging in certain activities related to Iran. It also includes specific instructions for serving protests and outlines quality assurance requirements for products touching USCG aircraft, emphasizing notification of changes and non-conformities.
    The document outlines the provisions, clauses, terms, and conditions relevant to a federal acquisition solicitation. It specifies that acceptance of the order implies acceptance of all terms, notes that certain representations and certifications will not be considered by contracting officers, and details various compliance requirements, including those related to telecommunications equipment. Additional sections address submission requirements, quality assurance, packaging and shipping instructions, and contract administration procedures.
    This government file, Attachment 1 Schedule 70Z03825QJ0000015, outlines a procurement schedule for "Electronic Control Panel" units (NSN: 1680-01-528-9926, P/N: 71902-21000-041). The schedule includes a base year and two option years, with four units to be procured in each period. All listed prices are $0.00, resulting in an estimated total value of $0.00. This document serves as a standard attachment in federal government RFPs, detailing the item description, estimated quantity, unit of issue, and identifying numbers for the requested items over multiple performance periods.
    The Department of Homeland Security, United States Coast Guard (USCG) Aviation Logistics Center, intends to award a sole-source, firm-fixed-price indefinite delivery requirements contract to Sikorsky Aircraft Corporation for Automatic Flight Control System (AFCS) Control Panels for MH-60T aircraft. The estimated value is $6,794,596 over one base year and two option years, funded by Operations and Support funds from FY2025-2028. This sole-source justification, under 41 U.S.C. § 1901 and FAR 13.501(a), is due to Sikorsky being the only Naval Supply Systems Command Weapons Systems Support (NAVSUP WSS) approved source and the Original Equipment Manufacturer (OEM). Market research confirmed no other sources due to proprietary technical data. Without this part, the USCG's mission capabilities would be severely degraded.
    The provided document outlines a federal Request for Proposal (RFP) related to the procurement of Electronic Control Panels under Schedule 70Z03825QJ0000015. The RFP specifies the period of performance, which includes a Base Year and two Option Years, each requiring four units (EA) of the specified item. Notably, all prices for the items listed throughout the base and option years are marked as $0.00, indicating that no costs have yet been established or quoted. The National Stock Number (NSN) for the control panel is 1680-01-528-9926, with the corresponding part number being 71902-21000-041. The document serves as a preliminary step in the procurement process without detailing pricing, highlighting a current intent to gather proposals or estimates for future budgeting considerations rather than immediate purchase commitments. Overall, this RFP illustrates the federal government's ongoing efforts to manage and acquire necessary electronic components while allowing for future negotiations or commitments based on forthcoming data.
    The document outlines the provisions, clauses, terms, and conditions applicable to federal acquisition under solicitation 70Z03825QJ0000015. It emphasizes that acceptance of the order signifies agreement to these terms, which supersede all others. Key provisions include instructions for offerors of commercial products, mandating a firm pricing period of 120 days and requiring completion of specific FAR representations regarding telecommunications equipment. Notably, large businesses must submit a Small Business Subcontracting Plan, and quotes must be formatted on a specified Excel spreadsheet. The solicitation further addresses prohibitions on contracting with entities providing covered telecommunications equipment or services and requires representations confirming compliance with specific federal regulations. There is an emphasis on accountability through disclosures about potential legal issues, tax liabilities, and corporate governance. Additionally, the document underscores the importance of ethical practices, particularly regarding forced or indentured child labor and integrity in government dealings. This comprehensive framework aims to ensure compliance, transparency, and the promotion of responsible business practices within federal contracts, highlighting the government's commitment to safeguarding public interests through stringent regulatory measures.
    The Department of Homeland Security's U.S. Coast Guard is requesting justification for a sole-source contract for the procurement of the Automatic Flight Control System (AFCS) Control Panel for the MH-60T aircraft. This action falls under 41 U.S.C. § 1901 and is justified by the requirement to purchase directly from Sikorsky Aircraft Corporation, the Original Equipment Manufacturer (OEM). The total estimated value of this contract is $6,794,596, covering a base period of one year and two optional renewal periods. The urgency is underscored, as failure to secure these components could severely impact the Coast Guard's mission, including search and rescue and environmental protection activities. Market research confirms that Sikorsky is the only NAVSUP WSS approved source for this component, as alternatives pose safety risks due to a lack of necessary proprietary data. Efforts to enhance competition, such as ongoing market assessments, are highlighted, but current conditions limit options to a sole source. The document reaffirms compliance with federal regulations while emphasizing the critical role of the Control Panel in operational effectiveness and safety.
    Lifecycle
    Title
    Type
    Combined Synopsis/Solicitation
    Similar Opportunities
    Overhaul of Spindles, Modulation Valves, Bifilar Assemblies, Hubs and Retention Plate Assemblies.
    Homeland Security, Department Of
    The Department of Homeland Security, specifically the U.S. Coast Guard's Aviation Logistics Center, is seeking proposals for the overhaul of spindles, modulation valves, bifilar assemblies, hubs, and retention plate assemblies for its MH-60T aircraft. The procurement involves a sole-source contract with Sikorsky Aircraft Corporation, requiring all components to have traceability to the OEM and compliance with FAA guidelines to ensure safety and airworthiness. The contract will be structured as an Indefinite Delivery Requirements type with a one-year base period and two optional one-year extensions, totaling a maximum duration of three years. Interested vendors must submit their quotations by February 27, 2026, with the anticipated award date around June 17, 2026; inquiries can be directed to Trenton Twiford at trenton.c.twiford@uscg.mil.
    Mount Assy
    Homeland Security, Department Of
    The Department of Homeland Security, specifically the U.S. Coast Guard's Aviation Logistics Center, is seeking to procure ten Mount Assemblies (Part Number 70203-22100-042, NSN 1560-01-HS2-1302) for MH-60T aircraft through a sole source acquisition from Sikorsky Aircraft Corporation, the Original Equipment Manufacturer (OEM). These assemblies are critical for routine maintenance due to issues such as failures, corrosion, and damage, and are the only components approved by the USCG's Aircraft Configuration Control Board, necessitating direct procurement from the manufacturer. Interested parties may submit quotations to the primary contact, Cindy Harmes, at Cindy.K.Harmes@uscg.mil, or the secondary contact at mrr-procurement@uscg.mil, with a response deadline extended to January 12, 2026, at 2:00 PM EST. The procurement is unrestricted, and the delivery is requested within 174 days after receipt of order.
    Repair/Repair and Modify Fuel Management Panels
    Homeland Security, Department Of
    The Department of Homeland Security, specifically the U.S. Coast Guard's Aviation Logistics Center, is seeking to procure repair and modification services for fuel management panels used in MH-60T aircraft. The procurement involves a sole-source contract with GE Aviation Systems LLC, the Original Equipment Manufacturer, due to their exclusive technical data and capabilities required for these complex repairs. These fuel management panels are critical for maintaining the operational readiness of the aircraft, which is essential for various missions. Interested vendors must submit their quotations by January 15, 2026, at 2:00 PM EST, and can direct inquiries to Julie Lininger at julie.g.lininger@uscg.mil.
    Procurement of Various Gearboxes
    Homeland Security, Department Of
    The Department of Homeland Security, specifically the U.S. Coast Guard's Aviation Logistics Center, is seeking proposals for the procurement of various gearboxes, including Main, Input Module, Intermediate, Tail Rotor, and Accessory Drive Gearboxes, under solicitation number 70Z03825RJ0000006. This procurement is critical for maintaining the operational readiness and safety of Coast Guard aviation assets, with an anticipated contract value of approximately $153 million if all options are exercised. The contract will be awarded on a sole-source basis to Sikorsky Aircraft Corporation, the only approved source, and will consist of a one-year base period with four one-year option periods. Interested vendors must submit their quotations by January 16, 2026, at 2:00 PM Eastern Time, and can direct inquiries to Amy Whitehurst at Amy.E.Whitehurst2@uscg.mil.
    MH-65 SERVO,TAIL ROTOR
    Homeland Security, Department Of
    The Department of Homeland Security, specifically the U.S. Coast Guard, is seeking quotations for the procurement of a Servo, Tail Rotor (Part Number 704A44-831-120) as part of a combined synopsis/solicitation. This critical aviation component is essential for the safety and operational integrity of the MH-65 helicopter fleet, and the procurement is restricted to parts that provide clear traceability to the Original Equipment Manufacturer (OEM), Goodrich Actuation Systems SAS. Interested vendors must submit their quotations by January 12, 2026, at 9:00 am EST, with all submissions directed to Selmary Melendez at Selmary.MelendezGonzalez3@uscg.mil. The anticipated award will be a firm-fixed price purchase order, primarily to Airbus Helicopters, Inc., due to the specialized nature of the parts and the requirement for compliance with Federal Aviation Administration (FAA) guidelines.
    Repair of Hoist Control Panel
    Homeland Security, Department Of
    The Department of Homeland Security, specifically the U.S. Coast Guard's Aviation Logistics Center, is seeking qualified contractors to provide repair services for the MH-65 Hoist Control Panel, part number 80-25002-003-NVG. The objective is to identify contractors with the necessary facilities, equipment, and expertise to perform repairs in accordance with the Original Equipment Manufacturer's (OEM) Component Maintenance Manual from Breeze Eastern LLC. This control panel is critical for the operation of the hoist assembly used in search and rescue missions, and the repair services are essential to maintain operational readiness. Interested contractors must submit their capability statements and responses to specific questions by January 23, 2026, at 1:00 PM EST, to Destiny Ornelas at destiny.a.ornelas2@uscg.mil, referencing the notice number 70Z03826IB0000003.
    Procurement of Various Spare Parts
    Homeland Security, Department Of
    The Department of Homeland Security, through the United States Coast Guard (USCG) Aviation Logistics Center (ALC), is seeking proposals for the procurement of various spare parts necessary for the maintenance, repair, and overhaul of the MH-65 aircraft. This procurement will be conducted on a sole-source basis from Airbus Helicopters, Inc., the only authorized distributor for the original equipment manufacturer, Airbus Helicopters, France, due to the proprietary nature of the parts and the critical need for maintaining aircraft safety and airworthiness. The contract is structured as an Indefinite Delivery Requirements type, with an estimated total value of $33,975,488, covering a one-year base period and four one-year option periods, funded by Fiscal Year Operations and Support funds from 2026 to 2030. Proposals must be submitted via email to Elaina M. Price by January 15, 2026, at 3:15 PM EST, with the solicitation number 70Z03826RB0000005 indicated in the subject line.
    Repair Rudder Assembly and Elevation Equipped RH for U.S. Coast Guard Aircraft HC-144
    Homeland Security, Department Of
    The Department of Homeland Security, specifically the U.S. Coast Guard, is seeking quotations for the repair of the Rudder Assembly and Elevator Equipped RH for the HC-144 aircraft. This procurement is a sole-source solicitation directed towards Airbus DS Military Aircraft, Inc., as they are the Original Equipment Manufacturer (OEM) and possess the necessary technical data and specifications required for the repairs. The components are critical for operational safety and flight performance, emphasizing the importance of OEM traceability and compliance with established maintenance standards. Interested parties must submit their quotations by January 12, 2026, at 4:00 p.m. Eastern Time, with email submissions preferred to Allison T. Meads at allison.t.meads@uscg.mil, referencing solicitation number 70Z03826QL0000027.
    MH-65 Repair of Generator Control Unit
    Homeland Security, Department Of
    The Department of Homeland Security, specifically the U.S. Coast Guard, is seeking quotations for the repair of Generator Control Units (NSN: 6110-01-HR1-9578, Part Number: CG-1010-24-9AREVA) used in MH-65 helicopters. The procurement involves a combined synopsis/solicitation for commercial items, with a focus on ensuring that all repairs meet Original Equipment Manufacturer (OEM) specifications and FAA guidelines, emphasizing quality control and traceability. This opportunity is restricted to Consolidated Aircraft Supply Co., which is the sole source capable of fulfilling the requirements due to its acquisition of necessary maintenance manuals from the OEM, Phoenix Aerospace. Interested vendors must submit their quotations by January 13, 2026, at 9:00 am EST, and can direct inquiries to Selmary Melendez at Selmary.MelendezGonzalez3@uscg.mil.
    Repair Leading Edges, RH and LH for U.S. Coast Guard Aircraft HC-144
    Homeland Security, Department Of
    The Department of Homeland Security, specifically the U.S. Coast Guard, is soliciting quotations for the repair of leading edges for the HC-144 aircraft, with a focus on two specific parts: the left-hand (LH) and right-hand (RH) leading edges. The procurement aims to secure two units each of the LH and RH leading edges, which are critical components for the aircraft's operational integrity, and the contract is anticipated to be awarded on a sole-source basis to Airbus DS Military Aircraft, Inc., the Original Equipment Manufacturer (OEM) for these parts. This opportunity is significant as it ensures the continued functionality and safety of the Coast Guard's Medium Range Surveillance aircraft fleet, which plays a vital role in national security operations. Interested vendors must submit their quotations by January 13, 2026, at 4:00 p.m. Eastern Time, with all submissions directed to Allison T. Meads at allison.t.meads@uscg.mil, referencing solicitation number 70Z03826QL0000030.