RD-301A Radar Test Set - Open, Inspect, Report
ID: 52801PR250000001Type: Solicitation
Overview

Buyer

HOMELAND SECURITY, DEPARTMENT OFUS COAST GUARDC5I DIVISION 2 KEARNEYSVILLEKEARNEYSVILLE, WV, 25430, USA

NAICS

Engineering Services (541330)

PSC

MAINT/REPAIR/REBUILD OF EQUIPMENT- ELECTRICAL AND ELECTRONIC EQUIPMENT COMPONENTS (J059)
Timeline
    Description

    The Department of Homeland Security, specifically the U.S. Coast Guard, is soliciting proposals for the repair and calibration of one RD-301A Radar Test Set, a critical piece of equipment used to support its operational missions. The contractor will be responsible for inspecting the unit, diagnosing its condition, and determining repair costs, with the goal of restoring the equipment to Original Equipment Manufacturer (OEM) standards. This procurement is vital for maintaining the operational readiness of the U.S. Coast Guard's fleet, ensuring that essential radar testing capabilities are available. Interested vendors must submit their quotes by March 19, 2025, with the anticipated award date on or before March 31, 2025. For further inquiries, potential offerors can contact Amanda L. Justice at amanda.l.justice@uscg.mil or Delton L. Brun at Delton.L.Brun@uscg.mil.

    Point(s) of Contact
    Files
    Title
    Posted
    The U.S. Coast Guard Surface Forces Logistics Center (SFLC) is issuing a Request for Quote (RFQ) for the repair and calibration of one RD-301A Radar Test Set to support its operational missions. This RFQ, numbered 52801PR250000001, follows simplified acquisition procedures as outlined in FAR Part 12.6 and Part 13 and is due by March 19, 2025, with a required delivery date within 30 days. The contractor is tasked with diagnosing the unit's condition, providing a detailed inspection report with repair costs, and executing repairs as authorized. The procurement falls under NAICS code 541330 for engineering services and Product Service Code J059 for maintenance and repair of electrical equipment. The selection will be based on the lowest reasonable total firm fixed price complying with the Statement of Work, and responses must include necessary identifiers. Provisions and clauses relevant to the RFQ are provided in attachments, and inquiries should be directed to specified contacts within the Coast Guard. This solicitation represents an essential step in maintaining operational readiness for the U.S. Coast Guard's fleet.
    The document outlines a Statement of Work (SOW) for the repair and calibration of an RD-301A Radar Test Set used by the U.S. Coast Guard's (USCG) C5ISC-ERF logistics and depot support. The SOW specifies the necessity for repair services to restore the equipment to full operational condition, adhering to calibration standards such as ANSI/NCSL Z540. Key tasks include inspecting the unit for defects, providing a detailed repair cost estimate, and obtaining approval from the Contracting Officer’s Representative (COR) before proceeding with modifications. The contractor is required to furnish all necessary resources, except for an RD-301A test set and power cord provided by the government. Deliverables must be reviewed by the COR, with a right to reject any unsatisfactory submissions. The document emphasizes clarity on the role of the contractor and the steps necessary for project acceptance within a defined timeline. This SOW reflects the federal procurement process, ensuring compliance through meticulous oversight and accountability in service provision for critical governmental equipment.
    The document outlines the solicitation provisions and clauses relevant to government contracts, specifically under Solicitation 52801PR250000001. It includes Federal Acquisition Regulation (FAR) provisions that offer essential guidelines for potential offerors. Key provisions address the incorporation and representation requirements related to telecommunications and surveillance equipment, explicitly prohibiting equipment from certain companies linked with national security concerns, such as those specified by the John S. McCain National Defense Authorization Act. It also details authorized deviations in provisions, the necessity of maintaining compliance with representations about covered telecommunications, and mandates for transparency regarding the use of these technologies. Additionally, it mentions clauses incorporated by reference, noting that certain provisions are available online and must be adhered to as part of the contractual requirements. This document serves to ensure that offerors understand their obligations under federal contracting laws, particularly concerning security and compliance in the contractor's offerings. Overall, this solicitation aims to establish a transparent process for qualifying vendors while safeguarding government interests against security risks associated with telecommunications and surveillance services.
    The document outlines the prohibition against federal contracts involving hardware, software, or services associated with Kaspersky Lab covered entities, as mandated by Section 1634 of the National Defense Authorization Act for Fiscal Year 2018. Contractors are barred from providing or utilizing any Kaspersky Lab-related products in government projects and must report any incidents involving such products to the appropriate authorities. The document further details specific clauses that must not be included in federal solicitations and contracts, aligning with Executive Orders regarding equal opportunity and workplace standards. It also addresses the need for contractors to report any identified Kaspersky Lab products, detailing the required information and reporting timelines. Additional provisions touch on the waiving of project labor agreements and the exclusion of certain representation clauses from consideration during award decisions. The overall aim is to ensure compliance with federal directives while maintaining security and promoting ethical contracting practices.
    The document outlines the procedures for submitting payment requests electronically for FSMS awards. It defines "payment request" as any billing document including invoices or vouchers that comply with specific federal guidelines. Contractors are required to use the Invoice Processing Platform (IPP) for submissions, with exceptions permitted only if authorized in writing by the contracting officer. If alternate methods are used, proof of authorization must accompany each request. Additionally, information on how to enroll in the IPP is provided. The overall purpose is to ensure standardized and efficient processing of payment requests within the framework of federal contracting, emphasizing compliance with the Federal Acquisition Regulation (FAR). This system aims to streamline financial transactions related to federal grants and contracts.
    Lifecycle
    Title
    Type
    Similar Opportunities
    Repair of Transponder
    Buyer not available
    The Department of Homeland Security, specifically the U.S. Coast Guard, is seeking quotations for the repair of a transponder, with the solicitation number 70Z03825QH0000025. The procurement involves a firm-fixed price purchase order anticipated to be awarded on a sole source basis to Raytheon Company, focusing on the repair of a specific transponder device, which is critical for aviation logistics and operational readiness. Interested vendors are required to submit their quotations by February 11, 2025, with an anticipated award date around February 18, 2025. For further inquiries, interested parties can contact Shavon M. Smith at Shavon.M.Smith@uscg.mil or Camille Craft at Emma.C.Craft@uscg.mil.
    Purchase of EPOCH 650 Ultrasonic Flaw Detector
    Buyer not available
    The Department of Homeland Security, specifically the U.S. Coast Guard, is seeking quotations for the purchase of 20 units of the EPOCH 650 Ultrasonic Flaw Detector, a critical tool for ensuring the safety and integrity of their aviation operations. This procurement is a brand-name requirement, necessitating that all items be sourced from Evident Scientific, Inc., with strict traceability and certification requirements to ensure compliance with federal standards. The anticipated award date for this firm-fixed price contract is on or about March 24, 2025, with offers due by March 21, 2025, at 2:30 p.m. Eastern Time. Interested vendors should submit their quotations via email to Stacey M. Riggs and William Swinson II, ensuring adherence to all specified terms and conditions outlined in the solicitation documents.
    Open inspect and report for PROPELLER, LEFT HAND
    Buyer not available
    The Department of Homeland Security, specifically the U.S. Coast Guard, is seeking qualified contractors to perform the opening, inspection, reporting, and overhaul/repair of left-hand propellers, part number 531915, manufactured by Michigan Wheel Co. The procurement involves two units, with strict adherence to packaging and preservation standards to ensure safe delivery and compliance with federal regulations. These propellers are crucial for maintaining the operational readiness of the Coast Guard's fleet, and the selected contractor must provide a total firm fixed price for all necessary equipment and labor, including an estimated repair cost. Interested parties must submit their quotes by February 21, 2025, to Eric Goldstein at Eric.I.Goldstein@uscg.mil, with delivery expected by July 12, 2026.
    Repair Data Concent Unit
    Buyer not available
    The Department of Homeland Security, specifically the U.S. Coast Guard, is seeking qualified contractors to repair a Data Concent Unit as part of a combined synopsis/solicitation process. The procurement involves restoring components used in the MH-60T aircraft to a Ready for Issue (RFI) status, adhering to original equipment manufacturer (OEM) specifications, and ensuring compliance with stringent quality management standards. This opportunity is critical for maintaining the operational integrity of the USCG aviation fleet, particularly for search and rescue missions, and is expected to be awarded on a sole-source basis to SCI Technology, Inc. Interested parties must submit their quotations by March 19, 2025, with an anticipated award date of March 21, 2025. For further inquiries, contact Michelle Monds at Michelle.R.Monds@uscg.mil or the MRR Procurement Mailbox at mrr-procurement@uscg.mil.
    Repair Signal Proc (Mino) and Antenna-Pedestal for the Support of the HC-144 Aircraft
    Buyer not available
    The Department of Homeland Security, specifically the U.S. Coast Guard, is seeking a contractor to repair signal processors and antenna-pedestals for the HC-144 aircraft. The procurement involves the repair of four signal processors and two antenna-pedestals, which must be completed in accordance with the Original Equipment Manufacturer (OEM) specifications, ensuring compliance with quality standards. This contract is critical for maintaining the operational readiness and safety of the Coast Guard's aviation capabilities. Interested vendors must demonstrate their qualifications and capabilities within ten calendar days of this notice, with the submission deadline set for March 19, 2025, at 4:00 PM EST. For inquiries, contact Allison T. Meads at allison.t.meads@uscg.mil, referencing solicitation number 70Z03825QL0000062.
    12--RADAR SET SUBASSEMB, IN REPAIR/MODIFICATION OF
    Buyer not available
    The Department of Defense, specifically the Department of the Navy, is soliciting proposals for the repair and modification of radar set subassemblies through NAVSUP Weapon Systems Support Mechanicsburg. The procurement requires contractors to provide a Repair Turnaround Time (RTAT) of 346 days, with specific guidelines for inspection, acceptance, and reporting of the repaired items. These radar components are critical for military operations, emphasizing the importance of timely and quality repairs to maintain operational readiness. Interested contractors should submit their quotes, including pricing and capacity constraints, by April 24, 2025, and can direct inquiries to Aryel A. Ryan at 717-605-4614 or via email at ARYEL.A.RYAN.CIV@US.NAVY.MIL.
    Repair of CNIS Processor
    Buyer not available
    The Department of Homeland Security, specifically the U.S. Coast Guard, is seeking quotations for the repair of two CNIS Processors, with the potential to increase the order to four units within one year of the initial award. This procurement is crucial for maintaining the operational readiness of aircraft components, as the CNIS Processors are integral to air transportation support activities. Interested vendors must submit their quotations by March 7, 2025, at 12:00 PM Eastern Standard Time, and are encouraged to contact Camille Craft or Kiley Brown for further inquiries. The anticipated award date is on or about March 4, 2025, and the solicitation is set aside for 8(a) sole source competition, with a small business size standard of $40 million.
    Notice of Intent to Sole Source - Osiris PCI Radar Interface Card Repairs
    Buyer not available
    The Department of Homeland Security, specifically the U.S. Coast Guard's C5I Division 2, intends to issue a sole-source contract to GDCA, Inc. for the maintenance and repair of the Osiris PCI Radar Interface Card. This procurement is necessary due to GDCA's unique position as the only authorized repair source for Curtiss-Wright's Legacy Radar Hardware Products, which are critical for the Coast Guard's operational capabilities. The contract will involve inspecting and repairing 20 units, with a firm-fixed price structure and a requirement to return the repaired units to the Surface Forces Logistics Center in Baltimore, MD, within 210 days of order receipt. Interested parties are invited to submit their qualifications by March 17, 2025, although the contract is primarily designated for GDCA based on market research and federal procurement regulations allowing for non-competitive bidding.
    REPAIR SERVICES CRC TSP-75 PROGRAM
    Buyer not available
    The Department of Defense, specifically the Department of the Air Force, is seeking qualified contractors to provide repair services for the Sensitivity Time Control (STC) Interface Board Assembly, part of the TPS-75 radar system. The procurement includes comprehensive repair services, which may involve teardown, evaluation, and various levels of repair, ensuring that the equipment meets stringent military performance standards. This opportunity is critical for maintaining operational readiness and effectiveness of radar systems used in military operations. Interested small businesses must submit their proposals by March 24, 2025, and can direct inquiries to John Prather at john.prather.3@us.af.mil or by phone at 801-586-3463.
    open, inspect and report OPERATOR INTERFACE, ELECTRONIC
    Buyer not available
    The Department of Homeland Security, specifically the U.S. Coast Guard, is seeking qualified contractors to open, inspect, report, and overhaul electronic operator interface components, specifically part number 76737-16, with a total quantity of nine units. The overhaul must comply with the ELC Number R-400-299-J specification and include a standard manufacturer's warranty of up to two years post-delivery, ensuring that all items are delivered in compliance with packaging and preservation standards to prevent deterioration. This procurement is critical for maintaining the functionality of fire and smoke alarm systems aboard Coast Guard vessels, with a total estimated cost for the overhaul capped at $8,495 per unit. Interested vendors must submit their quotes by August 7, 2024, and direct any inquiries to Eric Goldstein at Eric.I.Goldstein@uscg.mil.