Overhaul of Gearboxes
ID: 70Z03824RJ0000012Type: Combined Synopsis/Solicitation
Overview

Buyer

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

NAICS

Aircraft Manufacturing (336411)

PSC

MAINT/REPAIR/REBUILD OF EQUIPMENT- AIRCRAFT COMPONENTS AND ACCESSORIES (J016)
Timeline
    Description

    The Department of Homeland Security, specifically the U.S. Coast Guard, is seeking proposals for the overhaul of gearboxes used in MH-60T helicopters, under solicitation number 70Z03824RJ0000012. The contract will involve major and minor overhauls of various gearbox types, including Main, Input Module, Intermediate, Tail Rotor, and Accessory Gearboxes, ensuring they are restored to a 'like new' Ready for Issue (RFI) condition, compliant with Federal Aviation Regulations and OEM standards. This procurement is critical for maintaining the operational readiness and safety of the Coast Guard's aviation fleet. Interested vendors must submit their quotations by September 25, 2025, at 2:00 PM EDT, and can direct inquiries to Amy Whitehurst at Amy.E.Whitehurst2@uscg.mil.

    Point(s) of Contact
    Files
    Title
    Posted
    The document outlines the terms and conditions associated with a federal procurement solicitation, specifically addressing the Federal Acquisition Regulation (FAR) and Homeland Security Acquisition Regulation (HSAR) requirements that govern the award process. Offerors must complete specific FAR provisions regarding telecommunications services and submit bids with a Small Business Subcontracting Plan, particularly if classified as large businesses under NAICS code 336411. Proposals are evaluated based on technical acceptability, past performance, and pricing, with an emphasis on awarding contracts to the lowest-priced, technically acceptable offeror. The evaluation criteria exclude FAR 52.212-2 due to its sole-source nature, aimed at Sikorsky Aircraft Corporation. Additional provisions include quality assurance, packaging instructions, shipping logistics, invoicing procedures, and various certifications (including for compliance with labor laws and child labor regulations). Further, the document also defines various types of small businesses and their eligibility for special programs, emphasizing compliance with federal standards throughout the procurement process. The overall objective is to ensure fair and responsible contracting practices while maintaining quality and compliance with federal regulations.
    This government file outlines the terms and conditions for a federal acquisition (70Z03824RJ0000012) of commercial products and services, effective September 30, 2024. It details Federal Acquisition Regulation (FAR) and Homeland Security Acquisition Regulation (HSAR) clauses, emphasizing that these supersede all other terms. Key provisions include instructions for offerors, specific representations and certifications to be completed (FAR 52.204-24 and 52.204-26), and a 120-day acceptance period for offers. Large businesses under NAICS code 336411 must submit a Small Business Subcontracting Plan. Proposals must use a specific Excel spreadsheet and include technical documentation. The contract is expected to be sole-source to Sikorsky Aircraft Corporation, with award based on fair and reasonable pricing and technical acceptability (traceability to OEM, Certificates of Airworthiness and Conformance). The document also covers past performance evaluation, pricing, FOB Destination delivery terms, and detailed invoicing, quality assurance, packaging, and shipping instructions for USCG Aviation Logistics Center, Elizabeth City, NC. Additionally, it incorporates various FAR clauses regarding whistleblower rights, safeguarding contractor information, Buy American Act, and certifications on responsibility matters, child labor, and telecommunications equipment.
    The document outlines the Terms and Conditions for a federal solicitation under the Federal Acquisition Regulation (FAR) and Homeland Security Acquisition Regulation (HSAR), effective September 30, 2024. It establishes essential clauses that supersede prior terms for government contracts, particularly emphasizing guidance for offerors regarding representations, certifications, and technical requirements for proposals. Offerors classified as large businesses must submit a Small Business Subcontracting Plan, while all proposals are to be formatted using an attached excel spreadsheet to ensure technical acceptability. Key evaluation criteria highlight the contract's sole-source nature with Sikorsky Aircraft Corporation, focusing on fair pricing and technical acceptability based on compliance with the Statement of Work and the ability to provide required certifications. The document mandates strict adherence to product quality, packaging, and shipping instructions, particularly for items related to USCG aircraft. Additionally, it covers safety protocols and requirements for past performance assessments, emphasizing the importance of maintaining compliance with federal laws and standards. Overall, the document serves as a comprehensive guide for fulfilling government contract obligations while ensuring accountability and transparency.
    The document outlines a follow-on solicitation (70Z03825DJXXXXXXX, previously 70Z03824RJ0000012) from the US Coast Guard for the overhaul of MH-60T helicopter gearboxes, including Main, Input Module, Intermediate, Tail Rotor, and Accessory Gearboxes. The solicitation details a base period and two option periods (Option Period One and Option Period Two), each for a one-calendar-year duration. For each period, estimated quantities are provided for major and minor overhauls of various gearbox types, along with line items for Test & Evaluation/NFF/BER Scrap, with prices and lead times to be determined by the vendor. The document specifies the National Stock Numbers (NSNs) and Part Numbers (P/Ns) for the gearboxes to be overhauled and the modified-to NSN/P/N. Vendors are instructed to fill in pricing in designated yellow boxes and to clearly state any additional charges, fees, or prompt payment discounts in their quotation. The point of contact for questions is Amy Whitehurst at Amy.E.Whitehurst2@uscg.mil.
    The United States Coast Guard (USCG) has issued Solicitation 70Z03824RJ0000012 for the overhaul of gearboxes for MH-60T helicopters, designated as the "USCG MH-60T Gearbox Overhaul (Follow-on)" contract. The solicitation outlines a base period and two option periods, each for one calendar year. The scope of work includes major and minor overhauls of Main Gearboxes, as well as overhauls for Input Module, Intermediate, Tail Rotor, and Accessory Gearboxes. The contract also covers Test & Evaluation/NFF/BER Scrap for all gearbox types. The document provides National Stock Numbers (NSN) and Part Numbers (P/N) for alternate components for each gearbox type. Pricing details are left blank for vendors to complete, with instructions to fill in only the yellow boxes and contact Amy Whitehurst (Amy.E.Whitehurst2@uscg.mil) for questions. The document emphasizes that the government's failure to provide estimated or maximum quantities will not result in equitable price adjustments.
    This document outlines a Statement of Work (SOW) for the overhaul of various gearboxes for the United States Coast Guard (USCG) MH-60T aircraft. The USCG Aviation Logistics Center (ALC) requires overhaul services for Main Gearboxes (Major and Minor), Input Module, Intermediate, Tail Rotor, and Accessory Gearboxes to a like-new, Ready for Issue (RFI) condition. The contractor will perform testing, evaluation, and overhaul services in accordance with Federal Aviation Regulations and OEM manuals. The SOW details procedures for handling Beyond Economical Repair (BER) units, scrap materials, unusual damage, and replacement parts, emphasizing parts integrity and serial number tracking. It also covers documentation requirements, quality control, warranty, delivery schedules, and invoicing, underscoring the critical nature of these flight-critical components.
    This document outlines the United States Coast Guard's (USCG) requirement for overhauling various gearboxes for its MH-60T aircraft. The Aviation Logistics Center (ALC) in Elizabeth City, NC, seeks a contractor to overhaul Main, Input Module, Intermediate, Tail Rotor, and Accessory Gearboxes to a 'like new' Ready for Issue (RFI) condition. The contractor will perform test and evaluation, overhaul services according to Federal Aviation Regulations Parts 43 and 145, and adhere to Original Equipment Manufacturer (OEM) Component Maintenance Manuals. Key aspects include handling 'No Fault Found' (NFF) or 'Beyond Economical Repair' (BER) components, managing unusual damage, and providing detailed failure data reports. The contractor must furnish all necessary parts, materials, labor, and facilities, with replacement parts being new and adhering to strict parts integrity requirements. All overhauled gearboxes must be airworthy, with specific documentation, certifications, and compliance with quality control standards (ISO 9001-2000). The document also details procedures for scrap, warranty, government-furnished property, delivery requirements, and invoicing. Urgent 'Aircraft on Ground' (AOG) situations require expedited overhaul and shipment. Packaging, preservation, and marking must comply with military standards, and final inspection and acceptance will be performed by the Defense Contract Management Agency (DCMA) or USCG personnel.
    The document, "Attachment 4 - Redacted Justification For Other Than Full And Open Competition - 70Z03824RJ0000012," is a federal government file that justifies the use of a procurement method other than full and open competition. This type of document is typically found within federal government RFPs or federal grants. The main purpose of this attachment is to provide a detailed rationale for why a specific contract or project will not be subjected to a fully competitive bidding process, as is generally required for government procurements. The redactions indicate sensitive information has been withheld, likely related to proprietary details, national security, or specific operational needs that would be compromised by public disclosure. This justification is critical for ensuring transparency and accountability in government spending, even when full competition is deemed impractical or unnecessary under specific circumstances. The document serves as a formal record explaining the deviation from standard competitive procedures.
    The document pertains to a solicitation by the United States Coast Guard (USCG) for the overhaul of the MH-60T gearbox, seeking proposals from vendors for various gearbox maintenance services. It outlines the solicitation number 70Z03825DJXXXXXXX, with specific reference to a schedule of supplies listed under solicitation 70Z03824RJ0000012. The contract covers multiple components, including major and minor overhauls of the main gearbox and other associated gearboxes, such as input modules and tail rotor assemblies. The periods of performance for the base year and two option periods remain undetermined, and the pricing for individual items is also marked as $0.00, suggesting that vendors must provide detailed cost estimates. Each section encourages potential bidders to specify additional charges or discounts in their quotations. The document emphasizes that the government's failure to provide estimated items will not result in price adjustments for contractors, indicating strict adherence to the outlined terms. Overall, the solicitation aims to secure maintenance services to ensure the operational readiness of MH-60T aircraft through accurate bidding and contractual agreements on gearbox overhauls.
    The document outlines a federal request for proposals (RFP) concerning the overhaul of various gearboxes for the U.S. Coast Guard (USCG), specifically for the MH-60T aircraft. The solicitation includes details on the periods of performance, item descriptions, quantities, and relevant National Stock Numbers (NSNs) and part numbers (P/Ns) for each gear component to be serviced. It specifies major and minor overhauls, testing, and evaluations across multiple option periods spanning a total potential contract value yet to be determined (TBD). Contractors are instructed to fill in specific pricing information while adhering to guidelines regarding additional charges or discounts. The document has a structured format detailing the items for overhaul, with separate sections for base periods and option periods, emphasizing accurate completion of the worksheet for bidding. It serves as a formal request for contractors to submit proposals for servicing crucial aircraft components, reflecting the government’s intent to maintain operational readiness and compliance with necessary standards while inviting competitive bids to ensure value for taxpayer investment. The communication reflects the careful planning and detailed procurement process necessary for military equipment maintenance.
    The United States Coast Guard (USCG) seeks to contract an overhaul of various gearboxes utilized in the MH-60T aircraft. The project entails providing Ready for Issue (RFI) gearboxes to sustain approximately fifty-one aircraft, with the contractor responsible for testing, evaluating, and overhauling specific gearboxes listed in the document. Key tasks include inspecting gearboxes for faults, performing minor and major overhauls based on established standards, and returning non-repairable units. Contractors must source parts independently and ensure compliance with Federal Aviation Regulations, with all work conducted at authorized facilities. The document outlines stringent requirements for documentation, quality control, corrosion treatment, and adherence to detailed specifications established by the Original Equipment Manufacturer (OEM). All parts must be properly marked for traceability and the contractor is required to provide Certificates of Airworthiness and Conformance. A strict timeline for deliveries is stated, emphasizing the need for expeditious handling, particularly in Aircraft on Ground (AOG) situations. The contract mandates comprehensive reporting and invoicing procedures while holding the contractor accountable for maintaining high standards in order to fulfill the USCG's operational requirements efficiently.
    The U.S. Coast Guard (USCG) requires the overhaul of various gearboxes for the MH-60T aircraft, emphasizing readiness and high standards. The contract mandates that the contractor delivers overhauled gearboxes in a "Ready for Issue" (RFI) condition to support approximately 51 aircraft. Key tasks include extensive inspection, testing, and replacement of defective components according to federal regulations and OEM specifications. The contractor must perform the overhaul at their facility or an approved location, provide all necessary materials and labor, and ensure proper documentation for each gearbox. Special attention should be given to visually inspect for corrosion and other damage. Discrepancies must be reported, and non-repairable items will follow specific scrap procedures. The contract outlines quality control measures, invoice submissions, and requirements for the timely return of components after completion. Additionally, strict compliance with regulatory requirements, detailed records maintenance, and monthly production reporting are required to ensure accountability and transparency. The USCG's oversight aims to maintain operational efficiency while assuring safety standards. This document reflects the critical need for diligence in the maintenance and repair of essential aviation equipment within government operations.
    The document outlines the terms and conditions applicable to a federal solicitation (70Z03824RJ0000012) for commercial products and services, specifically targeting an acquisition expected to be awarded solely to Sikorsky Aircraft Corporation. It emphasizes the necessity for offerors to comply with specific provisions of the Federal Acquisition Regulation (FAR) and Homeland Security Acquisition Regulation (HSAR). Key points include the requirement for large businesses to submit a Small Business Subcontracting Plan, technical acceptability criteria, and a focus on past performance evaluations to ensure quality service delivery. Offerors must submit proposals using a specific Excel spreadsheet and adhere to pricing requirements while acknowledging delivery terms of F.O.B. Destination. The contract stipulates strict inspection and documentation requirements, including providing certificates of airworthiness and conformance. An essential aspect of the procurement process is the evaluation of proposals where only the lowest priced offer will be considered for technical acceptability. Overall, this document serves as a comprehensive guideline for potential contractors on necessary compliance measures for the proposal submission process within the context of federal contracting.
    The document outlines a justification for pursuing a contract with a specific vendor outside of the standard competitive bidding process for project number 70Z03824RJ0000012. The primary reason for this approach is the vendor's unique qualifications and capabilities that are deemed essential for the project’s success. It details the critical nature of the work that requires specialized skills not readily available in the general marketplace. The justification emphasizes compliance with federal regulations governing procurements and the need for expedited delivery to meet project timelines. Additionally, the document highlights prior successful collaborations with the vendor, underscoring the reliability and efficiency demonstrated in past engagements. The overall aim is to ensure that the government can achieve optimum performance and meet its project objectives while adhering to all procedural guidelines. This justification exemplifies the government's strategy for utilizing non-competitive bids when specific criteria justify the need for a particular contractor, thereby ensuring project effectiveness amidst pressing timelines.
    Lifecycle
    Title
    Type
    Overhaul of Gearboxes
    Currently viewing
    Combined Synopsis/Solicitation
    Similar Opportunities
    Overhaul of Spindles, Modulation Valves, Bifilar Assemblies, Hubs and Retention Plate Assemblies.
    Buyer not available
    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.
    PARTS KIT SEAL REPLACEMENT
    Buyer not available
    The Department of Homeland Security, specifically the U.S. Coast Guard, is seeking quotations for a Parts Kit Seal Replacement, which includes a Servo Box Repair Kit essential for the maintenance of 210 A Class vessels. The procurement requires three kits from Propulsion Systems Inc, with strict adherence to packaging, marking, and delivery requirements to ensure compliance and prevent damage during transit. This opportunity is critical for maintaining the operational readiness of the Coast Guard's fleet, and interested vendors must submit their quotes by November 21, 2025, at 10:00 AM EST, while ensuring they meet all specified requirements, including registration with the System for Award Management (SAM). For inquiries, vendors can contact Yvette R. Johnson at YVETTE.R.JOHNSON@USCG.MIL.
    MH-65 Spare Parts
    Buyer not available
    The Department of Homeland Security, specifically the U.S. Coast Guard Aviation Logistics Center, is seeking quotations for the procurement of MH-65 spare parts, specifically a "BEAM ASSY CENTER" with part number 366A21-1100-0003 and NSN 1560-14-497-8586, with a total quantity of four units. These parts are critical for maintaining the operational readiness of Coast Guard aircraft, and the procurement emphasizes the need for OEM-traceable components to ensure quality and compliance with federal regulations. Interested vendors must submit their quotes by the extended deadline of March 19, 2026, at 10:00 am EST, and are encouraged to contact Hartley K. Askew at hartley.k.askew@uscg.mil for further inquiries regarding the solicitation number 70Z03825QB0000062.
    Procurement of Propeller Assemblies, Spare Parts and Components
    Buyer not available
    The Department of Homeland Security, specifically the U.S. Coast Guard's Aviation Logistics Center (ALC), is seeking proposals for the procurement of propeller assemblies, spare parts, and components. This opportunity involves a sole source contract with Hamilton Sundstrand DBA Collins Aerospace, Inc., aimed at fulfilling ongoing requirements for various aircraft components over a one-year base period with four additional one-year option periods. The procurement is critical for maintaining operational readiness and efficiency of Coast Guard aviation assets, ensuring the availability of essential parts such as valves, actuators, and sensors. Interested vendors must submit their proposals by December 12, 2025, at 11:59 PM EST, and all inquiries should be directed to Dmitri E. Mercer via email, with the solicitation number 70Z03826QL0000013 included in the subject line.
    Purchase of Automatic Flight Control System (AFCS) Control Panel
    Buyer not available
    The Department of Homeland Security, through the United States Coast Guard (USCG) Aviation Logistics Center, is seeking to procure Automatic Flight Control System (AFCS) Control Panels for the MH-60T aircraft. This procurement involves a sole-source contract with Sikorsky Aircraft Corporation, the Original Equipment Manufacturer (OEM) and the only approved source for these critical components, which are essential for maintaining the operational capabilities of the USCG. The estimated contract value is approximately $6,794,596, covering one base year and two option years, with funding allocated from Operations and Support funds for fiscal years 2025-2028. Interested vendors must submit their quotes by November 20, 2025, at 2:00 PM EST, to Steven Levie at steven.a.levie@uscg.mil, ensuring compliance with all specified requirements and certifications.
    Mount Assy
    Buyer not available
    The Department of Homeland Security, specifically the U.S. Coast Guard's Aviation Logistics Center, is seeking to procure items from Sikorsky Aircraft Corporation under a sole source Basic Ordering Agreement. The procurement involves airframe structural components classified under NAICS code 336413, with a focus on ensuring timely delivery of these critical parts, requested within 174 days after order receipt. This opportunity is significant for maintaining the operational readiness of Coast Guard aviation assets, and interested parties may submit quotations to the designated contacts by December 15, 2025, at 2:00 PM EST, for consideration. For further inquiries, contact Cindy Harmes at Cindy.K.Harmes@uscg.mil or the MRR Procurement Mailbox at mrr-procurement@uscg.mil.
    MOTOR, ALTERNATING
    Buyer not available
    The Department of Homeland Security, specifically the U.S. Coast Guard, is seeking quotations for the procurement of 10 alternating current motors, identified by part number 3GAA101312-ASE+002, from Russ Equipment Co Inc. These motors are crucial for various operational applications within the Coast Guard, and the contract will be awarded on a firm fixed-price basis to the lowest price technically acceptable offeror. Interested vendors must ensure compliance with packaging and marking requirements as outlined in the DCMA guide, and submit their quotes by December 9, 2025, at 8 AM EST, to the primary contact, Nina Crosby, at NINA.M.CROSBY@USCG.MIL or by phone at 410-762-6658.
    Repair/Repair and Modify Fuel Management Panels
    Buyer not available
    The Department of Homeland Security, specifically the United States Coast Guard (USCG), is seeking a contractor to repair and modify fuel management panels for MH-60T aircraft. The procurement involves services such as testing, evaluation, and repair in accordance with Original Equipment Manufacturer (OEM) specifications and FAA guidelines, requiring the contractor to be an approved repair facility with necessary certifications. These fuel management panels are critical components for the aircraft's operational efficiency and safety. Interested vendors must submit their quotations by December 11, 2025, at 2:00 PM EST, and can direct inquiries to Julie Lininger at julie.g.lininger@uscg.mil. The contract is unrestricted, with a delivery timeline of 250 days for repairs and modifications.
    HC-144 & HC-27J Inverter Repair
    Buyer not available
    The Department of Homeland Security's United States Coast Guard (USCG) is seeking proposals for the repair of inverters used in HC-144 and HC-27J aircraft through a combined synopsis/solicitation. This procurement aims to establish an Indefinite Delivery Requirements contract for a base period of one year, with two additional one-year option periods, ensuring the operational capability and safety of these critical aircraft components. The contract is justified as a sole-source award to Avionics Instruments, LLC, due to the proprietary nature of the inverters and the necessity for OEM-specific repairs to mitigate safety risks. Interested parties must submit their quotes by October 17, 2024, at 4:00 PM EST, and all inquiries should be directed to Stephanie O Reams at stephanie.o.reams@uscg.mil.
    Cooler Lubricating Oil Engine
    Buyer not available
    The Department of Homeland Security, specifically the U.S. Coast Guard, is seeking quotations for the procurement of Cooler Lubricating Oil Engines, which are critical components for the MTU 4000 series main diesel engines used in 154' WPC vessels. The requirement includes four units that must be "service ready" prior to shipping, with strict adherence to packaging and marking standards as outlined in MIL-STD-2073-1E and MIL-STD-129R. This procurement is essential for maintaining operational readiness and reliability of the Coast Guard's fleet. Interested vendors must submit their quotations by December 11, 2025, at 10:00 AM EST, and should direct inquiries to Donna Scandaliato at donna.m.scandaliato@uscg.mil or by phone at 410-762-6259.