Procurement of various spare parts
ID: 70Z03824QB0000161Type: 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

GAS TURBINES AND JET ENGINES, AIRCRAFT, PRIME MOVING; AND COMPONENTS (2840)
Timeline
    Description

    The Department of Homeland Security, specifically the US Coast Guard, is seeking quotes for a sole-source contract to procure various spare parts from Airbus Helicopters Inc. (AHI). AHI is the sole authorized distributor in North America for the original equipment manufacturer (OEM), Airbus Helicopters France (AHF), and this solicitation is focused on ensuring the USCG's access to critical spare parts for its MH-65 aircraft.

    The solicitation, 70Z03824QB00000161, is a combined request for quotation with a closing date of July 31, 2024. The USCG aims to acquire a range of gears and associated components, all of which are essential for the functionality and safety of its aircraft. The spare parts required include a fixed ring gear, a rear bevel gear, and a standard gear, among other mechanical components. Each line item in the solicitation specifies the Federal Supply Class (FSC), National Item Identification Number (NIIN), part number, nomenclature, quantity, and estimated shelf life.

    The procurement process aims to award a firm-fixed price contract to AHI, with an estimated value of $898,340 for Fiscal Year 2024. As the USCG's market research has identified AHI as the only viable source for these specialized OEM parts, the contract will be awarded on a sole-source basis.

    Vendors interested in responding to this solicitation must ensure their offerings comply with FAA guidelines and submit a Certificate of Conformance (COC) in the format specified in the FAR clause 52.246-15. Additionally, vendors must meet the representations and certifications outlined in the solicitation, including those related to small business status, tax compliance, and various legal and regulatory certifications.

    The USCG will evaluate quotations based on the lowest-priced, technically acceptable offers. Technical acceptability is primarily determined by the ability to supply new OEM parts or approved alternatives with traceability and the necessary safety certifications.

    For any clarifications or questions, vendors should contact Gabrielle Berry at Gabrielle.M.Berry2@uscg.mil, ensuring the solicitation number is included in the subject line.

    The USCG encourages vendors to utilize the informal protest process in the event of any concerns regarding the solicitation. The Ombudsman Program for Agency Protests (OPAP) is available to investigate and resolve protest issues promptly.

    Point(s) of Contact
    Files
    Title
    Posted
    This attachment outlines the specific line item requirements for Solicitation 70Z03823QB0000161, with a focus on mechanical parts. The procurement objective is to acquire a range of gears and related components, with each line item specifying the Federal Supply Class (FSC), National Item Identification Number (NIIN), part number, and nomenclature. For each line item, the following information is provided: the Contract Line Item Number (CLIN), unit of measure (U/I), unit price (left blank here), shelf life, and manufacturer code. The parts include a fixed ring gear, a rear bevel gear, and a standard gear, with quantities of 12, 10, and 16 units respectively. These are all flagged as Flight Critical (Y or N) and have estimated maximum quantities and delivery details to be determined (left blank or marked as TBD). While price information is not included, this attachment forms a key part of the solicitation by specifying the required parts in detail, including their unique identifiers and quantities, which will inform vendor proposals and the eventual contract award. The scope of work for vendors involves supplying these mechanical components, ensuring they meet the specified standards and delivering them as per the required quantities and timelines. This attachment, along with other sections of the solicitation, will guide vendors in preparing their proposals, with the ultimate goal of securing the required parts to support the agency's operations or projects.
    This document outlines the provisions, clauses, and terms and conditions for a federal government solicitation, detailing the requirements for vendors interested in providing commercial products and services. The evaluation criteria for this solicitation are outlined, with the award being made to the lowest-priced offeror rated technically acceptable. Technical acceptability will be assessed based on the offeror's ability to provide new, manufactured commercial items from the Original Equipment Manufacturer (OEM) or an approved source, ensuring traceability and providing a certificate of conformance. Pricing submissions should include any quantity price discounts and prompt payment discounts. The evaluation method will focus on the lowest-priced offer, with technical acceptability assessed only if the lowest-priced offer is deemed unacceptable. The offeror must complete the required representations and certifications, including those related to small business status, equal employment opportunity compliance, and various certifications regarding compliance with specific laws and regulations. The offeror must also provide a taxpayer identification number and disclose any delinquent federal taxes. Additionally, the offeror must certify that it does not conduct restricted business operations in Sudan and is not an inverted domestic corporation. The offeror must also provide a certification regarding knowledge of child labor for listed end products and indicate the place of manufacture for statistical purposes. If applicable, the offeror must certify compliance with the Service Contract Labor Standards. The offeror must also make representations regarding ownership or control, delinquent tax liability or felony conviction, and predecessors. The offeror must disclose any greenhouse gas emissions and reduction goals and confirm that it will not restrict employees from reporting waste, fraud, or abuse. Additionally, the offeror must represent whether it provides or uses covered telecommunications equipment or services. The solicitation incorporates several provisions by reference, including the requirement for the System for Award Management and Commercial and Government Entity Code Reporting. Additional terms and conditions are outlined, including quality assurance, packaging, shipping, inspection and acceptance, deliveries or performance, and invoicing instructions.
    The Department of Homeland Security (DHS), specifically the United States Coast Guard (USCG), is seeking to procure spare parts for its MH-65 aircraft through a sole-source contract with Airbus Helicopters, Inc. (AHI). This decision is justified by the unique qualifications of AHI as the only authorized distributor in North America for the Original Equipment Manufacturer (OEM), Airbus Helicopters, France (AHF). These parts are crucial for the USCG's missions and must adhere to strict safety and compatibility standards. The procurement will be a Firm Fixed-Price purchase order valued at $898,340, with funding provided annually for Fiscal Year 2024. The parts include a ring gear, a bevel gear, and another gear, all of which are essential for the aircraft's functionality. The USCG has conducted market research and posted the procurement forecast on the DHS-Acquisition Planning Forecast System, but due to the specialized nature of the OEM parts and the safety risks associated with non-OEM alternatives, AHI remains the sole viable source. This procurement decision ensures the availability of compatible and safe spare parts for the USCG's MH-65 aircraft while maintaining the structural integrity of the aircraft and protecting government property.
    Lifecycle
    Title
    Type
    Combined Synopsis/Solicitation
    Similar Opportunities
    Various Items
    Active
    Homeland Security, Department Of
    The Department of Homeland Security, specifically the United States Coast Guard (USCG) Aviation Logistics Center, is seeking to procure various specialized items from Sikorsky Aircraft Corporation under a sole source Basic Ordering Agreement. The procurement includes essential components for the MH-60T aircraft, such as seals, panels, and yaw control boosters, with specific quantities and required delivery dates ranging from August 2024 to November 2025. This acquisition is critical for maintaining the operational integrity and reliability of USCG aviation logistics, as the items are uniquely available from the OEM due to proprietary technical data. Interested parties may submit quotations to Alisha Colson at Alisha.M.Colson@uscg.mil and mrr-procurement@uscg.mil by September 23, 2024, at 2:00 PM EDT for consideration.
    Purchase of Various Items
    Active
    Homeland Security, Department Of
    Sources Sought notice from the DEPARTMENT OF HOMELAND SECURITY's US COAST GUARD seeks information on the availability of various aircraft parts for the MH60T Aircraft. The procurement targets items listed in "Attachment 1 – List of Items"主要用于维修 and maintenance of the USCG's MH60T aircraft. The Coast Guard is conducting market research to identify potential sources, including large or small businesses, their NAICS code, and specific business classifications such as small, emergent, disadvantaged, Hub Zone, Woman-Owned, or Service-Disabled Veteran-Owned. Respondents should also indicate if their products are on a GSA schedule or have been used by other government agencies. The closing date for responses is 25 April 2024 at 2:00pm EDT, and interested parties must email MRR-PROCUREMENT@uscg.mil with the subject line "70Z03824IJ0000032".
    GEARBOX, WINCH
    Active
    Homeland Security, Department Of
    The Department of Homeland Security, specifically the U.S. Coast Guard, is soliciting quotes for the procurement of two gearbox units for a winch under Request for Quote 70Z08524Q40213B00. The procurement requires adherence to specific nomenclature, part numbers, and packaging standards to ensure the units can withstand two years of storage. These gearboxes are critical components for the operational readiness of Coast Guard equipment, emphasizing the importance of compliance with military specifications and quality assurance. Interested vendors must be registered in the SAM database and submit their quotes by September 17, 2024, at 1 PM EST, with delivery expected by January 30, 2025. For further inquiries, vendors can contact Jermaine Perkins at Jermaine.T.Perkins@uscg.mil or Daniel J. Nieves at daniel.j.nieves@uscg.mil.
    Repair and Overhaul Rescue Hoist Assembly
    Active
    Homeland Security, Department Of
    The Department of Homeland Security, specifically the U.S. Coast Guard's Aviation Logistics Center, is seeking proposals for the repair and overhaul of the Rescue Hoist Assembly under solicitation number 70Z03824RJ0000006. The contract will be awarded on a sole source basis to the Original Equipment Manufacturer, Goodrich Corporation, and will encompass a one-year base period with four optional one-year extensions, totaling a maximum of five years. This procurement is critical for maintaining the operational readiness and safety of U.S. Coast Guard aircraft, ensuring that all repairs meet stringent FAA guidelines and quality assurance standards. Interested parties must submit their proposals by December 3, 2024, at 2:00 PM Eastern Time, and can direct inquiries to Nicholas Woolard or Cariss Perry via the provided email addresses.
    Repair of Tail Rotor Drive Shafts
    Active
    Homeland Security, Department Of
    The Department of Homeland Security, specifically the United States Coast Guard (USCG), is seeking a qualified contractor for the repair of Tail Rotor Drive Shafts (TRDS) for the MH-65 aircraft, with the intention to award a sole-source contract to Western Aerospace Inc. This procurement involves comprehensive repair services, including disassembly, cleaning, and reassembly of components, adhering to stringent military and occupational safety standards, and ensuring timely delivery and quality assurance. The contract, valued at approximately $3,877,611 over five years, includes a one-year base period and four option years, with a closing date for proposals set for July 30, 2024, at 2:30 PM EST. Interested parties can direct inquiries to Gabrielle Berry at Gabrielle.M.Berry2@uscg.mil.
    Repair of ICS Control Audio Panel, Interface Control Unit, and Low Profile Control Audio Panel
    Active
    Homeland Security, Department Of
    The Department of Homeland Security, through the U.S. Coast Guard, is seeking to procure repair services for critical communication components of the MH-60T and MH-65 aircraft, specifically the ICS Control Audio Panel, Interface Control Unit, and Low Profile Control Audio Panel. The procurement is intended to ensure operational safety and system integrity, with repairs to be conducted in compliance with Original Equipment Manufacturer (OEM) standards, as Telephonics Corporation is the sole source for these components. The contract will span a base year with two optional one-year extensions, totaling approximately $3.9 million, and is crucial for maintaining the operational readiness of USCG aircraft. Interested vendors must submit their quotations by October 21, 2024, at 2:00 PM Eastern Daylight Time, with inquiries directed to Steven Levie at steven.a.levie@uscg.mil.
    70Z04024Q52221B00
    Active
    Homeland Security, Department Of
    The Department of Homeland Security, specifically the U.S. Coast Guard, is seeking quotes for specific OEM parts from Volvo Penta of the Americas, LLC, under solicitation number 70Z04024Q52221B00. The procurement involves the supply of a Transom Shield (Part Number 22865044) and an Outdrive (Part Number 21766684), with a total requirement of 9 and 10 units, respectively, to be delivered to the Baltimore warehouse. This procurement is crucial for maintaining the operational readiness of the Coast Guard's marine equipment, emphasizing compliance with military packaging and marking standards. Interested small businesses must submit their quotes by September 20, 2024, at 1:00 PM EDT, to the designated contacts, Derrell L. Green and Andrew D. Kropkowski, with payment processed within 30 days post-inspection and acceptance of the delivered items.
    Repair of High-Speed Shaft Assembly
    Active
    Homeland Security, Department Of
    The Department of Homeland Security, US Coast Guard, is seeking a repair service for a high-speed shaft assembly. This assembly is typically used in aircraft components and accessories. The repair contract is expected to be awarded to Sikorsky Aircraft Corporation and will consist of a one-year base period and four one-year option periods. The contractor must provide clear traceability to the Original Equipment Manufacturer (OEM) and submit a Certificate of Conformance (COC) in accordance with Federal Acquisition Regulation (FAR) clause 52.246-15. The closing date for offers is 5/6/2024 at 2:00PM Eastern Daylight Savings Time. Interested parties can submit quotations to Amy.E.Whitehurst2@uscg.mil.
    Procurement of Various Bushings and Washers
    Active
    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 bushings and washers under solicitation number 70Z03824QJ0000325. This opportunity involves the establishment of an Indefinite Delivery Requirements Type Contract with firm-fixed pricing, anticipated to span one base year and up to four option years, totaling a maximum duration of five years. The goods are critical for maintaining airworthy conditions on U.S. Coast Guard aircraft, and all parts must be new and traceable to the Original Equipment Manufacturer, Fatigue Technology, Inc. Interested vendors must submit their quotations by September 20, 2024, at 2:00 PM Eastern Daylight Time, with the anticipated award date around October 1, 2024. For further inquiries, potential bidders can contact Amy Whitehurst at Amy.E.Whitehurst2@uscg.mil.
    154' Fin Stabilizer System and Component Parts
    Active
    Homeland Security, Department Of
    The Department of Homeland Security, specifically the U.S. Coast Guard, is seeking qualified vendors to provide Original Equipment Manufacturer (OEM) Quantum Marine Engineering, Inc. Fin Stabilizer Systems and Components for a five-year contract. The procurement requires genuine Quantum parts exclusively, as aftermarket or remanufactured components are not acceptable due to the proprietary nature of the technical data. These components are critical for the maintenance and operation of the 154' Sentinel class Patrol Boat, Fast Response Cutter (FRC). Interested parties must submit their intention to quote by September 17, 2024, along with required documentation to Dana D. Solomon at dana.d.solomon@uscg.mil or by phone at 571-607-5200.