Repair Flight Data Acquisition Unit for the Support of the HC-144 Aircraft
ID: 70Z03825QL0000072Type: Combined Synopsis/Solicitation
Overview

Buyer

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

NAICS

Other Support Activities for Air Transportation (488190)

PSC

MAINT/REPAIR/REBUILD OF EQUIPMENT- AIRCRAFT COMPONENTS AND ACCESSORIES (J016)
Timeline
  1. 1
    Posted Apr 4, 2025, 12:00 AM UTC
  2. 2
    Updated Apr 4, 2025, 12:00 AM UTC
  3. 3
    Due Apr 10, 2025, 8:00 PM UTC
Description

The Department of Homeland Security, specifically the U.S. Coast Guard, is seeking to procure repair services for two Flight Data Acquisition Units essential for the HC-144 aircraft. The procurement is intended to be awarded as a sole-source contract to Teledyne Controls, LLC, the Original Equipment Manufacturer (OEM), due to their exclusive access to the necessary proprietary technical data and engineering specifications required for the repair. This opportunity underscores the importance of maintaining operational integrity and safety for Coast Guard aircraft, with strict compliance requirements for FAA certification and adherence to OEM standards. Interested vendors must respond by April 10, 2025, at 4:00 PM EST, and can direct inquiries to Allison T. Meads at allison.t.meads@uscg.mil, referencing solicitation number 70Z03825QL0000072.

Point(s) of Contact
Files
Title
Posted
Apr 4, 2025, 3:04 PM UTC
The document outlines a justification for the sole-source procurement of essential parts and services related to the repair of the FLT. DATA ACQ. UNIT, part number 2243500-216, required for the HC-144 aircraft. The justification adheres to the federal acquisition regulations that permit limiting solicitation to one source if it is determined that only one supplier can fulfill the government’s needs. Only Teledyne Controls, LLC, the Original Equipment Manufacturer (OEM), possesses the necessary technical data and specifications for the repair, constituting a unique requirement that cannot be met by other suppliers. The document explains that efforts to ensure broad competition have been undertaken but emphasized that due to operational safety and technical restrictions dictated by the OEM, no satisfactory alternatives were found. The U.S. Coast Guard plans to continue exploring other procurement avenues for future requirements, though acquiring OEM rights remains economically unfeasible. This process demonstrates the government's commitment to maintaining operational integrity and safety while navigating the constraints of sole-source acquisitions.
Apr 4, 2025, 3:04 PM UTC
The document is a solicitation (70Z03825QL0000072) pertaining to federal contract opportunities, outlining requirements and conditions for prospective contractors regarding covered telecommunications equipment and services, compliance with FAR and HSAR clauses, and submission guidelines for quotes. Key points include the necessity for providers to verify compliance with representations and certifications related to telecommunications services, particularly in accordance with the John S. McCain National Defense Authorization Act, which prohibits contracting with entities using covered telecommunications equipment. Offerors are required to assess their inventory and provide detailed disclosures regarding the origin and use of such equipment. The solicitation outlines the processes for submitting offers, ensuring compliance with federal acquisition regulations, including provisions for the System for Award Management (SAM), and stipulates evaluation criteria based on technical acceptability and pricing. The document further emphasizes the importance of meeting certain technical certifications, including FAA approval for specific services, and mandates documentation of compliance with various federal standards. The opportunity is significant as it addresses the procurement of critical infrastructure components essential for operational security and efficiency within federal contracts. The overall objective is to ensure that contractors meet regulatory standards while providing high-quality services that contribute to national defense and public safety.
Apr 4, 2025, 3:04 PM UTC
The Statement of Work (SOW) details the requirements for contracting repair services from an Original Equipment Manufacturer (OEM) or an FAA-certified repair center for components used by the Coast Guard. The contractor must prove compliance with OEM specifications, including maintenance manuals and service bulletins. Key aspects include two levels of repair: general inspection/repair and comprehensive overhaul, with strict guidelines regarding corrosion management and the criteria for declaring components Beyond Economical Repair (BER). The contractor is required to provide a Teardown and Inspection Report (TIR) and ensure airworthiness of all components with necessary certification documents. Compliance with safety standards regarding hazardous materials is emphasized, alongside specific packaging and labeling requirements for shipped components. A turnaround time of 90 days from receipt of material is mandated, with preferred earlier delivery without extra cost. Accurate documentation and component tracking are critical to maintaining compliance, ensuring safety, and facilitating efficient logistics within the Coast Guard's Aviation Logistics framework.
Apr 4, 2025, 3:04 PM UTC
The document is a Wage Determination under the Service Contract Act, issued by the U.S. Department of Labor. It outlines minimum wage and fringe benefit requirements for contract workers performing under federal contracts in Los Angeles County, California. Effective from January 30, 2022, the minimum wage for covered workers is set at $17.75 per hour, in line with Executive Order 14026, while contracts awarded before this date may adhere to the previous minimum of $13.30 per hour per Executive Order 13658. The wage determination also details specific occupational wage rates for various job titles, primarily within clerical, administrative, automotive, food service, health, and technical sectors. Additionally, it discusses benefits such as health and welfare, vacation, and paid sick leave under Executive Order 13706, illustrating contractors' responsibilities regarding employee remuneration and working conditions. This document is essential for entities responding to federal RFPs, grants, or local contract opportunities, ensuring compliance with wage standards and fostering fair labor practices.
Lifecycle
Title
Type
Combined Synopsis/Solicitation
Similar Opportunities
Logic Unit and Antenna Repairs
Buyer not available
The Department of Homeland Security, specifically the U.S. Coast Guard's Aviation Logistics Center, is seeking quotations for the repair of Logic Units and Antennas under Solicitation number 70Z03825QJ0000108. The procurement aims to establish a sole-source Indefinite Delivery Requirements contract with Specmat Technologies, Inc., focusing on repairs that ensure compliance with Federal Aviation Administration (FAA) guidelines and maintain the operational capability of U.S. Coast Guard aircraft. This contract will span a base period of one year with four optional one-year extensions, with all repairs requiring traceability to the Original Equipment Manufacturer and adherence to specified safety standards. Interested contractors must submit their quotations by May 2, 2025, at 2:00 PM Eastern Daylight-Saving Time, with the anticipated award date around May 16, 2025. For inquiries, contact Trenton Twiford at trenton.c.twiford@uscg.mil.
Repair of TCAS-1 Processor
Buyer not available
The Department of Homeland Security, specifically the U.S. Coast Guard's Aviation Logistics Center, is seeking sources for a firm-fixed price repair contract for the TCAS-1 Processor, with a base period of twelve months and up to four additional option periods. The procurement aims to identify qualified contractors capable of repairing the TCAS-1 Processor, part number 805-11900-001, in compliance with FAA or EASA Part 145 certifications, and who have access to necessary maintenance manuals and specifications. Interested parties must respond by April 25, 2025, at 4:00 PM EST, providing their qualifications and capabilities to Gabrielle Berry at Gabrielle.M.Berry2@uscg.mil or Luis Mojica at luis.mojica@uscg.mil, referencing notice number 70Z03825IB0000006.
Overhaul of Collective Trim Servos
Buyer not available
The Department of Homeland Security, specifically the U.S. Coast Guard, is seeking quotations for the overhaul of Collective Trim Servos used in MH-60T aircraft, under solicitation number 70Z03825QJ0000107. The procurement aims to establish a sole-source Indefinite Delivery Requirements contract with Kearfott Corporation, focusing on ensuring that all overhauled components meet stringent airworthiness standards and comply with FAA guidelines. This contract is critical for maintaining the operational readiness and safety of U.S. Coast Guard aircraft, with a total duration not exceeding five years, including one base year and four optional years. Interested contractors must submit their quotations by May 15, 2025, with anticipated award notifications around June 20, 2025; for inquiries, contact Amy Whitehurst at Amy.E.Whitehurst2@uscg.mil or 206-831-4477.
Repair of High-Speed Shaft Assembly
Buyer not available
The Department of Homeland Security, specifically the U.S. Coast Guard, is seeking proposals for the repair of High-Speed Shaft Assemblies (HSSA) used in the MH-60T aircraft. The procurement aims to ensure that these critical aviation components are inspected, repaired, and certified in accordance with Original Equipment Manufacturer (OEM) specifications and FAA standards, thereby maintaining operational readiness for U.S. Coast Guard missions. This contract is anticipated to be awarded on a sole-source basis to Sikorsky Aircraft Corporation, with a total duration not exceeding five years, including one base year and four option years. Interested contractors must submit their quotations by May 22, 2025, at 2:00 PM EDT, and can direct inquiries to Amy Whitehurst at Amy.E.Whitehurst2@uscg.mil.
Purchase of Automatic Flight Control System (AFCS) Control Panel
Buyer not available
The Department of Homeland Security, specifically the U.S. Coast Guard, is seeking to procure an Automatic Flight Control System (AFCS) Control Panel for the MH-60T aircraft through a sole-source contract with Sikorsky Aircraft Corporation. This procurement is critical for maintaining operational effectiveness and safety, as Sikorsky is the Original Equipment Manufacturer (OEM) and the only approved source for this component, ensuring compliance with Federal Aviation Administration (FAA) guidelines. The estimated contract value is approximately $6,794,596, covering a base period of one year with two optional renewal periods, and interested parties must submit their quotes by April 30, 2025, at 2:00 PM EST to Steven Levie at steven.a.levie@uscg.mil.
Various Items
Buyer not available
The Department of Homeland Security, specifically the United States Coast Guard's Aviation Logistics Center (ALC), is seeking to procure various aviation components through a sole source contract with Sikorsky Aircraft Corporation. The procurement includes four specific items: a power control quadrant, position sensor, exhaust assembly, and structural fitting, with a total quantity of four units required for each item, and a delivery date set for February 10, 2026. These components are critical for maintaining the operational readiness of Coast Guard aviation assets. Interested vendors may submit quotations to Ashley R. Winslow at Ashley.R.Winslow@uscg.mil and mrr-procurement@uscg.mil by April 28, 2025, at 2:00 PM EDT, with the understanding that the procurement is unrestricted and will be awarded based on fair and reasonable pricing.
Repair of Various Panels
Buyer not available
The Department of Homeland Security, specifically the U.S. Coast Guard, is seeking qualified contractors to provide repair services for various aircraft panels under solicitation number 70Z03825QH0000057. The procurement involves the repair of control panels and panel assemblies associated with military equipment, including cursor control panels and air conditioning control panels, with quantities ranging from 1 to 4 units per line item. This initiative is crucial for maintaining the operational readiness of Coast Guard aircraft, ensuring compliance with federal regulations and standards. Interested parties must submit their quotations by April 15, 2025, at 12:00 PM Eastern Standard Time, with anticipated contract awards occurring around April 18, 2025. For inquiries, contact Angela Watts at Angela.L.Watts@uscg.mil or the procurement office at D05-SMB-LRS-Procurement@uscg.mil.
Procurement of Various Items
Buyer not available
The Department of Homeland Security, specifically the U.S. Coast Guard's Aviation Logistics Center, is seeking proposals for the procurement of various aircraft parts and auxiliary equipment under solicitation number 70Z03825RJ0000003. This opportunity involves a sole source contract for new manufactured items from the Original Equipment Manufacturer, Sikorsky Aircraft Corporation, with a focus on ensuring all parts meet Federal Aviation Administration (FAA) safety standards and have clear traceability. The contract is anticipated to be an Indefinite Delivery Requirements type with a base period of one year and two optional one-year periods, totaling a maximum of three years. Interested vendors must submit their quotations by July 2, 2025, at 2:00 PM EDT, and can direct inquiries to Amy Whitehurst at Amy.E.Whitehurst2@uscg.mil.
Repair of APU Gen Control Unit
Buyer not available
The Department of Homeland Security, specifically the U.S. Coast Guard, is seeking quotations for the repair of Auxiliary Power Unit (APU) Generator Control Units under solicitation number 70Z03825QH0000030. The procurement involves a firm-fixed price purchase order for an initial quantity of four units, with an option to increase the quantity by an additional four units within a year, emphasizing the need for compliance with federal regulations and safety standards. This opportunity is crucial for maintaining operational readiness of Coast Guard aircraft, and interested vendors must submit their quotations by April 30, 2025, to the designated contacts Angela L. Watts and the procurement email provided. The anticipated award date is on or about May 6, 2025.
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.