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
    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
    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.
    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.
    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.
    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
    Similar Opportunities
    Purchase of Automatic Flight Control System (AFCS) Control Panel
    Homeland Security, Department Of
    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.
    Repair/Repair and Modify Fuel Management Panels
    Homeland Security, Department Of
    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 of components in accordance with Original Equipment Manufacturer (OEM) specifications and FAA guidelines, with the contractor required to be an approved repair facility and possess OEM certifications. These fuel management panels are critical for the operational readiness of the aircraft, ensuring safety and efficiency in air transportation. Interested vendors must submit their quotations by December 18, 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 after receipt of order, and the solicitation number for tracking is 70Z03825QJ0000379.
    Repair of Hoist Control Panel
    Homeland Security, Department Of
    The Department of Homeland Security, specifically the U.S. Coast Guard's Aviation Logistics Center (ALC), is seeking qualified contractors to provide repair and major repair services for the MH-65 Hoist Control Panel. Contractors must adhere to the latest Original Equipment Manufacturer (OEM) guidelines from Breeze Eastern LLC and demonstrate their capabilities through a detailed capability statement. This opportunity is crucial for maintaining the operational readiness of the Coast Guard's aviation assets, ensuring safety and efficiency in air transportation support activities. Interested contractors should submit their responses by January 23, 2026, at 1:00 PM EST, to Destiny Ornelas at destiny.a.ornelas2@uscg.mil, referencing the notice number 70Z03826IB0000003.
    Repair of Ice Detector for the HC-27J Aircraft.
    Homeland Security, Department Of
    The Department of Homeland Security, specifically the U.S. Coast Guard, is seeking to procure repair services for ice detectors used in the HC-27J aircraft. The procurement aims to repair two specific ice detectors, identified by NSN 5340-01-356-0338 and Part Number 871FA312, with the expectation that the awarded vendor will be Rosemount Aerospace, as they are believed to be the only source with the necessary proprietary technical data. This opportunity is critical for maintaining the operational readiness of Coast Guard aircraft, ensuring safety and efficiency in air transportation activities. Interested vendors must demonstrate FAA 145 certification and the capability to perform at least 50% of the work at their certified facility, with a submission deadline for capability information set for January 9, 2026, at 12:00 PM EST. For inquiries, vendors can contact Logan J. Brown at Logan.J.Brown3@uscg.mil.
    HC-144 & HC-27J Inverter Repair
    Homeland Security, Department Of
    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.
    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.
    Procurement of Propeller Assemblies, Spare Parts and Components
    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 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 option years. The goods are critical for maintaining operational readiness and safety in aviation logistics, underscoring their importance to the Coast Guard's mission. Interested vendors must submit their proposals by December 12, 2025, at 11:59 PM EST, and direct all inquiries to Dmitri E. Mercer via email, ensuring to reference solicitation number 70Z03826QL0000013 in the subject line.
    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.
    TRANSMITTER, PROPELLER ORDER
    Homeland Security, Department Of
    The Department of Homeland Security, specifically the U.S. Coast Guard, is seeking quotations for the overhaul of a Transmitter, Propeller (Part Number RA13T), which is critical for the operation of the WMEC 210 Class Cutters. The procurement involves opening, inspecting, reporting, and potentially repairing the transmitter, with a firm fixed price for the repair not to exceed $5,700, and requires adherence to OEM specifications using genuine DYNALEC parts. This equipment is vital for maintaining the operational integrity of the Coast Guard's Medium Endurance Product Line, and the selected contractor must ensure compliance with stringent packaging, marking, and delivery requirements. Interested vendors must submit their quotes by December 22, 2025, and direct any inquiries to Nina Crosby at nina.m.crosby@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.