Procurement of Various Spares in Support of Float Assemblies on the MH-65 Aircraft
ID: 70Z03825QB0000060Type: 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

MISCELLANEOUS AIRCRAFT ACCESSORIES AND COMPONENTS (1680)
Timeline
    Description

    The Department of Homeland Security's United States Coast Guard (USCG) is seeking to procure various spare parts in support of float assemblies for the MH-65E aircraft, with the intention of awarding a sole source contract to Safran Aerosystems Services Americas, LLC. This procurement is critical for maintaining operational readiness and safety for the USCG's fleet of 98 aircraft, as the parts are essential for various missions, including search and rescue operations. The total contract value is estimated at $5,589,965, covering a one-year base period with four optional one-year extensions, funded primarily through Operations and Support funds from fiscal years 2025 to 2030. Interested vendors must submit their proposals by July 14, 2025, at 2:30 PM EDT, and can direct inquiries to Charles B. Colson at charles.b.colson2@uscg.mil or by phone at 571-607-5382.

    Point(s) of Contact
    Files
    Title
    Posted
    The document outlines a schedule of supplies and services as part of a government solicitation (Solicitation# 70Z03825QB00000060) for specific parts and components. It lists various Contract Line Item Numbers (CLINs) categorized into base and option periods, detailing items such as MANIFOLDS, CONNECTORS, CLOSURES, and FLOATATION ASSEMBLIES. Each line item indicates a nomenclature, unit of issue (EA), and manufacturer code, but does not specify unit prices or extended prices. The quantities range from 2 to 50 units per item across multiple delivery periods. This file serves the federal contracting framework, allowing vendors to submit quotes for supplying the specified parts to governmental agencies, highlighting the need for precision in fulfillment and adherence to established procedures. The structure is systematic, providing a clear and organized reference for bidding and procurement processes in government contracts. The documentation underscores the importance of maintaining government supply chains and supporting military or governmental operational capabilities through reliable sourcing of necessary components.
    The document outlines a solicitation (70Z03825QB00000060, Amendment 1) for the procurement of various supplies and services, specifically detailing the Vendor Quote Sheet with itemized parts. It categorizes items by Contract Line Item Numbers (CLINs) for different periods: Base and four Option Periods. Items include manifold assemblies, connectors, closures, bags, flotation assemblies, and cylinder assemblies, with specific part numbers, quantities, and unit designations (EA). Each line item is listed with its corresponding Federal Supply Code (FSC) and manufacturer's code, although unit prices and extended prices are not provided. The structure includes sequential numbering of items, facilitating easy referencing and organization. The primary purpose of this solicitation is to procure essential components for government projects, reflective of the procedural rigor observed in federal RFPs to ensure transparency and accountability. Overall, this document serves as a critical tool for suppliers bidding on government contracts, encapsulating necessary specifications for compliance and fulfillment of contractual obligations.
    The document is a Vendor Quote Sheet associated with Solicitation #70Z03825QB00000060, detailing a schedule of supplies and services needed over various contractual periods, including a base period and multiple option periods. It lists items categorized by their respective CLINs (Contract Line Item Numbers), corresponding federal supply codes (FSC), part numbers, descriptions, unit of issue (U/I), manufacturer codes, and notes regarding unit and extended prices. The request encompasses components including manifolds, connectors, closures, flotation assemblies, and containers, specifying quantities and manufacturer part numbers for each item. The pricing fields remain unfilled, indicating that either no quotes have been received or final unit pricing is pending. This document serves as a foundational component in the RFP process, facilitating supplier engagement and response evaluation for the necessary military or governmental procurement of the listed supplies aimed at operational readiness or equipment maintenance. This structured format is essential for tracking procurement needs and ensuring accountability throughout the contracting process, aligning with federal and military standards for supply requisitions. Overall, the document exemplifies systematic procurement procedures within government contracting frameworks.
    This document outlines the clauses, provisions, and terms and conditions applicable to a federal solicitation for commercial products and services, specifically for the U.S. Coast Guard (USCG). It establishes the precedence of these terms over other conflicting terms and details the requirements related to quality assurance, reporting, packaging, shipping, and invoicing. Key provisions include the contractor's obligations to notify the contracting officer of any defects or changes in the product and to ensure proper packaging for diverse shipping methods. The contract includes clauses addressing whistleblower protections, safeguarding contractor information systems, and prohibitions against contracting with entities associated with certain foreign entities, such as Kaspersky Lab. Additional regulations concerning the use of sustainable products and services and the strict compliance with federal acquisition regulations are also emphasized. The document's structure encompasses sections detailing process requirements, contract administration data, and specific clauses that govern various aspects of the procurement process, underscoring the need for adherence to governmental guidelines, safety, and compliance standards. Overall, this solicitation is a critical component of the USCG's efforts to ensure reliable acquisition practices within federal contracting frameworks.
    The Department of Homeland Security's United States Coast Guard (USCG) seeks approval for a sole source acquisition contract valued at $5,589,965 for flotation assemblies and spare parts for the MH-65E aircraft, sourced exclusively from Safran Aerosystems Services Americas, LLC. This contract includes a base period of one year and four optional twelve-month extensions, primarily funded through Operations and Support funds for fiscal years 2025 to 2030. Safran USA is the only approved North American distributor capable of providing the necessary components that meet safety regulations and are critical for the aircraft's performance in various missions, including search and rescue and environmental protection. Extensive market research confirmed the absence of alternative vendors, as proprietary technical data, FAA certifications, and safety requirements necessitate sourcing from the OEM approved supplier. The justification emphasizes the significance of maintaining operational readiness and safety for the 98 aircraft in service. The USCG plans to publish a combined sole source synopsis and solicitation for transparency. This document highlights procedural compliance with federal regulations on acquisitions and underscores the unique circumstances justifying limited competition in specialized supply needs.
    Lifecycle
    Title
    Type
    Similar Opportunities
    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.
    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.
    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.
    Aircraft Maintenance Services for the MH-65
    Homeland Security, Department Of
    The Department of Homeland Security, specifically the U.S. Coast Guard, is seeking qualified contractors to provide aircraft maintenance services for the MH-65 fleet at the Aviation Logistics Center (ALC) in Elizabeth City, NC. The procurement involves planned depot maintenance every 48 months, including disassembly, cleaning, repair, repainting, and reassembly of the aircraft, with specific staffing requirements for various Aircraft Mechanic roles and Helpers. This contract is critical for ensuring the operational readiness of the USCG's aircraft and will be awarded as an Indefinite Delivery Requirements type contract with a one-year base period and up to four option years. Interested parties must submit proposals by December 4, 2025, at 3:00 PM EST, and can direct inquiries to Destiny Ornelas at destiny.a.ornelas2@uscg.mil.
    PARTS KIT SEAL REPLACEMENT
    Homeland Security, Department Of
    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.
    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.
    Mount Assy
    Homeland Security, Department Of
    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.
    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.
    PURCHASE ANNUNCIATOR, MAST WA; LIGHTED PANELS; PUSH BUTTON, LIGHTED.
    Homeland Security, Department Of
    The Department of Homeland Security, specifically the U.S. Coast Guard's Aviation Logistics Center, is seeking to procure spare parts for the HC-144 aircraft, including two Annunciator, Mast WA, three Lighted Panels, and three Push Buttons, Lighted. This procurement is intended to ensure the operational readiness and maintenance of the aircraft, which plays a critical role in maritime safety and security missions. The solicitation, numbered 70Z03825QL0000123, is set to close on July 25, 2025, with a sole source award anticipated to Airbus DS Military Aircraft, Inc., due to their proprietary technical data. Interested vendors must submit their capabilities and quotations to Debra Heath at debra.w.heath@uscg.mil by the specified deadline.
    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.