Repair EGI 764+429+JAIC
ID: 70Z03825QJ0000388Type: 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's Aviation Logistics Center, is seeking qualified vendors to provide repair services for the EGI 764+429+JAIC components used in MH-60T aircraft. The procurement involves testing, evaluating, and repairing six specific components to ensure they meet airworthy conditions, adhering to OEM specifications and FAA guidelines. This opportunity is critical for maintaining the operational readiness of Coast Guard aircraft, particularly in challenging saltwater environments. Interested parties must submit their quotations by September 2, 2025, at 2:00 PM EDT, with anticipated contract awards occurring around September 21, 2025. For inquiries, vendors can contact Michelle Monds at Michelle.R.Monds@uscg.mil or the MRR Procurement Mailbox at mrr-procurement@uscg.mil.

    Point(s) of Contact
    MRR Procurement Mailbox
    mrr-procurement@uscg.mil
    Files
    Title
    Posted
    This document, Attachment 1 - Schedule for solicitation 70Z03825QJ0000388, outlines line items for the procurement of EGI 764+429+JAIC units (NSN: 1680-01-HS1-9691, Part Number: HG9869K1-001), including new units, repair services, and provisions for "Beyond Economic Repair / Scrap" and "Test and Evaluation (TTE) / No Fault Found (NFF)." The schedule specifies estimated quantities for BER/Scrap and TTE/NFF for pricing purposes, clarifying that these are not additional to each other. Instructions for vendors emphasize filling in yellow boxes for pricing, noting that other calculations are automatic, and to contact Michelle.R.Monds@uscg.mil for questions. The document also includes information regarding FOB Destination and clarifies that the government is not liable for equitable adjustments if estimated quantities are not met.
    This government Statement of Work (SOW) outlines the United States Coast Guard (USCG) Aviation Logistics Center's (ALC) requirement for repairing six EGI 764+429+JAIC components (NSN 1680-01-HS1-9691, P/N HG9869K1-001) for MH-60T aircraft. The contractor must test, evaluate, and repair these components to an airworthy condition, anticipating corrosion due to the saltwater environment. Repair services, performed at the contractor's or a USCG-approved facility, must adhere to OEM specifications, FAA guidelines, and best commercial practices. The contractor is responsible for providing all necessary resources, including parts and labor, and maintaining ISO 9001-2000 certification. Components deemed Beyond Economical Repair (BER) require a failure data report and disposition instructions from the Contracting Officer. The SOW also details certification, serial number tracking, and delivery requirements, including specific timelines for test/evaluation and repair, and emphasizes thorough documentation for all services.
    This government file, Attachment 3, outlines the terms and conditions for a federal acquisition (70Z03825QJ0000388), focusing on Federal Acquisition Regulation (FAR) and Homeland Security Acquisition Regulation (HSAR) clauses. It details instructions for offerors, evaluation criteria (lowest priced, technically acceptable, with a sole source anticipation for Honeywell International Inc.), and required documentation, including repair turnaround time and OEM authorization. The document also provides extensive definitions and representations related to business classifications (small business, veteran-owned, women-owned, etc.), certifications for foreign trade, child labor, and taxpayer information. Key operational requirements cover quality assurance for products affecting USCG aircraft, packaging, shipping, inspection, acceptance, and invoicing, emphasizing compliance with FAR clauses and electronic submissions.
    Attachment 5 – Wage Determination Florida – 70Z03825QJ0000388 is a wage determination document specific to Florida, likely associated with a federal government Request for Proposal (RFP) or a federal grant. These documents outline the minimum wage rates and fringe benefits that contractors and subcontractors must pay to workers employed on government-funded projects. The identification number 70Z03825QJ0000388 is a unique identifier for this particular wage determination, indicating its relevance to a specific procurement or grant opportunity. Its purpose is to ensure fair labor practices and compliance with federal labor laws, such as the Davis-Bacon Act, which mandates prevailing wages for federally funded construction projects.
    The document is a government Request for Proposal (RFP) on maintenance and repair services for the EGI 764+429+JAIC, identified by NSN: 1680-01-HS1-9691 and Part Number: HG9869K1-001. It outlines a quotation schedule with specific line items, including pricing for repair and testing services, along with policies regarding items deemed beyond economic repair (BER). The total quotation is set at $0.00, with the potential for additional charges or fees to be defined by the bidder. Essential instructions are provided for filling out the form, including clarification that quantities of repair or BER items are estimates and not guarantees. Furthermore, the document emphasizes that any discrepancies in expected quantities from the government will not warrant price adjustments for the contractor. This file serves to facilitate accurate bidding from contractors while ensuring compliance with government procurement regulations.
    The U.S. Coast Guard (USCG) Aviation Logistics Center (ALC) is soliciting contractor proposals for the repair of specific aviation components, particularly the EGI 764+429+JAIC, which are essential for MH-60T aircraft. Contractors must prepare for corrosion damage due to the aircraft's saltwater environment. Each component will undergo test and evaluation to determine its serviceability; repair prices will be determined during this assessment. Components deemed Beyond Economical Repair (BER) will require detailed reporting and cannot be disposed of until directed by the Contracting Officer. Repairs must meet original equipment manufacturer (OEM) specifications and relevant FAA guidelines, with contractors providing all necessary materials and a quality management certification. Tracking of components via serial numbers is mandatory to ensure accuracy in restoration and history documentation. The project includes strict delivery deadlines and mandates inspections upon completion, ensuring compliance with quality standards. Ultimately, the contract aims to maintain the airworthiness of USCG aircraft through meticulous repair and management of aviation components.
    The document outlines the terms and conditions applicable to the solicitation 70Z03825QJ0000388, aligning with Federal Acquisition Regulation (FAR) and Homeland Security Acquisition Regulation (HSAR) standards. It specifies that all orders resulting from the solicitation will be subject to these clauses, which supersede any prior terms. The evaluation criteria indicate that the order is expected to be awarded on a sole-source basis to Honeywell International Inc., with considerations for lowest priced technically acceptable offers. Offerors must provide detailed capabilities addressing assembly and certification related to repairs of specific equipment, alongside detailed pricing information. The document stresses the importance of technical acceptability, requiring submissions to demonstrate compliance with all requirements outlined in the Statement of Work. Additionally, it includes provisions related to representations and certifications, safety practices, and quality assurance measures necessary to ensure compliance with federal standards in contractor performance. Overall, the document serves to guide both offerors and the awarding agency in a compliant and efficient procurement process, aimed at securing necessary services under federal contracts.
    The document pertains to Wage Determination for federal contracts in Florida, specifically identified by the reference number 70Z03825QJ0000388. It outlines the prevailing wage rates required for laborers and mechanics engaged in public works projects funded by federal grants or local/state RFPs. The key details emphasize the specific wage tiers based on job classifications and geographic areas within Florida, ensuring compliance with the Davis-Bacon Act. It lists the minimum hourly wages that contractors must pay workers, addressing both skilled and unskilled labor roles. The determination is essential for contractors bidding on federal contracts, as it sets the financial framework for labor costs. Compliance with these wage guidelines is mandated to uphold fair labor standards and promote economic equity in federally funded projects. Overall, the Wage Determination serves to protect worker rights and ensure an equitable wage structure in the execution of government-funded projects in Florida.
    Lifecycle
    Title
    Type
    Repair EGI 764+429+JAIC
    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.
    Repair Color Weather Radar
    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 Color Weather Radar units essential for MH-60T aircraft operations. The procurement involves evaluating and repairing six radar components, ensuring compliance with OEM specifications, and addressing corrosion issues typical in maritime environments. This opportunity is critical for maintaining the airworthiness of Coast Guard aircraft, with a focus on quality assurance and traceability of parts. Interested vendors must submit their quotations by December 30, 2025, at 2:00 PM EST, and can direct inquiries to Adam Finnell at Adam.A.Finnell2@uscg.mil.
    Repair of Hover Landing Light
    Buyer not available
    The Department of Homeland Security, specifically the U.S. Coast Guard's Aviation Logistics Center (ALC), is seeking quotes for the repair of Hover Landing Lights used in their MH-65 helicopter fleet. The procurement involves an Indefinite Delivery Requirements type contract for testing, evaluation, and repair services, adhering to Original Equipment Manufacturer (OEM) Component Maintenance Manuals and U.S. Coast Guard specifications. This contract will consist of a one-year base period with four optional one-year extensions, emphasizing the importance of maintaining operational readiness for critical aviation equipment. Interested vendors must submit their quotations by December 12, 2025, at 12:00 PM EST, to Alyson Harrison at Alyson.S.Harrison2@uscg.mil, and are encouraged to review the attached documents for detailed requirements and evaluation criteria.
    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.
    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.
    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.
    Repairs/Overhauls of Signal Proc's, Receiver/Transmitters, and Antenna's for use on the HC-144 Aircraft.
    Buyer not available
    The Department of Homeland Security, specifically the U.S. Coast Guard (USCG), is seeking sources for the repair and overhaul of signal processors, receiver/transmitters, and antennas used on the HC-144 aircraft. This opportunity aims to identify commercially available vendors capable of providing these services in accordance with Original Equipment Manufacturer (OEM) specifications, as the HC-144 aircraft operates in challenging environments that accelerate wear and corrosion. Interested vendors must respond with detailed company information, product specifications, and relevant certifications by December 16, 2025, at 4:00 PM EST, and should direct their responses to Logan J. Brown via email at Logan.J.Brown3@uscg.mil.
    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.
    Repair of Ice Detector for the HC-27J Aircraft.
    Buyer not available
    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.
    Test, Teardown, Evaluation and Repair of Aircraft Jacks
    Buyer not available
    The Department of Homeland Security, specifically the U.S. Coast Guard's Aviation Logistics Center, is seeking a contractor for the test, teardown, evaluation, and repair of various aircraft jacks and tripods under solicitation number 70Z03826QE0000004. The procurement involves a requirements contract for the overhaul of specific hydraulic and aircraft jacks, with a base performance period from August 4, 2026, to August 3, 2027, and four optional one-year extensions, potentially extending the contract until August 3, 2031. These services are critical for maintaining operational readiness and safety of aircraft equipment, ensuring compliance with OEM specifications and quality standards. Interested parties must submit their quotations by December 11, 2025, at 3:00 p.m. Eastern Time, with email submissions preferred to William.T.Swinson3@uscg.mil.