Repair Beam Axle Assembly
ID: 70Z03825QJ0000217Type: 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 Mar 25, 2025, 12:00 AM UTC
  2. 2
    Updated Mar 25, 2025, 12:00 AM UTC
  3. 3
    Due Apr 10, 2025, 6:00 PM UTC
Description

The Department of Homeland Security, specifically the U.S. Coast Guard, is seeking qualified contractors to provide repair services for Beam Axle Assemblies as part of a combined synopsis/solicitation. The procurement involves the testing, evaluation, and repair of components for the MH-60T aircraft, ensuring compliance with original equipment manufacturer (OEM) specifications and airworthiness standards. This opportunity is critical for maintaining the operational readiness of U.S. Coast Guard aviation assets, with a firm-fixed price purchase order anticipated for up to six repairs within a year. Interested contractors must submit their quotations by April 10, 2025, with the anticipated award date on or about April 19, 2025. For inquiries, contact Julie Lininger at julie.g.lininger@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
Mar 25, 2025, 10:06 PM UTC
The document outlines a government Request for Proposal (RFP) related to the repair and evaluation of a beam axle assembly (Part Number: 70250-32105-046, NSN: 1620-01-187-8927). It includes three primary tasks: teardown, test and evaluation with a potential no fault found outcome, repair for three units, and handling units deemed beyond economic repair (BER) which are to be scrapped. The pricing for these services is set at $0.00, with additional costs or fees required to be clearly stated by the contractor. Additionally, the proposal queries if bidders accept a FAR clause allowing an increased quantity option for more repairs within a year. The estimated quantity for consideration of pricing is noted, with clarifications on how BER affects pricing. It emphasizes that government failure to provide quantities does not grant the contractor adjustment rights. The document’s structured approach ensures clarity in requirements and pricing while establishing conditions for contractor engagement.
Mar 25, 2025, 10:06 PM UTC
The Statement of Work (SOW) outlines the repair requirements for the United States Coast Guard (USCG) components for the MH-60T aircraft. The contractor is to perform testing, evaluation, and repair on specific components supplied by the USCG, including an axle assembly. Components that are tested and found Ready for Issue (RFI) will incur a fixed price fee, while those deemed Beyond Economical Repair (BER) will have a separate scrap fee applicable. Repairs must comply with original equipment manufacturer (OEM) specifications, addressing deficiencies, corrosion, and ensuring they meet airworthiness standards. The contractor must adhere to detailed inspection protocols, documentation of repairs—including teardown reports and ensuring proper certification—and maintain a certified quality system, as well as proper cleaning of components per regulations. Strict tracking of components is required throughout the repair process, and a defined timeline is established for delivery of evaluations and repairs. The document emphasizes regulatory compliance, quality assurance, and the successful return of airworthy components to the USCG, reflecting the government's commitment to maintaining operational readiness in aviation safety standards.
Mar 25, 2025, 10:06 PM UTC
The document outlines terms and conditions for a federal solicitation under the Federal Acquisition Regulation (FAR) and Homeland Security Acquisition Regulation (HSAR). It details requirements for offerors, evaluation criteria, and compliance for contractors involved in providing goods and services. Central to the proposal evaluation are three factors: Technical Acceptability, Delivery, and Price, with specific metrics for each to ensure adherence to the Statement of Work (SOW). Offerors must present thorough documentation, including repair timelines and necessary certifications. The provisions include clauses on telecommunications compliance, whistleblower protections, and adherence to safety and quality standards, especially concerning U.S. Coast Guard requirements for aviation materials. Additionally, it emphasizes the importance of accurate disclosures regarding ownership structures and tax compliance. Overall, the document serves as a comprehensive guideline for potential contractors to understand their obligations under the procurement process while adhering to stringent federal standards and regulatory requirements.
The document titled "Attachment 4 - Wage Determinations Connecticut - 70Z03825QJ0000217" provides essential wage determination information relevant to federally funded contracts in Connecticut. It outlines the required wage rates for various labor classifications, ensuring compliance with federal laws regarding worker compensation. The wage determinations include specific classifications such as general laborers, skilled trades, and service workers, along with corresponding hourly rates, benefits, and potential adjustments based on locality and contract stipulations. This structured information aims to guide contractors in meeting labor regulations effectively when engaging workers on public projects, ensuring fair compensation. The document serves as a critical resource for compliance with federal and state wage standards, supporting the integrity of the contracting process within the context of government RFPs and grants. Overall, it underscores the obligation of contractors to adhere to minimum wage requirements as part of their contractual agreements.
The document outlines the wage determinations relevant to federal contracts within California, specifically identified under the reference number 70Z03825QJ0000217. It serves as a guideline to ensure compliance with the Davis-Bacon Act, which mandates that prevailing wage rates be paid to laborers and mechanics involved in public works projects. The file details various labor categories, corresponding wage rates, and benefits, reflecting local economic conditions and labor market standards. This wage determination baseline is essential for contractors submitting bids in federal or federally funded projects, ensuring fair compensation practices that adhere to federal regulations. It underscores the importance of equitable wages in promoting workforce stability and protecting workers’ rights within government contracting frameworks, thus reinforcing the government's commitment to uphold labor standards in public employment.
Lifecycle
Title
Type
Repair Beam Axle Assembly
Currently viewing
Combined Synopsis/Solicitation
Similar Opportunities
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.
Overhaul of Gearboxes
Buyer not available
The Department of Homeland Security, specifically the U.S. Coast Guard, is seeking proposals for the overhaul of gearboxes used in the MH-60T aircraft, under solicitation number 70Z03824RJ0000012. The procurement aims to ensure operational readiness by requiring contractors to perform extensive inspections, testing, and overhauls of various gearbox components, adhering to strict Federal Aviation Administration guidelines and Original Equipment Manufacturer specifications. This contract is anticipated to be awarded on a sole-source basis to Sikorsky Aircraft Corporation, with a total duration not exceeding three years, and proposals must be submitted by June 13, 2025, at 2:00 PM EDT. Interested vendors can direct inquiries and quotations to Amy Whitehurst at Amy.E.Whitehurst2@uscg.mil.
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.
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 MH-65 spare parts, specifically a "Beam Assembly Center," under solicitation number 70Z03825QB0000062. The procurement is aimed at acquiring four units of this critical component, which must be sourced from Airbus Helicopters, Inc. to ensure traceability and compliance with Original Equipment Manufacturer (OEM) standards. This opportunity is vital for maintaining the operational readiness of U.S. Coast Guard aircraft, emphasizing the need for high-quality, certified parts. Interested vendors must submit their offers by September 10, 2025, at 10:00 AM EST, and can direct inquiries to Hartley K. Askew at hartley.k.askew@uscg.mil.
Rotor Assembly, Disc
Buyer not available
The Department of Homeland Security, specifically the U.S. Coast Guard, is seeking quotations for the procurement of three Rotor Assembly, Disc units, essential components for their aviation operations. This solicitation, identified by RFQ number 70Z03825QJ0000241, requires that all parts be new and traceable to the Original Equipment Manufacturer, Meggit Aircraft Braking Systems, ensuring compliance with airworthiness standards for installation on U.S. Coast Guard aircraft. Interested vendors must submit their offers by March 31, 2025, at 2:00 PM Eastern Time, with the anticipated award date around April 3, 2025. For further inquiries, vendors can contact Kristen Allen at Kristen.L.Allen3@uscg.mil or the MRR Procurement Mailbox at mrr-procurement@uscg.mil.
Overhaul/Repair of Actuators.
Buyer not available
The Department of Homeland Security, specifically the U.S. Coast Guard, is seeking qualified vendors for the overhaul and repair of actuators and their components used in the HC-27J and HC-144 aircraft. The procurement requires vendors to be FAA 145 certified and capable of performing at least 50% of the work at their certified facilities, with a focus on adhering to Original Equipment Manufacturer (OEM) specifications from Moog Wolverhampton Limited. This contract is crucial for maintaining the operational readiness of military aircraft, ensuring that all components meet stringent airworthiness standards. Interested vendors must submit their proposals by March 12, 2025, at 12:00 PM EST, and can contact Logan J. Brown at Logan.J.Brown3@uscg.mil for further information regarding the solicitation number 70Z03825RW0000001.
Purchase of Various Items
Buyer not available
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".
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.
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 required quantity of four units 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 the designated contacts, Ashley R. Winslow and the MRR Procurement Mailbox, by April 3, 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 Inertial EMB.GPS for the Support of the HC-144 Aircraft
Buyer not available
The Department of Homeland Security, specifically the U.S. Coast Guard, is seeking a qualified contractor to repair two Inertial EMB.GPS units to support the HC-144 aircraft. The procurement requires that the contractor be FAA 145 certified and capable of performing at least 50% of the work at their FAA certified facility, ensuring compliance with all relevant safety and operational standards. This repair is critical for maintaining the operational readiness and safety of Coast Guard aircraft, with the anticipated award being a Sole Source Purchase Order to Honeywell International Inc., due to their unique access to proprietary technical data. Interested vendors must submit their capability information by April 3, 2025, at 4:00 PM EST, and can contact Allison T. Meads at allison.t.meads@uscg.mil for further details.