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
    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 teardown, testing, evaluation, and repair of these components, ensuring compliance with original equipment manufacturer (OEM) specifications and addressing any deficiencies to maintain airworthiness standards. This opportunity is critical for maintaining the operational readiness of the Coast Guard's 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 30, 2025, at 2:00 PM EDT, and can direct inquiries to 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
    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.
    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.
    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
    PARTS KIT, BEARING REPLACEMENT
    Homeland Security, Department Of
    The Department of Homeland Security, specifically the U.S. Coast Guard, is seeking quotations for a Parts Kit for Bearing Replacement, essential for maintaining the operational readiness of its vessels. This procurement involves a requirement for 32 units of a specific parts kit manufactured by Duramax Marine LLC, which includes various components necessary for the propulsion shaft bearing assemblies. The Coast Guard emphasizes that all items must meet stringent quality assurance standards and packaging requirements, ensuring compliance with manufacturer specifications and federal regulations. Interested vendors must submit their quotations to Eric Goldstein via email by December 16, 2025, at 9:00 AM EST, and must be registered in the System for Award Management (SAM) with a valid DUNS number.
    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.
    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.
    Test, Teardown, Evaluation and Repair of Aircraft Jacks
    Homeland Security, Department Of
    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.
    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.
    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 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.
    ACTUATOR,GOVERNOR
    Homeland Security, Department Of
    The Department of Homeland Security, specifically the U.S. Coast Guard, is soliciting quotations for the inspection, repair, and potential overhaul of a Woodward Inc. engine generator regulator used on the CGC Polar Star. Bidders are required to submit a firm fixed price quote that includes inspection fees and shipping, adhering to OEM procedures and quality assurance standards, with the contract awarded to the lowest-priced, technically acceptable offeror. This procurement is critical for maintaining the operational readiness of the Coast Guard's fleet, ensuring that essential equipment is functioning reliably. Quotes are due by December 19, 2026, at 11:00 am EST, and interested parties should direct any questions to Stephanie Garity at stephanie.a.garity@uscg.mil by December 19, 2025.
    MH-65 Spare Parts
    Homeland Security, Department Of
    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.
    open inspect and report CORE ASSEMBLY,FLUID
    Homeland Security, Department Of
    The Department of Homeland Security, specifically the U.S. Coast Guard, is seeking qualified contractors to perform the opening, inspection, reporting, and overhaul of two Core Assembly Fluid units, identified by stock number 4420-01-496-9702 and part number N03877. The procurement requires the use of genuine parts from American Precision Industries Inc. and mandates a thorough refurbishment process to restore the units to their original operating specifications, including pressure and production tests to ensure performance. Interested vendors must submit their quotes by November 24, 2025, to Eric Goldstein at Eric.I.Goldstein@uscg.mil, with the total estimated cost for the overhaul not to exceed $21,080, and compliance with various federal regulations and certifications is required.