Repair of Toilet Assemblies
ID: 70Z03826QL0000009Type: 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 vendors to provide repair services for toilet assemblies under solicitation number 70Z03826QL0000009. The procurement involves the repair of three specific components, with the potential for additional repairs up to a total of six, all to be completed in accordance with Original Equipment Manufacturer (OEM) specifications. This opportunity is critical for maintaining the operational readiness of Coast Guard aircraft, ensuring that all repairs meet stringent FAA certification and compliance standards. Interested vendors must submit their quotations by November 13, 2025, at 4:00 PM EST, and can direct inquiries to Stephanie O Reams at stephanie.o.reams@uscg.mil.

    Point(s) of Contact
    Files
    Title
    Posted
    This government solicitation (70Z03826QL0000009) outlines critical Federal Acquisition Regulation (FAR) and Homeland Security Acquisition Regulation (HSAR) clauses for orders, emphasizing that these terms supersede all others. Key provisions include requirements for System for Award Management (SAM) registration, Commercial and Government Entity Code Reporting, and strict prohibitions against using covered telecommunications equipment or services from certain foreign entities, as mandated by the John S. McCain National Defense Authorization Act for Fiscal Year 2019. Offerors must complete representations regarding their use of such equipment and disclose detailed information if they utilize it. The solicitation also details instructions for offerors, including submission via email, a 60-day acceptance period, and technical acceptability criteria such as current FAA certification and compliance with OEM maintenance manuals. Evaluation will be based on the lowest evaluated price from technically acceptable offers. Additionally, the document defines various business classifications and certifications, outlines rules for domestic products, and addresses certifications related to responsibility matters, child labor, taxpayer identification, and public disclosure of greenhouse gas emissions, reflecting comprehensive compliance and transparency requirements for government contractors.
    These government files outline wage determinations under the Service Contract Act for various occupations in Broward County, Florida (Wage Determination No.: 2015-4535) and several counties in Tennessee (Wage Determination No.: 2015-4647). They detail minimum wage rates, fringe benefits (health & welfare, vacation, holidays), and specific conditions for different job classifications, including administrative, automotive, health, and IT roles. The documents also address compliance with Executive Orders 14026 ($17.75/hour) and 13658 ($13.30/hour) for contracts awarded before or after January 30, 2022, and Executive Order 13706 for paid sick leave. Special provisions for computer employees, air traffic controllers, weather observers, hazardous pay, and uniform allowances are included. A conformance process for unlisted occupations is also described.
    Lifecycle
    Title
    Type
    Combined Synopsis/Solicitation
    Similar Opportunities
    Repair/Repair and Modify Fuel Management Panels
    Buyer not available
    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 in accordance with Original Equipment Manufacturer (OEM) specifications and FAA guidelines, requiring the contractor to be an approved repair facility with necessary certifications. These fuel management panels are critical components for the aircraft's operational efficiency and safety. Interested vendors must submit their quotations by December 11, 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 for repairs and modifications.
    USCGC WAESCHE RO SYSTEM PARTS
    Buyer not available
    The Department of Homeland Security, specifically the U.S. Coast Guard, is seeking qualified vendors to provide parts for the Reverse Osmosis (RO) System on the USCGC Waesche, which has been experiencing issues with reliable water production. The procurement includes the supply of specific parts identified from a prior assessment, along with the requirement for two technicians to install these parts and accompany the Cutter during its shakedown to verify repairs. This opportunity is critical for maintaining the operational readiness of the vessel, ensuring it can produce potable water effectively. Interested vendors must submit their quotations by 0800 Pacific Time on December 10, 2025, and must be enrolled in the System for Award Management (SAM) prior to contract issuance. For further inquiries, vendors can contact Donna O'Neal at Donna.J.O'Neal@uscg.mil or Ulises Balmaceda at Ulises.O.Balmaceda@uscg.mil.
    Procurement of Propeller Assemblies, Spare Parts and Components
    Buyer not available
    The Department of Homeland Security, specifically the U.S. Coast Guard's Aviation Logistics Center (ALC), 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 one-year option periods. The procurement is critical for maintaining operational readiness and efficiency of Coast Guard aviation assets, ensuring the availability of essential parts such as valves, actuators, and sensors. Interested vendors must submit their proposals by December 12, 2025, at 11:59 PM EST, and all inquiries should be directed to Dmitri E. Mercer via email, with the solicitation number 70Z03826QL0000013 included in the subject line.
    Sources Sought for Potential Overhaul Vendors for HC-144 and HC-27J Wheels and Brakes
    Buyer not available
    The Department of Homeland Security, specifically the U.S. Coast Guard, is seeking information from potential vendors capable of providing overhaul services for HC-144 and HC-27J wheels and brakes. This sources sought notice aims to identify commercially available vendors with the necessary capabilities, including OEM authorization, to perform overhauls in compliance with OEM standards. The components involved are critical for the operational readiness of Coast Guard aircraft, and interested vendors must demonstrate their qualifications, including relevant certifications and past performance, by submitting their responses by December 12, 2025, at 4:00 p.m. EST. For inquiries, vendors may contact Steven Goodwin at steven.a.goodwin@uscg.mil or Thomas Meek at thomas.c.meek@uscg.mil, referencing Sources Sought 70Z03826IL0000006.
    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.
    COUPLING HALF QUICK DISCONNECT
    Buyer not available
    The Department of Homeland Security, specifically the U.S. Coast Guard, is seeking quotations for the procurement of 20 units of Coupling Half Quick Disconnect, identified by NSN 4730-12-408-7920. The items must be individually packaged according to MIL-STD-2073-1E and marked in compliance with MIL-STD-129R, including bar coding as per ISO/IEC-16388-2007, Code 39 symbology. These components are critical for the Coast Guard's logistics and operational capabilities, ensuring the reliability of equipment used in various maritime operations. Interested vendors must submit their quotations by December 8, 2025, at 10:00 AM EST, to Yvette R. Johnson at YVETTE.R.JOHNSON@USCG.MIL, and must comply with specific packaging and marking requirements outlined in the associated documentation.
    Imtra Wipers and parts
    Buyer not available
    The Department of Homeland Security, specifically the U.S. Coast Guard, is seeking quotations for various Imtra wiper parts essential for the operation of the 45’ Response Boat Medium (RBM). The procurement includes specific items such as controllers, pumps, and nozzles, all manufactured by Imtra Corporation, which is the sole source due to the lack of technical data for equivalent products. This acquisition is critical for maintaining the operational readiness of the Coast Guard's fleet, and interested vendors must ensure they are registered with SAM.gov and comply with specific packaging and delivery requirements. Quotations are due by January 30, 2026, and inquiries can be directed to Michael Fitzer at Michael.G.Fitzer@uscg.mil or Cynthia A. Matthews at cynthia.a.matthews@uscg.mil.
    REVERSE OSMOSIS WATERMAKER
    Buyer not available
    The Department of Homeland Security, specifically the U.S. Coast Guard, is seeking quotations for the procurement of two Reverse Osmosis Watermakers, essential for the operation of the 154' Fast Response Cutter. The requirement includes specific packaging and preservation standards in accordance with MIL-STD-2073-1E, emphasizing that standard commercial packaging is unacceptable. This procurement is critical for ensuring the availability of potable water for Coast Guard operations, and the contract will be awarded based on the lowest price technically acceptable offer. Interested vendors must submit their quotations by December 10, 2025, at 10:00 AM Eastern Standard Time, and should direct inquiries to Donna Scandaliato at donna.m.scandaliato@uscg.mil or by phone at 410-762-6259.
    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.
    52000Q260001484 USCGC VIGILANT SANITIZER AND INSTALLATION
    Buyer not available
    The Department of Homeland Security, specifically the U.S. Coast Guard, is seeking proposals from qualified small businesses for the replacement and installation of a sanitizer unit on the USCGC VIGILANT. The primary requirement is for a Hobart model No. AM16-BAS-4, which is essential for maintaining sanitary conditions aboard the cutter, as the current unit has a history of failures and temporary repairs. The work will take place in Cape Canaveral, Florida, with a performance period scheduled for February and March 2026. Interested vendors must submit their quotes by December 15, 2025, and can direct inquiries to Timothy Ford or Sean Hoy via email.