Uninterruptible Power Supply for Shipboard Alarm and Announcing System and Electronic Chart Display and Information System
ID: 70Z04425RC2PL2550Type: Combined Synopsis/Solicitation
Overview

Buyer

HOMELAND SECURITY, DEPARTMENT OFUS COAST GUARDC5I DIVISION 3 PORTSMOUTHPORTSMOUTH, VA, 23703, USA

NAICS

All Other Miscellaneous Electrical Equipment and Component Manufacturing (335999)

PSC

CONVERTERS, ELECTRICAL, NONROTATING (6130)
Timeline
    Description

    The Department of Homeland Security, specifically the U.S. Coast Guard, is seeking proposals for the procurement of Uninterruptible Power Supplies (UPS) to support the Shipboard Alarm & Announcing System (A&AS) and the Electronic Chart Display and Information System (ECDIS). The primary objective is to replace obsolete UPS units that lack manufacturer support, ensuring reliable communication and navigation capabilities during power outages. This procurement is critical for maintaining operational readiness and safety aboard Coast Guard vessels, with a focus on compliance with military standards and accessibility requirements. Interested contractors must submit their proposals by 11:00 AM EDT on July 10, 2025, and can direct inquiries to Roberta Pluim at Roberta.f.Pluim@uscg.mil or Danielle Beavers-Rose at danielle.beavers-rose@uscg.mil. The maximum contract value is set at $2,500,000, covering a five-year period.

    Files
    Title
    Posted
    The United States Coast Guard (USCG) is seeking proposals for new Uninterruptible Power Supplies (UPS) to replace obsolete equipment used for the Shipboard Alarm & Announcing System (A&AS) and Electronic Chart Display and Information System (ECDIS) at the Command, Control, Communications, Computers, Cyber, and Intelligence Service Center (C5ISC). These replacements are necessary as current systems are unsupported by manufacturers, impacting vital communication and navigation capabilities during power outages. The selected UPS must undergo a 30-day testing phase in a shipboard environment and comply with specific technical requirements, including capacity, dimensions, and input/output connection standards. Additionally, the contractor must adhere to applicable government and industry standards, including warranty provisions and accessibility requirements under Section 508 of the Rehabilitation Act. The procurement process emphasizes the USCG's commitment to ensuring operational readiness and continuity of critical systems. Overall, the initiative seeks dependable power solutions to enhance functionality and safety in maritime operations.
    The U.S. Coast Guard's Command Control, Communications, Computers, Cyber, and Intelligence Service Center (C5ISC) is seeking to replace obsolete Uninterruptible Power Supplies (UPS) that support the Shipboard Alarm & Announcing System (A&AS) and the Electronic Chart Display and Information System (ECDIS). The objective is to identify suitable UPS replacements that ensure continuous operations during power failures for various cutter classes. The new UPS must meet specific technical specifications, including compatibility with existing systems, a minimum runtime of 30 minutes under full load, and physical dimensions that conform to standard rack sizes. Compliance with multiple industry standards and requirements, including safety codes and Section 508 accessibility, is mandatory. The contractor must provide a minimum three-year warranty and address potential product obsolescence issues. Additionally, Section 508 requires that delivered ICT products are accessible to individuals with disabilities, necessitating the provision of Accessibility Conformance Reports. This effort reflects the Coast Guard's commitment to ensuring operational reliability and regulatory compliance in shipboard environments.
    The document outlines the technical specifications for procuring Uninterruptible Power Supplies (UPS) for the U.S. Coast Guard's Shipboard Alarm & Announcing System (A&AS) and Electronic Chart Display and Information System (ECDIS). The primary goal is to replace obsolete UPS units that lack manufacturer support, ensuring vital communications and navigation capabilities are maintained during power failures. The specifications include requirements for UPS capacity, input/output connections, dimensions, installation compatibility, and robust testing procedures in a shipboard environment. Additionally, compliance with various military standards, warranty provision, and Section 508 accessibility requirements is mandated. Contractors must submit detailed accessibility conformance reports for ICT products, underscoring the government's commitment to inclusivity. Overall, this procurement focus aligns with updated operational needs while adhering strictly to safety and compatibility standards.
    The United States Coast Guard (USCG) Command, Control, Communications, Computers, Cyber, and Intelligence Service Center (C5ISC) is soliciting proposals for replacement Uninterruptible Power Supplies (UPS) for its aging Shipboard Alarm & Announcing System (A&AS) and the Electronic Chart Display and Information System (ECDIS). The current UPS units have become obsolete, lacking manufacturer support, which jeopardizes essential communication and navigation during power failures. The new UPS must be tested onboard for 30 days and ensure compatibility with existing systems. Key specifications include a system capacity of 1.5kVA to 3.0kVA, a max height of 10.5 inches, and a runtime of 30 minutes at full load. Additional requirements entail compliance with several military and Coast Guard standards, including electrical and electromagnetic compatibility specifications, and specific section 508 accessibility guidelines. Furthermore, the contractor must offer a minimum three-year warranty for the equipment. This procurement highlights the USCG's focus on maintaining operational readiness through reliable power supply systems while ensuring safety and accessibility under federal standards.
    The document outlines the terms and conditions for a federal Request for Proposal (RFP) regarding the replacement of the Shipboard Alarm and Announcing System (A&AS) and the Electronic Chart Display and Information System (ECDIS). Key sections cover compliance with the Department of Homeland Security's (DHS) cybersecurity policies, including Information Security Systems Program 4300A, which mandates adherence to specific security standards such as encryption, security reviews, and Interconnection Security Agreements for systems connected to non-DHS networks. It stipulates that contractors must utilize only Original Equipment Manufacturer (OEM) products and follow detailed supply chain risk management procedures, including maintaining accountability for components and secure transportation of Information and Communications Technology (ICT) goods. Additionally, rigorous requirements for privacy and incident reporting, particularly regarding Personally Identifiable Information (PII), are specified. The contractor is responsible for complying with various federal mandates to ensure the secure handling of sensitive information throughout the contract lifecycle. This document serves as guidance for vendors seeking to provide services while meeting stringent security and operational standards necessary for government contracts.
    The document outlines the marking, packaging, delivery, and inspection requirements for parts ordered under an unspecified Indefinite Delivery Indefinite Quantity (IDIQ) contract for the U.S. Coast Guard. It specifies adherence to standards such as ASTM D3951 and MIL-STD-2073-1E for the packaging process, including the need for bar coding and strict preservation methods. The items, particularly uninterruptible power supplies (UPS), have designated delivery addresses within the Coast Guard to ensure effective logistics support. All components must be preserved with specific treatments and adequately sealed to prevent contamination during transit. Packaging should protect items from damage and be labeled with essential information like National Stock Numbers (NSN) and condition codes. Additionally, documentation is required with each delivery, which must include a Material Inspection and Receiving Report. Overall, the contract emphasizes precise compliance to enhance logistic efficiency and maintain equipment integrity for the Coast Guard’s operations.
    This document outlines the specifications for various Uninterruptible Power Supply (UPS) systems intended for federal grant proposals and procurement requests. It includes detailed information on multiple models by Eaton and APC, specifying system capacities ranging from 850VA to 3.1kVA, input voltages, physical dimensions, weights, input/output connections, mounting options, and typical runtimes under full and half loads. Each model is equipped with an RS-232 connection for remote monitoring. The inventory highlights the importance of reliable power supplies for ensuring operational continuity in government installations. Each UPS model is identified by part numbers and National Stock Numbers (NSNs), indicating that they are standardized for military or federal procurement. This documentation serves as a reference for entities seeking to purchase or grant proposals for UPS systems, ensuring compliance with federal specifications and facilitating informed decision-making regarding power supply solutions in government operations.
    The document outlines the Price Schedule for a federal Request for Proposal (RFP), specifically Solicitation #: 70Z04425RC2PL2550. It details the requirements for contractors to submit firm-fixed unit prices for Uninterruptible Power Supply (UPS) systems over a five-year period, with specific pricing to be filled in by bidders. All items must be proposed FOB Destination, with unit prices reflecting total costs, including duties and delivery. Delivery is mandated within 90 calendar days upon receipt of the order, and compliance with packaging and marking standards is required as per Attachment 3. The structure includes Contract Line Item Numbers (CLINs) for various UPS items, each designated with an estimated quantity and a placeholder for the total price. The orderly format aids bidders in providing necessary pricing information, emphasizing transparency and accuracy for governmental procurement processes, aimed at ensuring a reliable supply of equipment for federal operations.
    The document pertains to a Price Schedule associated with the Solicitation #: 70Z04425RC2PL2550 for the procurement of Uninterruptible Power Supplies (UPS) over a five-year period. It specifies firm-fixed unit prices that must include all costs, such as delivery and duties, with an exemption from duties not being applicable. Items are to be delivered within 90 calendar days of the delivery order. The schedule outlines various Contract Line Item Numbers (CLINs) where the vendor is required to complete yellow-highlighted sections with manufacturer details, estimated quantities, and proposed prices for each year of the contract. The first year covers the period from the contract award date to one year after, followed by similar terms for subsequent years. Adherence to packaging and delivery specifications outlined in an attachment is mandatory. This document aligns with standard practices in federal procurement, emphasizing clarity in pricing structure and delivery expectations, integrating essential guidelines for potential contractors.
    The document outlines the technical specifications and compliance requirements for procuring Uninterruptible Power Supplies (UPS) for the U.S. Coast Guard (USCG). It details two UPS systems: one with a capacity of 1.5kVA and another with a capacity of 3.0kVA, both requiring a minimum runtime of 30 minutes at full load. Key specifications include restrictions on dimensions (height, width, and depth), input/output connections (NEMA L5-30P and NEMA 5-30R), and mounting options (rack-mounted). Additional features include the need for RS-232 connections for remote monitoring and safety features like receptacle locking to prevent unauthorized access. The contractor is required to provide a commercial warranty of at least three years post-delivery, covering any OEM warranties. The document emphasizes ensuring that contractors specify compliance with every requirement, with allowances for additional information on any shortcomings. Overall, this RFP aims to modernize the USCG’s power supply systems while meeting specific operational and safety standards.
    The document outlines the technical specifications and compliance requirements for a Uninterruptible Power Supply (UPS) intended for replacement within the U.S. Coast Guard (USCG). The UPS must have a capacity of 3.0kVA / 2.25kW (with 2.1kW being acceptable), operate on a nominal input voltage of 120V, and fit specific dimensions maximizing rack compatibility (height, width, and depth limitations). Essential features include an RS-232 connection for remote monitoring, locking output connections for safety, and a minimum runtime of 30 minutes at full load. A required warranty spans at least three years post-delivery, including a product return policy and access to any OEM warranties. Proposals submitted must detail compliance with these specifications and clarify any instances of non-compliance using additional documents or datasheets. This document represents a formal solicitation for government contracting, emphasizing the need for technical adequacy and adherence to operational standards within federal supply frameworks. The cohesion of defined specifications ensures manufacturers can accurately meet the operational demands of the USCG while maintaining due diligence in contract fulfillment.
    The U.S. Coast Guard's Technical Standard 313 outlines the requirements for the installation, maintenance, repair, and inspection of shipboard battery systems. It defines essential terms related to battery technologies and addresses specific needs for batteries used in power supply and engine starting. The standard stipulates that batteries must be installed near engines, have dedicated charging devices, and be robust enough for the intended operational duration under various conditions. It mandates strict compliance with federal regulations (46 CFR) covering battery safety, emergency power systems, and performance requirements for disparate battery types, including Nickel-Cadmium and Lead Acid. The document emphasizes the importance of safety in managing batteries, requiring a thorough assessment of risks associated with battery storage and potential hazardous situations. It additionally covers the management of electronic nicotine devices (ENDs) on vessels, highlighting safety concerns regarding their unregulated lithium-ion batteries. This comprehensive technical standard ensures the safety, reliability, and operational efficiency of electrical systems aboard Coast Guard vessels, aligning with federal safety regulations and operational standards.
    The MIL-STD-1310G(NAVY) document outlines the standards for shipboard bonding, grounding, and electromagnetic compatibility (EMC) relevant to both metallic and non-metallic hull ships. The standard addresses the increased electromagnetic interference (EMI) challenges faced due to growing electrical and electronic systems aboard naval vessels. The document specifies performance requirements for EMI control, including hull-generated EMI, cable penetrations, and personnel safety from electrical shock. Essential elements are to establish a common ground plane, ensure proper bonding techniques (Class A, B, and C), and guidelines for shielding and EMI management. The standard encourages contractor innovation while maintaining compliance with testing and safety performance measures. This includes detailed procedures for equipment grounding, handling commercial-off-the-shelf (COTS) items, and implementing electrical safety standards to protect personnel. The outlined requirements are applicable during ship construction, retrofitting, and repair operations, ensuring effective electromagnetic compatibility and safeguarding operational performance aboard naval ships.
    The U.S. Coast Guard's TEMPEST Program instructions, COMDTINST M2241.6, outlines protocols to protect against compromising emanations (CE) from equipment processing national security information (NSI). Established by national policies, the program mandates rigorous standards for the installation and operation of telecommunications systems aboard Coast Guard facilities, cutters, and aircraft. Key components include conducting Instrumented TEMPEST Surveys and Visual TEMPEST Inspections to assess equipment integrity and ensure compliance with established guidelines. The document details roles and responsibilities of involved authorities including Commandant (CG-65), C4IT-SC, and TISCOM, emphasizing their duties in overseeing TEMPEST inspections and corrective measures. It addresses critical installation criteria, such as bonding, grounding, shielding, and maintaining physical separation between RED (classified) and BLACK (unclassified) systems to mitigate CE risks. The guidance underscores the importance of maintaining a secure operating environment for NSI, while also providing detailed technical specifications and definitions. Overall, the TEMPEST program is vital for safeguarding sensitive communications and ensuring adherence to national security policies within Coast Guard operations.
    The DD Form 1423-1 establishes a Contract Data Requirements List, used to specify data items related to government contracts, particularly within the Department of Defense. It requires contractors to deliver Technical Manuals and associated supplemental data electronically, adhering to specific formats like Microsoft Office or PDF, within 30 days post-award. The document outlines requirements for marking distribution statements and emphasizes compliance with export laws, mandating secure destruction of sensitive materials. Key entries include contract details, data items, submission timelines, and addressee information for drafts and final documents. The form also categorizes data items into groups based on their significance to the contractor's performance and outlines associated pricing estimates, with provisions for administrative costs. This form supports federal RFP processes by providing clear guidelines for documentation and submission criteria, ensuring contractors deliver necessary data in compliance with government standards.
    The U.S. Coast Guard is soliciting offers for the procurement of Uninterruptible Power Supplies (UPS) for critical maritime systems. This combined synopsis/solicitation, numbered 70Z04425RC2PL2550, aims to acquire new commercial UPS units for use in navigational and communication systems aboard ships. Issued on April 7, 2025, the offers are due by April 28, 2025, at noon ET. The acquisition is unrestricted and falls under NAICS code 335999, with a size standard of 600 employees. The contract will be an Indefinite-Delivery Indefinite-Quantity (IDIQ) type with firm-fixed prices, covering a five-year ordering period and a maximum contract value of $2,500,000. Proposals must include adherence to specified technical requirements outlined in Attachment 1 and will be evaluated based on pertinent FAR provisions. Delivery of the UPS units is expected within 90 days post-award, primarily aimed for the USCG Surface Forces Logistics Center in Baltimore, MD. The document outlines necessary contract clauses, invoicing procedures, and demands adherence to regulatory compliance, including prohibitions on certain foreign products and employee rights under whistleblower protections. This solicitation underscores the Coast Guard's commitment to procurement that meets operational and safety standards while facilitating timely and efficient delivery of essential electrical components.
    The document outlines the responses to technical inquiries related to a Request for Proposal (RFP) concerning Uninterruptible Power Supplies (UPS) for the U.S. Coast Guard. Key clarifications include that multiple locking receptacles are required for equipment integration, and acceptable input adaptations can be made based on available power configurations. The document also confirms that the UPS must operate under a "BLACK" application to meet TEMPEST requirements and provides documentation references for locating specifications. Clarifications on the acceptable dimensions, output connections, and system capacities are emphasized, stating that while certain configurations are acceptable, others are not. The document details that the U.S. Coast Guard will oversee first article testing, and highlights lead acid battery requirements necessary for sustaining a 30-minute run time, establishing this as a threshold requirement. This document serves as a crucial reference for bidders to understand compliance and technical specifications, ensuring alignment with government standards and enhancing the contracting process.
    This document outlines an amendment to a government solicitation related to the U.S. Coast Guard. The amendment requires contractors to acknowledge receipt of the amendment before the specified deadline, with clear instructions for submission methods. It highlights that offers submitted without acknowledgment may face rejection and allows for modifications to existing offers if changes are communicated before the deadline. The purpose of the amendment is to address vendor questions, revise technical specifications, and provide additional crucial attachments. Most notably, the due date for proposals has been extended to 11:00 AM EDT on May 5, 2025. The document details the necessary sections for contract modification and emphasizes adherence to the Uniform Contract Format (UCF) for organizational purposes, ensuring any changes or responses are documented appropriately. It also specifies that contractor signatures may not be required for certain amendment processes. Overall, the amendment enhances clarity and facilitates contractor compliance, demonstrating the importance of thorough communication in the federal procurement process.
    The document outlines an amendment to a government solicitation related to the U.S. Coast Guard's procurement process. It emphasizes the requirement for bidders to acknowledge receipt of the amendment and provides methods for doing so, such as completing specific items or sending a separate communication. Failure to acknowledge may lead to the rejection of offers. The amendment modifies the original solicitation and specifies that the due date for proposals has been extended to 11:00 AM EDT on May 7, 2025. Additionally, it notes that the document does not require a contractor signature, detailing the various sections related to amendments and modifications, including purpose, effective dates, and accounting data. The core objective of the amendment is to update the technical specifications and ensure compliance with established procurement protocols. By formalizing these changes, the U.S. Coast Guard aims to provide clarity and facilitate an orderly and competitive bidding process.
    The document is an amendment to solicitation number 70Z04425RC2PL2550 issued by the U.S. Coast Guard for a procurement. It serves the primary purpose of officially reopening the solicitation and extending the proposal submission deadline to 11:00 AM EDT on May 14, 2025. The amendment provides specific instructions for acknowledging receipt, which can be done through various methods such as completing job-related items or sending a separate letter referencing the solicitation and amendment numbers. It clarifies that failure to acknowledge receipt promptly may lead to rejection of the offer. Additionally, if a proposer wishes to modify a prior submission due to this amendment, they must do so in writing. The document also includes standard form guidelines clarifying administrative changes, modification processes, and contractor obligations. Overall, this amendment facilitates the continued engagement of contractors in the bidding process for government contracts, reinforcing adherence to procedural compliance in federal procurements.
    This government document serves as an amendment to solicitation number 70Z04425RC2PL2550, issued by the U.S. Coast Guard. The primary purpose of this amendment is to reopen the solicitation with revised technical specifications and extend the proposal due date to 11:00 AM EDT on July 10, 2025. Vendors are required to acknowledge receipt of this amendment prior to the specified deadline through designated methods, including returning completed forms or sending an acknowledgment via letter or electronic communication. The amendment indicates that previous terms and conditions remain in effect unless explicitly changed herein. This process is crucial for maintaining compliance and ensuring that all potential contractors are updated on necessary changes to the solicitation timeline and requirements, thereby supporting a transparent procurement process. The amendment underscores the importance of timely communication in government contracting.
    This document serves as an amendment to a federal solicitation, outlining the necessary procedures for acknowledging receipt of the amendment. Offers must be submitted with an acknowledgment by a specified deadline, otherwise they may be rejected. The amendment is part of ongoing modifications to the contract and includes updates to documents conforming to previous amendments, specifically Amendment 0004's Technical Specifications. The updated documents include a revised Pricing Schedule and a Technical Compliance Crosswalk. Overall, while terms of the solicitation remain unchanged, the amendment ensures that all submissions align with the latest specifications. The U.S. Coast Guard's C5I Contracting & Procurement division administers this process from its Portsmouth, VA location.
    Similar Opportunities
    Time Charter Lease for Transportation and Logistics Support in Support of United States Coast Guard (USCG)
    Homeland Security, Department Of
    The Department of Homeland Security, specifically the United States Coast Guard (USCG), is soliciting proposals for a Multiple-Award Indefinite Delivery, Indefinite Quantity (MA IDIQ) contract to provide command, control, and logistics support services for USCG missions. The contract will require the provision of U.S.-built vessels capable of operating in various regions, including the Caribbean Basin and Polar Regions, with specific operational capabilities such as a 2,000 nautical mile range, 30 days of endurance, and the ability to accommodate 12 Coast Guard personnel. This procurement is crucial for ensuring effective maritime operations and logistics support, with a cumulative ceiling of $99 million over a five-year period, starting from April 1, 2026, to March 31, 2031. Interested vendors can reach out to primary contact Justin Geisendaffer at justin.m.geisendaffer@uscg.mil or secondary contact Sara Andrukonis at sara.k.andrukonis@uscg.mil for further details.
    Time Charter Lease for Transportation and Logistics Support in Support of United States Coast Guard (USCG)
    Homeland Security, Department Of
    The Department of Homeland Security, specifically the United States Coast Guard (USCG), is seeking proposals for a Time Charter Lease to provide transportation and logistics support services. The primary objective of this procurement is to enhance USCG operations by facilitating at-sea replenishment and related logistical support, which includes food, fuel, potable water, and personnel management. This contract is crucial for maintaining operational readiness in the Caribbean Basin and Gulf of America, with a performance period consisting of a 6-month base and a 6-month option. Interested contractors should contact Justin Geisendaffer or Sara Andrukonis for further details, with a total estimated contract value of $3.6 million for both periods combined.
    FTG267 R and C 80KVA UPS Replacement
    Dept Of Defense
    The Department of Defense, specifically the Department of the Army, is soliciting proposals for the replacement of two 80 KVA Uninterruptable Power Systems (UPSs) with two distributed redundant 75 KVA UPSs at the Readiness and Control building on the Missile Defense Complex located at Fort Greely, Alaska. This project is critical for ensuring reliable power supply and operational readiness within the facility. The solicitation is set aside for small businesses, and interested parties must acknowledge receipt of the amendment to the original solicitation to ensure their proposals are considered. For further details, including the solicitation and amendments, interested vendors should contact Brittney Morrison at brittney.morrison@usace.army.mil or Michelle Nelsen at michelle.nelsen@usace.army.mil, with the proposal due date remaining unchanged as per the latest amendment issued on December 12, 2025.
    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.
    DRAFT Combined Synopsis/Solicitation: Next Generation Surface Search Radar (NXSSR)
    Homeland Security, Department Of
    The Department of Homeland Security, specifically the U.S. Coast Guard (USCG), is seeking qualified contractors to provide a Next Generation Surface Search Radar (NXSSR) system to replace outdated radar systems currently in use across 13 cutter platforms and 113 Vessel Traffic Service (VTS) remote sites. The procurement aims to enhance collision avoidance, navigation, and situational awareness in the maritime environment by implementing a scalable, IMO-certified Shipborne Surveillance Radar system that integrates with existing navigation systems and complies with various national and international standards. This initiative is critical for modernizing the Coast Guard's capabilities to address emerging maritime threats and challenges. Interested parties should submit their responses, including comments on the draft documents, to Amanda R. Barraclough at Amanda.R.Barraclough2@uscg.mil or Christina M. Grimstead at christina.m.grimstead@uscg.mil, with a minimum contract guarantee of $10,000 and a maximum ceiling of $49,000,000 over a ten-year period. Questions regarding the solicitation are due by December 15, 2025.
    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.
    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.
    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.
    USCGC GEORGE COBB DS FY 26
    Homeland Security, Department Of
    The Department of Homeland Security, through the U.S. Coast Guard, is seeking proposals from qualified contractors for dockside repair services for the USCGC GEORGE COBB (WLM 564) as part of the FY 2026 maintenance schedule. This procurement, identified by RFQ70Z08526QIBCT0011, requires a Firm Fixed Price Definitive Contract and emphasizes the importance of technical capability and past performance over price in the evaluation process. The scope of work includes various repair and maintenance tasks, such as fire prevention, inspection of hydraulic systems, and cleaning of exhaust piping, all critical for maintaining the operational readiness of the vessel. Interested parties must submit their proposals via email by January 9, 2026, with an anticipated award date of February 17, 2026. For further inquiries, contact Ou Saephanh at Ou.T.Saephanh@uscg.mil or Sandra Martinez at Sandra.A.Martinez@uscg.mil.
    BATTERY, STORAGE
    Homeland Security, Department Of
    The Department of Homeland Security, specifically the U.S. Coast Guard, is seeking quotations for the procurement of 100 units of the Concorde Battery Corp. Battery, Storage (P/N GPL-8DL), under a total small business set-aside contract. This procurement is critical as the batteries are essential components for the Coast Guard's 47 MLB vessels, and the specific brand is required due to the proprietary nature of the technical data, which is not available from other sources. Interested vendors must submit their quotes by December 22, 2025, at 12:00 PM EST, and should direct inquiries to Brandie R. Dunnigan at brandie.r.dunnigan@uscg.mil or call 571-607-2369.