Repair of Modulating Valves
ID: 70Z03825QJ0000021Type: 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)

Set Aside

Total Small Business Set-Aside (FAR 19.5) (SBA)
Timeline
  1. 1
    Posted Jan 8, 2025, 12:00 AM UTC
  2. 2
    Updated Feb 19, 2025, 12:00 AM UTC
  3. 3
    Due Feb 25, 2025, 7:00 PM UTC
Description

The Department of Homeland Security, specifically the U.S. Coast Guard's Aviation Logistics Center, is seeking a contractor for the repair of modulating valves used in MH-60T aircraft through a multi-year federal contract. The contractor will be responsible for assessing and repairing a total of 175 corroded valves, ensuring compliance with Original Equipment Manufacturer (OEM) specifications and FAA guidelines, while also documenting the repair process and results. This procurement is critical for maintaining the operational readiness and safety of U.S. Coast Guard missions, with a focus on efficiency and accountability in managing the repair of essential aircraft components. Interested parties should contact Steven Levie at steven.a.levie@uscg.mil or 206-815-2059 for further details, as this opportunity is set aside for small businesses under the SBA guidelines.

Files
Title
Posted
The document details the Federal Acquisition Regulation (FAR) and Homeland Security Acquisition Regulation (HSAR) clauses relevant to a government solicitation for commercial products and services. It outlines specific provisions the offeror must acknowledge, including a 120-day price hold, and the completion of representations regarding telecommunications equipment and services. Key provisions address compliance with national defense regulations prohibiting covered telecommunications equipment and services, alongside instructions for quoting and submission requirements. Evaluations will be based on three main factors: Technical Acceptability, Past Performance, and Price, with an emphasis on meeting the Statement of Work (SOW) requirements. The lowest price that is technically acceptable will be awarded the contract, providing a thorough avenue for prospective contractors regarding past performance assessment, evaluation ratings, and necessary representations in relation to federal compliance standards. The document serves as a comprehensive guideline for bidders, ensuring adherence to federal regulations and ensuring safety and eligibility in contracting processes.
Feb 19, 2025, 2:08 PM UTC
The document outlines a government Request for Proposal (RFP) related to the repair of modulating valves over a multi-year contract. The schedule includes tasks for each performance year, starting from a base year and extending through four optional years. Each year consists of three key items: valve repairs, testing and evaluation for the "no fault found" scenario, and scrapping valves deemed beyond economic repair. The estimated quantities increase progressively from the base year through option year four, starting from 25 units and culminating in 45 units for repairs. All prices listed are set at $0.00, emphasizing that the contractor's compensation may not increase due to the government's inability to meet estimated quantities. This structure indicates a focus on efficiency and accountability in managing the repair and evaluation of critical equipment, while also establishing clear expectations for the contractor regarding payment adjustments. The document is part of a broader context in government procurement, ensuring a transparent process in fulfilling the government’s operational needs over time.
Feb 19, 2025, 2:08 PM UTC
The document discusses the solicitation related to Modulating Valve Repairs under federal procurement, specifically regarding communication with Honeywell International, Inc. (OEM). Honeywell confirmed they own the proprietary rights to the valve specifications, expressing reluctance to engage in service due to low quantities expected from the U.S. Coast Guard (USCG) compared to Department of Defense (DoD) contracts. While Honeywell indicated a potential for a Long-Term Contract (LTC) pricing schedule based on anticipated quantities, they have historically avoided Indefinite Delivery Indefinite Quantity (IDIQ) contracts. The file also mentions previous companies engaged for repairs, including All Clear Aerospace & Defense, Inc. and Sherwood Avionics & Accessories, Inc. This document is pivotal in understanding the current challenges and considerations in maintenance procurement within the context of government contracts.
Feb 19, 2025, 2:08 PM UTC
The United States Coast Guard (USCG) Aviation Logistics Center requires a contractor to repair corroded modulating valves used in MH-60T aircraft. The contractor must assess the condition of 175 valves, addressing corrosion in compliance with OEM specifications and FAA guidelines. If any valves are deemed Beyond Economical Repair (BER), the contractor will consult with the USCG for further instructions. Repairs must restore the valves to airworthy condition, including providing detailed documentation of the repair process and results. The contractor must maintain all necessary certifications and follow strict quality assurance protocols. The delivery schedule is flexible with an emphasis on early completion. Inspection and acceptance will occur upon delivery, ensuring compliance with applicable safety standards and quality expectations. Overall, this Statement of Work lays out the procedures and obligations related to the repair of aircraft components to ensure operational readiness and safety for USCG missions.
The document outlines the provisions, clauses, and terms applicable to a federal solicitation (70Z03825QJ0000021) for commercial products and services under the FAR and HSAR regulations. Acceptance of the order implies compliance with all stipulated terms. Key provisions include offeror instructions, required certifications regarding telecommunications equipment, and a detailed evaluation framework for quotes based on technical acceptability, past performance, and pricing (Lowest Price Technically Acceptable approach). Offerors must submit quotes using a specified Excel attachment and disclose any relationships with excluded parties under federal regulations. Additional clauses address responsibilities regarding federal tax liabilities, potential felony convictions, and compliance with labor laws. The document emphasizes the government’s commitment to transparency and accountability in procurement processes, ensconcing requirements to disclose covered telecommunications equipment to ensure national security. It mandates that contracts only proceed with entities that adhere to statutory prohibitions against fraudulent or detrimental practices. Overall, this document serves as a comprehensive guideline for prospective contractors seeking to fulfill government procurement needs responsibly and transparently.
Feb 19, 2025, 2:08 PM UTC
Feb 19, 2025, 2:08 PM UTC
Feb 19, 2025, 2:08 PM UTC
Feb 19, 2025, 2:08 PM UTC
Feb 19, 2025, 2:08 PM UTC
Feb 19, 2025, 2:08 PM UTC
Lifecycle
Title
Type
Combined Synopsis/Solicitation
Similar Opportunities
VALVE, MOTOR ACTUATED
Buyer not available
The Department of Homeland Security, specifically the U.S. Coast Guard, is seeking quotes for the procurement of 12 motor actuated valves (NSN: 4810 01-562-8451) from Flowserve Corporation. The valves are critical components for various valve locations on U.S. Coast Guard vessels, and the procurement aims to ensure operational readiness through the acquisition of high-quality equipment. Vendors must comply with strict packaging and inspection requirements, including 100% quality assurance prior to shipping, and must have an active registration in SAM.gov. Quotes are due by May 6, 2025, with a required delivery date of October 7, 2025. Interested parties can contact Gina Baran at gina.m.baran@uscg.mil for further inquiries.
MH-65 Repair
Buyer not available
The Department of Homeland Security, specifically the U.S. Coast Guard, is seeking quotations for the repair of hover landing lights as part of a combined synopsis/solicitation under solicitation number 70Z03825QB0000077. The procurement involves the repair and evaluation of three units of the hover landing light (NSN: 6210-01-HS3-0341, Part Number: 113PE01BABY00), with a focus on ensuring compliance with federal acquisition regulations and the provision of OEM parts and technical expertise. This opportunity is critical for maintaining the operational readiness of U.S. Coast Guard aircraft, emphasizing the importance of quality repairs and adherence to labor standards. Interested contractors must submit their quotes by April 28, 2025, at 9:00 AM EDT, and can direct inquiries to Selmary Melendez at Selmary.MelendezGonzalez3@uscg.mil.
Valves
Buyer not available
The Department of Homeland Security, specifically the U.S. Coast Guard's Surface Forces Logistics Center, is seeking quotes for the procurement of various types of valves under solicitation number 70Z04025Q60233Y00. The requirement includes five specific valve types, with detailed specifications and quantities, all of which must be delivered to Baltimore, Maryland, by July 15, 2025, without substitutions. These valves are critical components for Coast Guard operations, ensuring the functionality and reliability of their systems. Interested vendors should submit their quotes, including pricing and delivery timelines, to SK2 Tyrone Johnson at TYRONE.W.JOHNSON@USCG.MIL by the specified deadline, adhering to all applicable Federal Acquisition Regulations and packaging requirements.
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.
VALVE ASSY, DIRECTIONAL CONT
Buyer not available
The U.S. Coast Guard is seeking quotes for a firm-fixed-price contract to procure five directional control valve assemblies. These valves, manufactured by Appleton Marine Inc., are required for SB230-42 cranes and must adhere to specific packaging standards. The Coast Guard emphasizes that only authorized distributors of Appleton Marine Inc. will be considered, and these distributors must include a letter confirming their status within their quotes. The successful vendor will be responsible for delivering the valve assemblies by the deadline of September 15, 2024, packaged according to military standards and labeled as specified. The cost of shipping to a designated location in Maryland must be included in the quoted price. The government reserves the right to reject substitutions without approval and mandates strict compliance with packaging and marking requirements. Prospective vendors must register in the System for Award Management (SAM) and submit their quotes by the deadline, including the requested information outlined in the solicitation. The award will be based on factors such as price, delivery capabilities, and compliance with the rigorous packaging and labeling requirements. This opportunity is a Total Small Business Set-Aside, and the government encourages all responsible small businesses to submit quotes. The contact details for the procurement point of contact are provided in the solicitation document for any clarifications or further information required. The associated files emphasize the regulatory framework surrounding the procurement, outlining numerous clauses that will be integrated into the contract. This includes adherence to labor laws, anti-discrimination policies, and national security protocols. Additionally, the files highlight the government's right to inspect and test the supplies, ensuring compliance with the stringent requirements for merchantable products. Potential vendors should carefully review the solicitation document and ensure they can comply with the detailed packaging and delivery specifications. The focus on compliance and accountability suggests a thorough evaluation process, with the government prioritizing thoroughness and precision in the awarding of the contract.
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.
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.
VALVE, SOLENOID
Buyer not available
The Department of Homeland Security, specifically the U.S. Coast Guard, is seeking quotes for the procurement of three solenoid valves under solicitation number 70Z08524Q40225B00. The requirement includes strict adherence to federal guidelines for packaging, shipping, and invoicing, with delivery expected by October 24, 2024, and quotes due by September 11, 2024. These solenoid valves are critical components used in various applications, emphasizing the importance of regulatory compliance in federal procurement practices. Interested vendors must ensure they are registered in SAM.gov and can contact Stephanie Garity at stephanie.a.garity@uscg.mil or Daniel J. Nieves at daniel.j.nieves@uscg.mil for further information.
Repair Beam Axle Assembly
Buyer not available
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 operational readiness and safety within the Coast Guard's aviation operations. Interested contractors must submit their quotations by April 28, 2025, with the anticipated award date around April 30, 2025. For inquiries, contact Julie Lininger at julie.g.lininger@uscg.mil or the MRR Procurement Mailbox at mrr-procurement@uscg.mil.
Repair Satcum SDU
Buyer not available
The Department of Homeland Security, specifically the U.S. Coast Guard, is seeking a contractor to repair the SATCOM SDU for the HC-144 aircraft under solicitation number 70Z03825QW0000057. The procurement requires compliance with Original Equipment Manufacturer (OEM) specifications and FAA certification for the repair services, emphasizing the need for technical expertise and capability in handling Coast Guard aircraft components. This repair is critical for maintaining the operational readiness of the HC-144 aircraft, which plays a vital role in Coast Guard missions. Interested vendors must submit their qualifications by March 28, 2025, and can contact Debra Heath at debra.w.heath@uscg.mil for further information.