Procurement of Propeller Assemblies, Spare Parts and Components
ID: 70Z03826QL0000013Type: Sources Sought
Overview

Buyer

HOMELAND SECURITY, DEPARTMENT OFUS COAST GUARDAVIATION LOGISTICS CENTER (ALC)(00038)Elizabeth City, NC, 27909, USA

NAICS

Other Aircraft Parts and Auxiliary Equipment Manufacturing (336413)

PSC

CENTRIFUGALS, SEPARATORS, AND PRESSURE AND VACUUM FILTERS (4330)
Timeline
    Description

    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.

    Point(s) of Contact
    Files
    Title
    Posted
    The document, identified as Attachment 1 Full Schedule 70Z038826QL0000013, outlines a comprehensive procurement schedule for various aircraft components and related hardware across a base year and four option years. Each year lists identical items and quantities, indicating a recurring need for these parts. The schedule includes a wide range of parts such as valves, blade heaters, propeller blades, actuators, nuts, films, O-rings, seals, shims, bearings, washers, sensors, switches, bolts, brackets, rings, sleeves, and water collectors. Although unit prices and total costs are listed as zero, the consistent repetition of items and quantities across all years suggests a long-term contract for the supply of these specific components. This document is likely a component of a larger Request for Proposal (RFP) or contract, detailing the scope of work and expected deliverables over a multi-year period.
    This government solicitation (70Z03825RL0000005) outlines the terms and conditions for federal acquisitions, emphasizing compliance with Federal Acquisition Regulation (FAR) and Homeland Security Acquisition Regulation (HSAR) clauses. Key provisions incorporated by reference include those related to the System for Award Management (SAM), Commercial and Government Entity Code Reporting, and Evaluation of Options. Offerors must complete specific FAR provisions concerning telecommunications and video surveillance services (52.204-24, 52.204-26) and responsibility matters (52.209-7). A critical component is the prohibition against using covered telecommunications equipment or services from certain entities, with detailed disclosure requirements if such equipment/services are provided or used. The solicitation also addresses offeror representations regarding small business status, veteran ownership, disadvantaged business status, women-owned businesses, HUBZone concerns, affirmative action compliance, payments to influence federal transactions, Buy American Act certifications, trade agreements, responsibility matters (debarment, convictions, delinquent taxes), child labor, place of manufacture, service contract labor standards, taxpayer identification, restricted business operations in Sudan, inverted domestic corporations, Iran-related activities, ownership/control, greenhouse gas emissions, and whistleblower protections. Offers will be evaluated based on the lowest evaluated price for technically acceptable proposals, which must include company information and fully quoted line items.
    Lifecycle
    Title
    Type
    Similar Opportunities
    Procurement of Various Gearboxes
    Buyer not available
    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.
    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.
    Controllable Pitch Propeller Blade Set and Monoblock Propeller Overhauls
    Buyer not available
    The Department of Homeland Security, specifically the U.S. Coast Guard, is seeking qualified vendors for the overhaul of Controllable Pitch Propeller (CPP) blade sets and monoblock propellers as part of a firm-fixed price, indefinite delivery requirements contract. The procurement aims to ensure the operational readiness and safety of various Coast Guard vessels by providing essential maintenance and refurbishment of critical propulsion components. This opportunity is significant for maintaining the fleet's performance and reliability, with a total minimum guarantee of $15,000 per awardee and a not-to-exceed contract ceiling to be determined. Interested parties must submit their proposals by December 5, 2025, at 12:00 PM EST, and can direct inquiries to Alissa Gavalian at alissa.gavalian@uscg.mil or Kaity George at Kaity.George@uscg.mil.
    ADAPTER, PROP BALANCER
    Buyer not available
    The Department of Homeland Security, specifically the U.S. Coast Guard's Aviation Logistics Center, is seeking to procure an "ADAPTER, PROP BALANCER" from GE Aviation Systems LLC, the Original Equipment Manufacturer. This procurement is a sole-source acquisition under the Defense Logistics Agency’s Basic Ordering Agreement, with a focus on obtaining a specific item identified by NSN 4920-01-503-3363 and Part Number 7A071, which is critical for aircraft maintenance and repair operations. Interested vendors are encouraged to submit quotations by the extended deadline of January 8, 2026, with early delivery options welcomed, and should direct their inquiries to Stacey M. Riggs at Stacey.M.Riggs@uscg.mil or William T. Swinson at William.T.SwinsonII@uscg.mil.
    Mount Assy
    Buyer not available
    The Department of Homeland Security, specifically the U.S. Coast Guard's Aviation Logistics Center, is seeking to procure items from Sikorsky Aircraft Corporation under a sole source Basic Ordering Agreement. The procurement involves airframe structural components classified under NAICS code 336413, with a focus on ensuring timely delivery of these critical parts, requested within 174 days after order receipt. This opportunity is significant for maintaining the operational readiness of Coast Guard aviation assets, and interested parties may submit quotations to the designated contacts by December 15, 2025, at 2:00 PM EST, for consideration. For further inquiries, contact Cindy Harmes at Cindy.K.Harmes@uscg.mil or the MRR Procurement Mailbox at mrr-procurement@uscg.mil.
    Assembly, Beam
    Buyer not available
    The Department of Homeland Security, specifically the U.S. Coast Guard's Aviation Logistics Center, is seeking to procure an Assembly, Beam, under a sole source contract with Sikorsky Aircraft Corporation. The procurement involves a quantity of 10 units, with a requested delivery date of February 1, 2026, and early shipments are encouraged at no additional cost to the government. This assembly is critical for the operational capabilities of the Coast Guard's aviation assets, and the procurement process is set to conclude with a response deadline of December 15, 2025, at 2:00 PM EST. Interested parties may submit quotations to the designated contacts, Adam Finnell and the MRR Procurement Mailbox, for consideration.
    SPE4A726R0262,1610016636530,HUB,PROPELLER,AIRCR,1009110-2
    Buyer not available
    The Department of Defense, through the Defense Logistics Agency (DLA Aviation), is seeking proposals for the procurement of 308 aircraft propellers, specifically identified by NSN: 1610016636530 and Part Number: 1009110-2. This procurement is classified as a sole source acquisition, with Hamilton Sunstrand Corporation being the only approved source, and requires interested manufacturers to submit a complete source approval package if they are not the approved source. The contract will be a firm fixed-price agreement, with delivery expected within 292 days after receipt of order to DLA Distribution in New Cumberland, PA. The solicitation is set to be issued on December 22, 2025, with proposals due by January 21, 2026; interested parties can contact Renee Wassum at Renee.Wassum@dla.mil for further information.
    MARITIME SECURITY CUTTER LARGE (WMSL) 418' PROPULSION (SSN: 70Z08525WMSLSHAFT Amended)
    Buyer not available
    The Department of Homeland Security, specifically the U.S. Coast Guard, is soliciting proposals for the refurbishment of propulsion shafts used on the 418' Maritime Security Cutter Large (WMSL). The procurement involves a sole-source requirement for the Original Equipment Manufacturer, Rolls-Royce Marine North America, and encompasses inspection, overhaul, testing, preservation, packaging, and marking of Tail, Stern Tube, and Line Propulsion Shafts. This contract is critical for maintaining the operational readiness of the WMSL cutters, which are essential for maritime security operations. Proposals are due by December 7, 2025, at 12:00 PM (EST), and interested parties should direct inquiries to William Zittle or Kiya Plummer-Dantzler via the provided contact information.
    Controller W, AIRPR
    Buyer not available
    The Department of Homeland Security, specifically the U.S. Coast Guard's Aviation Logistics Center, is seeking quotations for the procurement of eight (8) Controller W, AIRPR units, identified by part number 773040-2 and national stock number 1660-01-164-4292. This procurement is a combined synopsis/solicitation under solicitation number 70Z03826QJ0000020, which requires that all items have traceability to the Original Equipment Manufacturer (OEM), Hamilton Sundstrand Corporation, ensuring compliance with federal regulations. The anticipated award will be made on a sole-source basis, with a firm-fixed price purchase order expected to be issued around January 5, 2026. Interested vendors must submit their quotations by December 30, 2025, at 2:00 PM EST, and can direct inquiries to Julie Lininger at julie.g.lininger@uscg.mil or the MRR Procurement Mailbox at mrr-procurement@uscg.mil.
    Purchase of Automatic Flight Control System (AFCS) Control Panel
    Buyer not available
    The Department of Homeland Security, through the United States Coast Guard (USCG) Aviation Logistics Center, is seeking to procure Automatic Flight Control System (AFCS) Control Panels for the MH-60T aircraft. This procurement involves a sole-source contract with Sikorsky Aircraft Corporation, the Original Equipment Manufacturer (OEM) and the only approved source for these critical components, which are essential for maintaining the operational capabilities of the USCG. The estimated contract value is approximately $6,794,596, covering one base year and two option years, with funding allocated from Operations and Support funds for fiscal years 2025-2028. Interested vendors must submit their quotes by November 20, 2025, at 2:00 PM EST, to Steven Levie at steven.a.levie@uscg.mil, ensuring compliance with all specified requirements and certifications.