Overhaul of Yaw Trim Servo
ID: 70Z03824QJ0000392Type: Combined Synopsis/Solicitation
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

MISCELLANEOUS AIRCRAFT ACCESSORIES AND COMPONENTS (1680)
Timeline
    Description

    The Department of Homeland Security, specifically the U.S. Coast Guard, is seeking qualified contractors for the overhaul of Yaw Trim Servos utilized in the MH-60T aircraft under solicitation number 70Z03824QJ0000392. The procurement involves a sole-source contract anticipated to be awarded to Kearfott Corporation, the Original Equipment Manufacturer (OEM), for the maintenance and evaluation of these critical components, ensuring they meet airworthiness standards and are returned to a Ready For Issue (RFI) condition. This contract is vital for maintaining the operational readiness of U.S. Coast Guard aircraft, which play a crucial role in missions such as search and rescue and environmental protection. Interested parties must submit their quotations by October 16, 2024, with an anticipated award date around November 6, 2024; for inquiries, contact Trenton Twiford at trenton.c.twiford@uscg.mil.

    Point(s) of Contact
    Files
    Title
    Posted
    The document outlines the details for a government solicitation, specifically for the overhaul of Yaw Trim Servos under solicitation number 70Z03824QJ0000392. It includes a schedule for base and four optional contract periods, indicating tasks such as overhauls and evaluations of serov systems. The contract's effective date and period of performance are yet to be determined. It outlines requirements for estimating quantities and prices, instructing bidders to fill in specific sections while the totals automatically calculate. The terms highlight that the government's failure to deliver expected quantities won't entitle contractors to any price adjustments. Additionally, the document emphasizes the need for bidders to disclose any additional charges and discounts and provides contact information for any queries. Overall, this RFP aims to source contractors capable of performing necessary maintenance and evaluation tasks on Yaw Trim Servos while adhering to established guidelines and procedures.
    The Statement of Work (SOW) outlines the requirements for the overhaul of Yaw Trim Servos utilized in the MH-60T aircraft by the U.S. Coast Guard. The contractor will receive 20 components and is responsible for testing, evaluation, and necessary repairs to return these components to a Ready For Issue (RFI) condition, adhering to Original Equipment Manufacturer (OEM) specifications. Components deemed Beyond Economical Repair (BER) must be documented, and the contractor is to follow specific protocols for inspection, corrosion treatment, and replacement of defective parts. Compliance with necessary quality management systems and certification standards (ISO 9001-2000) is required. The contractor must also maintain comprehensive documentation, including failure reports and maintenance records, which will be tracked within the Coast Guard's Asset Computerized Maintenance System (ACMS). Delivery timelines are specified, with test evaluation due within 15 days of component receipt and complete overhaul within 120 days. The SOW emphasizes the critical nature of maintaining airworthiness and accountability in handling government property, reflecting the stringent standards demanded in government contracts.
    This document outlines the terms and conditions for solicitation 70Z03824QJ0000392 related to commercial products and services for the federal government, specifically involving a contract expected to be awarded on a sole-source basis to Kearfott Corporation. Offerors must submit quotes in an Excel format, maintaining firm pricing for 120 days. Evaluation criteria focus on technical acceptability, past performance, and price, where technical acceptability assesses the offeror's compliance with the Statement of Work (SOW), including the provision of necessary certifications. The process includes strict requirements for transparency and documentation to establish traceability to original manufacturers. The contract mandates quality assurance measures, including notification of non-conformities and access for government inspections. Important points include delivery terms (F.O.B. Destination), certifications regarding business status (e.g., small business, veteran-owned), and compliance with multiple federal regulations, notably concerning telecommunications and child labor. The document serves as a comprehensive guide for prospective contractors to navigate the bidding process while ensuring adherence to legal and document submission standards essential for federal contracts.
    The document outlines a Justification for Other Than Full and Open Competition for a procurement involving the U.S. Coast Guard (USCG) and Kearfott, the Original Equipment Manufacturer (OEM), which is the sole provider for specific component overhaul and repair services. It concludes that competitive bidding is unfeasible due to the proprietary nature of the technical data owned exclusively by Kearfott. The absence of alternative vendors limits the ability to seek competitive offers, as these services are critical for USCG missions including search and rescue and environmental protection. The Buying American statute will remain applicable in this case, despite there being no nonavailability exceptions. Market research conducted from 2023 to 2024 revealed no other potential sources willing or able to fulfill the requirement. The procurement process has been communicated through various announcements, but no responses have been received, confirming that Kearfott remains the only option. The document emphasizes ongoing efforts to promote competition and signals that the USCG will continue to seek potential sources for future procurements as they emerge.
    Lifecycle
    Title
    Type
    Combined Synopsis/Solicitation
    Similar Opportunities
    Various Items
    Active
    Homeland Security, Department Of
    The Department of Homeland Security, specifically the United States Coast Guard (USCG) Aviation Logistics Center, is seeking to procure various specialized items from Sikorsky Aircraft Corporation under a sole source Basic Ordering Agreement. The procurement includes essential components for the MH-60T aircraft, such as seals, panels, and yaw control boosters, with specific quantities and required delivery dates ranging from August 2024 to November 2025. This acquisition is critical for maintaining the operational integrity and reliability of USCG aviation logistics, as the items are uniquely available from the OEM due to proprietary technical data. Interested parties may submit quotations to Alisha Colson at Alisha.M.Colson@uscg.mil and mrr-procurement@uscg.mil by September 23, 2024, at 2:00 PM EDT for consideration.
    Repair and Overhaul Rescue Hoist Assembly
    Active
    Homeland Security, Department Of
    The Department of Homeland Security, specifically the U.S. Coast Guard's Aviation Logistics Center, is seeking proposals for the repair and overhaul of the Rescue Hoist Assembly under solicitation number 70Z03824RJ0000006. The contract will be awarded on a sole source basis to the Original Equipment Manufacturer, Goodrich Corporation, and will encompass a one-year base period with four optional one-year extensions, totaling a maximum of five years. This procurement is critical for maintaining the operational readiness and safety of U.S. Coast Guard aircraft, ensuring that all repairs meet stringent FAA guidelines and quality assurance standards. Interested parties must submit their proposals by December 3, 2024, at 2:00 PM Eastern Time, and can direct inquiries to Nicholas Woolard or Cariss Perry via the provided email addresses.
    Repair of High-Speed Shaft Assembly
    Active
    Homeland Security, Department Of
    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 involves a sole-source contract with Sikorsky Aircraft Corporation, focusing on restoring components to serviceable condition in accordance with OEM specifications, while adhering to rigorous quality management standards and documentation requirements. This contract is critical for maintaining operational efficiency and safety for the U.S. Coast Guard's aviation capabilities. Interested contractors must submit their quotations by December 20, 2024, at 2:00 PM EST, with the anticipated award date set for January 10, 2025. For inquiries, contact Amy Whitehurst at Amy.E.Whitehurst2@uscg.mil.
    Various Items
    Active
    Homeland Security, Department Of
    The Department of Homeland Security, specifically the United States Coast Guard (USCG) Aviation Logistics Center, is seeking to procure various items necessary for the maintenance of the MH-60T helicopter. This procurement will be conducted as a sole-source acquisition from Sikorsky Aircraft Corporation, the Original Equipment Manufacturer (OEM), due to the specialized nature of the components, which include spacers, straps, and levers that adhere to critical operational standards. The items are essential for maintaining the operational readiness of USCG helicopters, and delivery is requested within 90 days after receipt of order, with early shipments encouraged. Interested vendors may submit quotations to Ashley Winslow at ashley.r.winslow@uscg.mil and the MRR Procurement Mailbox at mrr-procurement@uscg.mil by September 20, 2024, at 2:00 PM EDT, referencing solicitation number 70Z03824QJ0000370.
    Repair of Tail Rotor Drive Shafts
    Active
    Homeland Security, Department Of
    The Department of Homeland Security, specifically the United States Coast Guard (USCG), is seeking a qualified contractor for the repair of Tail Rotor Drive Shafts (TRDS) for the MH-65 aircraft, with the intention to award a sole-source contract to Western Aerospace Inc. This procurement involves comprehensive repair services, including disassembly, cleaning, and reassembly of components, adhering to stringent military and occupational safety standards, and ensuring timely delivery and quality assurance. The contract, valued at approximately $3,877,611 over five years, includes a one-year base period and four option years, with a closing date for proposals set for July 30, 2024, at 2:30 PM EST. Interested parties can direct inquiries to Gabrielle Berry at Gabrielle.M.Berry2@uscg.mil.
    FSR Support Services and Repair/Overhaul of R391 Propellers
    Active
    Homeland Security, Department Of
    The Department of Homeland Security's U.S. Coast Guard is seeking proposals for FSR support services and the repair and overhaul of R391 propellers, specifically for the HC-27J and HC-130J aircraft. The procurement aims to ensure operational continuity and safety by contracting GE Aviation Systems LLC, the sole source authorized to provide these critical services due to proprietary data restrictions and the nature of the components involved. The total estimated value of the contract is approximately $29.3 million, structured as an Indefinite Delivery Requirements contract with a one-year base period and four one-year option periods, lasting up to five years. Interested parties must submit proposals by September 18, 2024, with all inquiries directed to Dane W. Hobbs at Dane.W.Hobbs@uscg.mil by September 1, 2024.
    Purchase of Various Items
    Active
    Homeland Security, Department Of
    Sources Sought notice from the DEPARTMENT OF HOMELAND SECURITY's US COAST GUARD seeks information on the availability of various aircraft parts for the MH60T Aircraft. The procurement targets items listed in "Attachment 1 – List of Items"主要用于维修 and maintenance of the USCG's MH60T aircraft. The Coast Guard is conducting market research to identify potential sources, including large or small businesses, their NAICS code, and specific business classifications such as small, emergent, disadvantaged, Hub Zone, Woman-Owned, or Service-Disabled Veteran-Owned. Respondents should also indicate if their products are on a GSA schedule or have been used by other government agencies. The closing date for responses is 25 April 2024 at 2:00pm EDT, and interested parties must email MRR-PROCUREMENT@uscg.mil with the subject line "70Z03824IJ0000032".
    Repair of ICS Control Audio Panel, Interface Control Unit, and Low Profile Control Audio Panel
    Active
    Homeland Security, Department Of
    The Department of Homeland Security, through the U.S. Coast Guard, is seeking to procure repair services for critical communication components of the MH-60T and MH-65 aircraft, specifically the ICS Control Audio Panel, Interface Control Unit, and Low Profile Control Audio Panel. The procurement is intended to ensure operational safety and system integrity, with repairs to be conducted in compliance with Original Equipment Manufacturer (OEM) standards, as Telephonics Corporation is the sole source for these components. The contract will span a base year with two optional one-year extensions, totaling approximately $3.9 million, and is crucial for maintaining the operational readiness of USCG aircraft. Interested vendors must submit their quotations by October 21, 2024, at 2:00 PM Eastern Daylight Time, with inquiries directed to Steven Levie at steven.a.levie@uscg.mil.
    HC-144 & HC-27J Inverter Repair
    Active
    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.
    Coast Guard Cutter (WMSLs) Propulsion Control System Upgrades
    Active
    Homeland Security, Department Of
    The Department of Homeland Security, specifically the U.S. Coast Guard, is seeking qualified contractors to provide services and materials for propulsion control system upgrades on the 418’ Maritime Security Cutter-Large (WMSL) Class vessels, specifically hulls 750 through 758, as well as the Training Center Yorktown platform. The project aims to align the propulsion systems, including hardware and software components, with the configurations of the latest cutter, hull 759, ensuring operational efficiency and compliance with safety and environmental standards. This procurement is critical for maintaining the operational readiness of the Coast Guard's fleet and will be conducted on a sole-source basis with Rolls Royce Solutions America Inc., with a performance period anticipated to begin with a solicitation around December 2024 and contract award in early April 2025. Interested parties should submit their capabilities and relevant documentation to the primary contacts, Jaime Diaz and Andrew G. Jacobs, by September 26, 2024.