Purchase of Databus Cable Sets
ID: 70Z03825QE0000021Type: Combined Synopsis/Solicitation
Overview

Buyer

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

NAICS

Other Electronic Component Manufacturing (334419)

PSC

AIRCRAFT MAINTENANCE AND REPAIR SHOP SPECIALIZED EQUIPMENT (4920)
Timeline
    Description

    The Department of Homeland Security, specifically the U.S. Coast Guard's Aviation Logistics Center, is seeking quotations for the purchase of Databus Cable Sets, with the intent to award a sole-source contract to S W Interconnect, Inc. This procurement requires the supply of two units of the specified cable sets, which must be factory new and traceable to the Original Equipment Manufacturer (OEM). The items are critical for aircraft maintenance and repair, ensuring operational readiness for the Coast Guard's aviation assets. Interested vendors must submit their quotations by January 23, 2025, at 3:30 p.m. Eastern Time, with anticipated award notification on or about January 28, 2025. For inquiries, contact Stacey M. Riggs at stacey.m.riggs@uscg.mil or call 252-335-6905.

    Point(s) of Contact
    Files
    Title
    Posted
    This document outlines a federal Request for Proposal (RFP) related to the procurement of Databus Cable Sets for the government. Specifically, it indicates a requirement for two units of the DATABUS CABLE SET, with a National Stock Number (NSN) and a specific part number provided. The submission requires contractors to state their acceptance of FAR clause 52.217-6, which allows for additional orders post-award, and to indicate pricing terms applicable for future orders. The document also specifies the delivery timeframe of 125 days after receipt of order and whether the cost will be based on Free on Board (FOB) origin or destination. Contractors are advised to detail any additional charges, fees, or discounts in their quotes. Overall, this solicitation aims to facilitate the acquisition of specialized equipment while ensuring compliance with federal procurement regulations and transparency in pricing for governmental purchases. Compliance, clarity, and the ability to fulfill delivery requirements are emphasized as key components of the bidding process.
    The document serves as a combined synopsis and solicitation for a government procurement, outlining the terms and conditions applicable to a sole-source contract expected to be awarded to S W Interconnect, Inc. This acquisition will focus on new manufactured commercial items from the specified Original Equipment Manufacturer. Offerors are to quote prices, including any discounts, and their proposals will be evaluated based on technical acceptability and pricing, following the lowest priced, technically acceptable (LPTA) methodology. Additional contract requirements include compliance with various federal regulations, including clauses on representations and certifications, quality control processes, and reporting obligations. It emphasizes safeguarding covered contractor information systems, sets forth conditions for dealing with telecommunications equipment, and outlines shipping instructions and delivery expectations. Specific provisions highlight the need for contractor transparency regarding potential labor violations, tax liabilities, and business ownership structures. Overall, this document underlines the importance of maintaining compliance with federal regulations and ensuring fair competition in government contracting while facilitating the procurement of essential goods and services for the U.S. Coast Guard.
    Lifecycle
    Title
    Type
    Combined Synopsis/Solicitation
    Similar Opportunities
    ADAPTER, PROP BALANCER
    Homeland Security, Department Of
    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.
    Purchase Electronic Systems Test Set Adapters
    Homeland Security, Department Of
    The Department of Homeland Security, specifically the U.S. Coast Guard's Aviation Logistics Center, is seeking to procure two Electronic Systems Test Set Adapters from Lockheed Martin Corp. This procurement is a sole-source requirement, emphasizing the need for new items with clear traceability to the original manufacturer, Lockheed Martin, to ensure compliance with operational standards for U.S. Coast Guard aircraft. Interested vendors must submit their quotations by December 29, 2025, at 2:00 PM EST, with the anticipated award date set for January 6, 2026. For inquiries, contact Jordan Ownley at samuel.j.ownley2@uscg.mil, and include the solicitation number 70Z03826QE0000005 in the subject line.
    CONNECTOR,RECEPTACL
    Homeland Security, Department Of
    The Department of Homeland Security, specifically the U.S. Coast Guard, is seeking proposals for the procurement of 20 units of multi-pin watertight plugs, identified by NSN 5935-01-673-9884, under Request for Quote 70Z08525Q40017B00. The procurement aims to secure these connectors, which are critical for ensuring reliable electrical connections in various maritime applications, with a firm fixed price contract expected to promote competitive pricing. Proposals must be submitted by December 25, 2025, with delivery anticipated by February 20, 2025, and all interested vendors are required to register in SAM.gov and comply with military packaging standards. For further inquiries, potential bidders can contact Stephanie Garity at stephanie.a.garity@uscg.mil or Daniel J. Nieves at daniel.j.nieves@uscg.mil.
    FLEXIBLE COUPLING
    Homeland Security, Department Of
    The Department of Homeland Security, specifically the U.S. Coast Guard, is seeking quotations for the procurement of flexible couplings and drive shaft kits essential for the maintenance of 45’ RBM assets. The solicitation, identified by number 70Z04026Q50472B00, emphasizes the need for specific brand-name components due to their unique compatibility requirements, as indicated by the Justification for Other Than Full and Open Competition. The selected vendor will be responsible for delivering 50 flexible couplings and 20 drive shaft kits, with a required delivery date on or before March 8, 2026, to the Coast Guard's Surface Forces Logistics Center in Baltimore, Maryland. Interested vendors must ensure they are registered in SAM.gov and submit their quotations to Yannick Kassi by September 5, 2025, to be considered for this opportunity.
    Voice Flight Data Recorder
    Homeland Security, Department Of
    The Department of Homeland Security, specifically the U.S. Coast Guard (USCG) Aviation Logistics Center, is seeking quotations for the procurement of four Voice Flight Data Recorders, essential components for MH-60T aircraft maintenance. The procurement is intended to replace failed or damaged parts, with the requirement being fulfilled on a sole-source basis from GE Aviation Systems LLC due to their proprietary rights and the critical nature of the items. The contract is expected to be awarded on or about December 22, 2025, with a closing date for offers set for December 18, 2025, at 2:00 PM EST. Interested vendors should direct inquiries and quotations to Paige Kressley at Paige.E.Kressley@uscg.mil, ensuring compliance with all specified terms and conditions outlined in the solicitation documents.
    Purchase of Automatic Flight Control System (AFCS) Control Panel
    Homeland Security, Department Of
    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.
    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.
    open inspect and report HF DGL CPLR MSR4050
    Homeland Security, Department Of
    The Department of Homeland Security, specifically the U.S. Coast Guard, is seeking qualified contractors to perform the opening, inspection, reporting, and overhaul/repair of eight HF DGL CPLR MSR4050 antenna couplers, identified by stock number 5985-01-446-1866 and part number 798012-001-001. The procurement requires that the contractor restore the items to "like new" condition, ensuring individual preservation for a minimum of two years, with delivery to the Coast Guard's Surface Force Logistics Center in Baltimore, MD. This service is critical for maintaining operational readiness and reliability of communication equipment used by the Coast Guard. Interested vendors must submit their quotes by November 24, 2025, to Eric Goldstein at Eric.I.Goldstein@uscg.mil, and must be registered in the System for Award Management (SAM) prior to submission.
    WEIGHT ON WHEELS SWITCH FOR USE ON MH-65E
    Homeland Security, Department Of
    The Department of Homeland Security, specifically the U.S. Coast Guard, is seeking quotations for a "WEIGHT ON WHEELS SWITCH" (Part Number 19345-000-02, NSN 5930-14-466-8288) through a combined synopsis/solicitation. Vendors are required to provide pricing and lead time for one unit, with a requested delivery date of November 3, 2026, and must comply with stringent quality assurance requirements, including providing a Certificate of Conformance and traceability to the Original Equipment Manufacturer. This procurement is critical for maintaining the operational safety of U.S. Coast Guard aircraft, ensuring that all parts meet Federal Aviation Administration guidelines. Interested parties must submit their quotations by January 7, 2026, at 12:00 PM EST, and direct any inquiries to Alex-Marie Midgett at Alex-Marie.B.Midgett@uscg.mil.
    Repair EGI 764+429+JAIC
    Homeland Security, Department Of
    The Department of Homeland Security, specifically the U.S. Coast Guard's Aviation Logistics Center, is soliciting quotations for the repair of six EGI 764+429+JAIC components, critical for the MH-60T aircraft. The procurement requires that all repairs be conducted by Honeywell International or an authorized repair facility, ensuring compliance with airworthiness standards and the provision of necessary certifications. This opportunity is vital for maintaining operational readiness and reliability of the Coast Guard's aviation assets. Interested vendors must submit their quotations by December 19, 2025, at 2:00 p.m. Eastern Time, with anticipated award notification on or about December 22, 2025. For inquiries, contact Michelle R. Monds at Michelle.R.Monds@uscg.mil.