Repair Data Concent Unit
ID: 70Z03825QJ0000225Type: 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)
Timeline
    Description

    The Department of Homeland Security, specifically the U.S. Coast Guard, is seeking qualified contractors to repair a Data Concent Unit as part of a combined synopsis/solicitation process. The procurement involves restoring components used in the MH-60T aircraft to a Ready for Issue (RFI) status, adhering to original equipment manufacturer (OEM) specifications, and ensuring compliance with stringent quality management standards. This opportunity is critical for maintaining the operational integrity of the USCG aviation fleet, particularly for search and rescue missions, and is expected to be awarded on a sole-source basis to SCI Technology, Inc. Interested parties must submit their quotations by March 19, 2025, with an anticipated award date of March 21, 2025. For further inquiries, contact Michelle Monds at Michelle.R.Monds@uscg.mil or the MRR Procurement Mailbox at mrr-procurement@uscg.mil.

    Point(s) of Contact
    MRR Procurement Mailbox
    mrr-procurement@uscg.mil
    Files
    Title
    Posted
    This document outlines a Request for Proposal (RFP) related to the evaluation and repair of a Data Concent Unit, identified by part number 5443000-001 and National Stock Number (NSN) 5895-01-545-0767. The proposal includes three main components: test and evaluation/no fault found, repair, and classification for beyond economic repair (BER) or scrap. The pricing structure indicates a total quotation of $0.00, with excluded charges for repair and evaluation if the unit is found to be BER, emphasizing that BER classification does not incur additional fees beyond the test and evaluation. Proposers are required to detail the lead time and shipping information, indicating whether they will accept an option for increased quantity for additional repairs within a year. The document cautions that any discrepancies in quantities by the government will not grant the contractor price adjustments. Interested contractors are directed to contact a designated official for clarifications. This RFP reflects standard federal procurement processes, ensuring compliance and structured bidding in government contracts.
    The Statement of Work (SOW) outlines the requirements for the repair and evaluation of components used in the United States Coast Guard's MH-60T aircraft, specifically managed by the Aviation Logistics Center (ALC) in Elizabeth City, NC. The contractor is responsible for receiving specified components, conducting thorough inspections, and restoring non-Ready for Issue (RFI) components to RFI status following original equipment manufacturer (OEM) specifications. The SOW emphasizes the need for compliance with quality management standards, including maintaining appropriate certifications and ensuring thorough documentation of repairs and parts used, including Certificates of Airworthiness and Conformance. The document specifies processes for managing components deemed Beyond Economical Repair (BER), including procedures for reporting and disposing of such components. It establishes the necessary turnaround times, such as fifteen days for test evaluations and ninety days for repairs, and details the Contractor's responsibility for compliance with environmental standards related to hazardous materials. Ultimately, the SOW seeks to ensure that repaired components meet strict safety and operational standards, maintaining the integrity of the USCG aviation fleet during search and rescue missions while accommodating for the prevalent corrosion due to coastal operational environments.
    This document outlines the terms and conditions for a federal solicitation related to the award of a contract, identified by the number 70Z03825QJ0000225, which is expected to be awarded to SCI Technology, Inc. on a sole-source basis. It emphasizes the acceptance of specific clauses from the Federal Acquisition Regulation (FAR) and the Homeland Security Acquisition Regulation (HSAR) that govern compliance and reporting requirements for potential contractors. The document stipulates that representations and certifications are necessary for bidders, particularly concerning telecommunications equipment, small business designations, and ethical compliance regarding labor practices. Key points of evaluation include pricing—evaluated for fairness—technical acceptability—determining if proposals meet essential specifications—and specific documentation requirements such as proof of OEM compliance and repair capabilities. The document also highlights stringent quality assurance steps for products related to USCG aircraft, mandating notification of defects, record retention, and adherence to packaging and shipping instructions. Overall, this solicitation is designed to ensure clear expectations regarding contractor responsibilities, product compliance, and ethical business practices within the federal procurement process.
    The government document outlines Wage Determination No. 2015-4603, Revision No. 28, issued by the U.S. Department of Labor under the Service Contract Act. It specifies minimum wage requirements for contractors operating within Alabama, particularly in Limestone and Madison counties. Under Executive Order 14026, applicable to contracts from January 30, 2022, workers must receive at least $17.75 per hour. Contracts awarded between January 1, 2015, and January 29, 2022, which are not renewed after January 30, 2022, fall under Executive Order 13658, requiring a minimum wage of $13.30 per hour. The document includes a detailed list of administrative support and clerical occupations, their corresponding codes, and hourly wage rates for each. Employers must also adhere to fringe benefit requirements related to various job titles listed. This wage determination serves as a guideline for federal, state, and local contracts, emphasizing compliance with updated wage laws to ensure fair compensation for employees in contracted work.
    Lifecycle
    Title
    Type
    Repair Data Concent Unit
    Currently viewing
    Combined Synopsis/Solicitation
    Similar Opportunities
    MH-65 REPAIR OF GEAR HOUSING
    Buyer not available
    The Department of Homeland Security, specifically the U.S. Coast Guard, is seeking qualified vendors to provide repair services for the gear housing component of the MH-65 helicopter. The procurement involves a combined synopsis/solicitation for commercial items, requiring contractors to perform repairs in accordance with original equipment manufacturer (OEM) specifications and maintain airworthiness standards. This opportunity is critical for ensuring the operational readiness of the Coast Guard's aviation assets, with a firm-fixed price purchase order anticipated to be awarded competitively. Interested parties must submit their quotations by March 12, 2025, at 11:00 am EST, and can direct inquiries to Mary Elaina Price at elaina.m.price@uscg.mil or Terrie L. Pickard at Terrie.L.Pickard@uscg.mil.
    Repair of CNIS Processor
    Buyer not available
    The Department of Homeland Security, specifically the U.S. Coast Guard, is seeking quotations for the repair of two CNIS Processors, with the potential to increase the order to four units within one year of the initial award. This procurement is crucial for maintaining the operational readiness of aircraft components, as the CNIS Processors are integral to air transportation support activities. Interested vendors must submit their quotations by March 7, 2025, at 12:00 PM Eastern Standard Time, and are encouraged to contact Camille Craft or Kiley Brown for further inquiries. The anticipated award date is on or about March 4, 2025, and the solicitation is set aside for 8(a) sole source competition, with a small business size standard of $40 million.
    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.
    Repair Satcom SDU for the Support of the HC-27J Aircraft
    Buyer not available
    The Department of Homeland Security, specifically the U.S. Coast Guard, is seeking qualified contractors to repair the Satcom SDU for the HC-27J aircraft. The procurement involves inspection, repair, and overhaul of the Satcom SDU components, requiring contractors to be Original Equipment Manufacturers (OEMs), authorized repair centers, or FAA-certified entities. This opportunity is critical for maintaining the operational readiness and safety of the Coast Guard's aviation assets, with a turnaround time of 90 days for completed work and stringent compliance with OEM standards and FAA regulations. Interested parties should contact Allison T. Meads at allison.t.meads@uscg.mil for further details regarding the solicitation, which is governed by federal acquisition regulations and includes specific wage determinations for compliance.
    Repair of Transponder
    Buyer not available
    The Department of Homeland Security, specifically the U.S. Coast Guard, is seeking quotations for the repair of a transponder, with the solicitation number 70Z03825QH0000025. The procurement involves a firm-fixed price purchase order anticipated to be awarded on a sole source basis to Raytheon Company, focusing on the repair of a specific transponder device, which is critical for aviation logistics and operational readiness. Interested vendors are required to submit their quotations by February 11, 2025, with an anticipated award date around February 18, 2025. For further inquiries, interested parties can contact Shavon M. Smith at Shavon.M.Smith@uscg.mil or Camille Craft at Emma.C.Craft@uscg.mil.
    Repair of High-Speed Shaft Assembly
    Buyer not available
    The Department of Homeland Security, specifically the U.S. Coast Guard, is seeking contractors to repair the High-Speed Shaft Assembly (HSSA) used in the MH-60T aircraft. The procurement requires a thorough inspection, testing, and evaluation of components, with adherence to Original Equipment Manufacturer (OEM) specifications and FAA standards, ensuring that all repairs restore components to a serviceable condition. This opportunity is critical for maintaining the operational readiness and safety of U.S. Coast Guard aviation capabilities. Interested contractors should contact Amy Whitehurst at Amy.E.Whitehurst2@uscg.mil or mrr-procurement@uscg.mil for further details, with key delivery timelines including completion of testing within 15 days and repairs within 90 days.
    Purchase of Various Items
    Buyer not available
    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".
    Housing, Mech Drive
    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 four units of Housing, Mech Drive, under solicitation number 70Z03825QJ0000220. This requirement involves the acquisition of specific aircraft parts, which must be newly manufactured and traceable to the Original Equipment Manufacturer (OEM), ensuring compliance with safety and quality standards set by the Naval Supply Systems Command. Interested contractors must submit their offers by March 13, 2025, at 2:00 PM EDT, and are encouraged to contact Kristen Allen at Kristen.L.Allen3@uscg.mil for further information regarding the solicitation and submission process.
    HC-144 & HC-27J Inverter Repair
    Buyer not available
    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.
    Modern Signal Processor
    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 five Modern Signal Processors under solicitation number 70Z03825QJ0000213. The requirement emphasizes the need for items that have clear traceability to the Original Equipment Manufacturer, Honeywell International Inc., and mandates the submission of a Certificate of Conformance (COC) to ensure compliance with federal regulations. This procurement is crucial for maintaining operational capabilities within the Coast Guard's aviation sector, with a closing date for offers set for April 4, 2025, at 2:00 PM EDT, and an anticipated award date around April 13, 2025. Interested vendors should direct their quotations to Adam Finnell at Adam.A.Finnell2@uscg.mil and MRR-PROCUREMENT@uscg.mil, ensuring to reference the solicitation number in their correspondence.