open, inspect and report OPERATOR INTERFACE, ELECTRONIC
ID: 70Z08025QMETY010Type: Combined Synopsis/Solicitation
Overview

Buyer

HOMELAND SECURITY, DEPARTMENT OFUS COAST GUARDSFLC PROCUREMENT BRANCH 1(00080)NORFOLK, VA, 23510, USA

NAICS

Electronic and Precision Equipment Repair and Maintenance (81121)

PSC

ELECTRICAL AND ELECTRONIC ASSEMBLIES, BOARDS, CARDS, AND ASSOCIATED HARDWARE (5998)
Timeline
    Description

    The Department of Homeland Security, specifically the U.S. Coast Guard, is seeking qualified contractors to open, inspect, report, and overhaul electronic operator interface components, specifically part number 76737-16, with a total quantity of nine units. The overhaul must comply with the ELC Number R-400-299-J specification and include a standard manufacturer's warranty of up to two years post-delivery, ensuring that all items are delivered in compliance with packaging and preservation standards to prevent deterioration. This procurement is critical for maintaining the functionality of fire and smoke alarm systems aboard Coast Guard vessels, with a total estimated cost for the overhaul capped at $8,495 per unit. Interested vendors must submit their quotes by August 7, 2024, and direct any inquiries to Eric Goldstein at Eric.I.Goldstein@uscg.mil.

    Point(s) of Contact
    Files
    Title
    Posted
    The document outlines the Offeror Representations and Certifications for Commercial Products and Services as per federal regulations. It emphasizes the requirement for offerors to submit representations related to their business status, ownership structures, and compliance with various federal statutes, such as the prohibition on contracting with entities involved in certain restricted operations, including child labor and telecommunications services. Key definitions within the document include terms related to small business classifications, such as economically disadvantaged women-owned small businesses (EDWOSB), service-disabled veteran-owned small businesses (SDVOSB), and small disadvantaged businesses. The provision requires offerors to confirm their eligibility based on these classifications and ensure compliance with federal laws concerning tax liabilities, debarment, and various certifications. The document also necessitates detailed disclosures from offerors regarding their ownership structure, tax compliance, and adherence to specific regulations concerning products sourced from specified countries. Furthermore, the provision aims to protect U.S. interests by verifying that contractors do not engage with entities that could pose a risk to national security or public funds. Overall, it serves to standardize the certification process for federal procurements, ensuring that contracting entities meet essential regulatory requirements to promote fair competition and compliance.
    The document outlines the overhaul requirements for the Electronic Components Assembly (Stock Number: 5998-01-453-4620, Part Number: 76737-16), used for the 270 Master Display Panel of fire and smoke alarms for the Coast Guard. It specifies that items received by the contractor must be complete, with any discrepancies reported to the Contracting Officer. The overhaul must adhere to the ELC Number R-400-299-J specification and includes a standard manufacturer's warranty of up to two years post-delivery. Acceptance by the government is contingent upon verifying no damage in transit and compliance with packaging and preservation standards. Each unit must be packed individually in wooden boxes, properly marked, and preserved to prevent deterioration for a minimum of two years. The cost estimate for the overhaul is capped at $8,495, with recommended sources for procurement provided. This document serves as a request for proposals (RFP) detailing specific requirements for contractors to ensure compliance and quality in servicing Coast Guard equipment.
    Lifecycle
    Title
    Type
    Combined Synopsis/Solicitation
    Similar Opportunities
    CONTROL UNIT GOVERNOR
    Buyer not available
    The Department of Homeland Security, specifically the U.S. Coast Guard, is seeking qualified contractors to provide overhaul services for the Control Unit Governor, a critical component used in the WMEC 270 Class Digital Speed Control System. The procurement requires that all items received match the specified part number and adhere to detailed overhaul procedures outlined in referenced manuals, ensuring compliance with military standards for packaging and shipment. This initiative is vital for maintaining the reliability and performance of essential electronic components in Coast Guard operations. Interested parties should contact Nina Crosby at NINA.M.CROSBY@USCG.MIL or by phone at 410-762-6658, with a cost estimate not to exceed $6,236.57 for the services required.
    Overhaul of Control Box and Shutoff Valve for the HC-27J Aircraft
    Buyer not available
    The Department of Homeland Security, specifically the U.S. Coast Guard, is seeking qualified contractors to perform the overhaul of the Control Box and Shutoff Valve for the HC-27J Aircraft. This procurement requires vendors to provide inspection, repair, and overhaul services, adhering to stringent quality standards and OEM guidelines, with a focus on ensuring airworthiness and compliance with environmental safety regulations. The selected contractor must be OEM authorized or FAA-certified and is responsible for obtaining necessary documentation, conducting thorough inspections, and submitting detailed reports on required repairs, with a turnaround time of 90 days post-receipt of components. Interested parties should contact Allison T. Meads at allison.t.meads@uscg.mil for further information regarding the solicitation process and requirements.
    ESIS New Buy
    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 ESIS GH-4001 units under the solicitation number 70Z03825RJ0000004. This opportunity involves the purchase of specialized commercial products and services, with a focus on ensuring compliance with federal regulations and promoting fair competition within the industry. The selected contractor will be required to meet specific technical and delivery requirements, with evaluations based on technical acceptability, past performance, and pricing. Interested parties should direct inquiries to Trenton Twiford at trenton.c.twiford@uscg.mil or the MRR Procurement Mailbox at mrr-procurement@uscg.mil, and must submit their proposals in accordance with the outlined terms and conditions by the specified deadlines.
    Overhaul of Gearboxes
    Buyer not available
    The Department of Homeland Security, specifically the U.S. Coast Guard (USCG), 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, including major and minor repairs, to deliver gearboxes in a "Ready for Issue" (RFI) condition for approximately 51 aircraft. This initiative is critical for maintaining the functionality and safety of USCG aviation operations, with contractors expected to adhere to stringent federal regulations and quality standards throughout the process. Interested vendors should contact Amy Whitehurst at Amy.E.Whitehurst2@uscg.mil for further details, as the contract's total value and specific pricing will be determined based on submitted proposals.
    Open/inspect/report Shaft W/universal J, composit
    Buyer not available
    The Department of Homeland Security, specifically the U.S. Coast Guard, is seeking proposals for the overhaul of a propeller shaft with universal joints, part number 204840-00, used in the OTH IV vessel. Contractors are required to disassemble, inspect, and quote necessary repairs to meet original equipment manufacturer specifications, with a cost cap of $4,786.80 for the overhaul. This procurement is critical for maintaining the operational readiness and safety of Coast Guard vessels, emphasizing the importance of quality and compliance in federal procurement processes. Interested contractors should contact Cynthia A. Matthews at cynthia.a.matthews@uscg.mil or call 410-762-6509 for further details and to submit proposals.
    Various Items
    Buyer not available
    The Department of Homeland Security, specifically the U.S. Coast Guard's Aviation Logistics Center, is seeking vendors to provide various items under a federal contract solicitation numbered 70Z03825QJ0000024. The procurement focuses on essential electronic and mechanical components, including logic units, antennas, G switches, and spacers, with a contract structure that includes a base year and four option years. These items are critical for maintaining operational effectiveness within the Coast Guard's aviation logistics operations. Interested vendors should direct inquiries to Tiffany Cherry at Tiffany.R.Cherry2@uscg.mil or call 206-863-2026, and are required to submit their pricing and lead time as part of their bids, ensuring transparency in the procurement process.
    4 BUTTON CONTROL PANEL
    Buyer not available
    The Department of Homeland Security, specifically the U.S. Coast Guard, is seeking to procure fifty power panels (P/N: 23519499) through a combined synopsis/solicitation. These panels are critical for the operation of the Coast Guard's 47' Motor Lifeboat (MLB) vessels, and the procurement is justified as only one source, PENN Power Group, can provide these unique components due to proprietary technical data restrictions. The U.S. Coast Guard has conducted market research but has not identified alternative vendors capable of meeting the specific requirements, emphasizing the importance of these parts for maintaining operational readiness. Interested parties can reach out to Cynthia A. Matthews at cynthia.a.matthews@uscg.mil or by phone at 410-762-6509 for further details.
    Overhaul Servovalve, Hyd
    Buyer not available
    The Department of Homeland Security, specifically the U.S. Coast Guard, is seeking contractors to provide overhaul services for hydraulic servovalves used in MH-60T aircraft. The procurement involves receiving 12 servovalves, conducting thorough testing to classify their condition, and restoring non-Ready for Issue (RFI) components to original equipment manufacturer (OEM) performance standards, while adhering to FAA guidelines for inspections and corrosion treatment. This overhaul is critical for maintaining the operational readiness and safety of the aircraft, ensuring compliance with quality management systems and proper documentation throughout the process. Interested parties can reach out to Julie Lininger at julie.g.lininger@uscg.mil or the MRR Procurement Mailbox at mrr-procurement@uscg.mil for further details, with specific timelines for testing and overhaul completion outlined in the solicitation documents.
    Repair Single Avionics MGM, Cargo Dimmer Unit, and Indicator 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 Single Avionics MGM, Cargo Dimmer Unit, and Indicator for the HC-27J Aircraft. The procurement involves comprehensive inspection, repair, and overhaul of specific aviation components, requiring contractors to be Original Equipment Manufacturers (OEM) or authorized repair facilities, with adherence to FAA airworthiness standards and hazardous material guidelines. This initiative is crucial for maintaining the operational readiness and safety of the Coast Guard's aviation assets. Interested vendors should contact Allison T. Meads at allison.t.meads@uscg.mil for further details, and must comply with the solicitation number 70Z03825QW0000051, which includes specific submission protocols and evaluation criteria.
    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.