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
    Open, Inspect, Report and Overhaul of Circuit Breakers
    Buyer not available
    The Department of Homeland Security, specifically the U.S. Coast Guard, is seeking quotations for the open, inspection, reporting, and potential overhaul of circuit breakers, identified by NSN 5925-01-583-8452 and part number MDS6163WEA-1652ANAA6YNNNAX. The procurement aims to restore these critical components used in the U.S. Coast Guard's Medium Endurance Product Line to operational standards, ensuring reliability and safety in their applications. Interested vendors must provide a firm fixed price for inspection and repair services, with delivery required by June 10, 2026, to the Coast Guard's facility in Baltimore, MD. Quotes are due by December 5, 2025, and inquiries should be directed to Donna Scandaliato at Donna.M.Scandaliato@uscg.mil or by phone at 410-762-6259.
    OVERHAUL KIT
    Buyer not available
    The Department of Homeland Security, specifically the U.S. Coast Guard, is seeking quotations for an overhaul kit essential for maintaining fuel oil purifiers used in their 210 & 270 WMEC vessels. The procurement includes a detailed list of individual components that must be packaged and marked according to specific military standards, emphasizing the importance of compliance with Coast Guard packaging requirements. This contract is critical for ensuring the operational readiness of the Coast Guard's fleet, with a firm fixed price contract expected to be awarded based on the lowest price technically acceptable. Interested vendors must submit their quotes by December 5, 2025, at 10:00 AM EST, and can contact Donna Scandaliato at donna.m.scandaliato@uscg.mil for further inquiries.
    PARTS KIT SEAL REPLACEMENT
    Buyer not available
    The Department of Homeland Security, specifically the U.S. Coast Guard, is seeking quotations for a Parts Kit Seal Replacement, which includes a Servo Box Repair Kit essential for the maintenance of 210 A Class vessels. The procurement requires three kits from Propulsion Systems Inc, with strict adherence to packaging, marking, and delivery requirements to ensure compliance and prevent damage during transit. This opportunity is critical for maintaining the operational readiness of the Coast Guard's fleet, and interested vendors must submit their quotes by November 21, 2025, at 10:00 AM EST, while ensuring they meet all specified requirements, including registration with the System for Award Management (SAM). For inquiries, vendors can contact Yvette R. Johnson at YVETTE.R.JOHNSON@USCG.MIL.
    DISPLAY UNIT
    Buyer not available
    The Department of Homeland Security, specifically the U.S. Coast Guard, is seeking quotations for three 19" flat panel display monitors, identified by part number K9346700, from the manufacturer Scioteq LLC. These monitors are essential for operational use and must be individually packaged and marked according to military standards, ensuring compliance with specific packaging and labeling requirements. Interested vendors must submit their quotations via email to the primary contact, Eric Goldstein, by December 11, 2025, at 9:00 AM Eastern Standard Time, and must be registered in the System for Award Management (SAM) with a valid DUNS number. The contract will be awarded based on the lowest price technically acceptable, under a Firm Fixed Price Contract.
    Repair/Repair and Modify Fuel Management Panels
    Buyer not available
    The Department of Homeland Security, specifically the United States Coast Guard (USCG), is seeking a contractor to repair and modify fuel management panels for MH-60T aircraft. The procurement involves services such as testing, evaluation, and repair in accordance with Original Equipment Manufacturer (OEM) specifications and FAA guidelines, requiring the contractor to be an approved repair facility with necessary certifications. These fuel management panels are critical components for the aircraft's operational efficiency and safety. Interested vendors must submit their quotations by December 11, 2025, at 2:00 PM EST, and can direct inquiries to Julie Lininger at julie.g.lininger@uscg.mil. The contract is unrestricted, with a delivery timeline of 250 days for repairs and modifications.
    ODMS ANODE PENCIL
    Buyer not available
    The Department of Homeland Security, specifically the U.S. Coast Guard, is seeking quotations for the procurement of 250 ODMS Anode Pencils, a critical component used on the 87 WPB vessels. These anodes, manufactured by Chand Corporation, must be individually packaged according to strict military standards to ensure compliance with packaging, packing, marking, and bar-coding requirements. The contract will be awarded on a Firm Fixed Price basis to the lowest price technically acceptable offeror, with a submission deadline for quotations set for December 9, 2025, at 9:00 AM Eastern Standard Time. Interested vendors should direct inquiries and submit their quotations via email to Eric Goldstein at Eric.I.Goldstein@uscg.mil, ensuring they meet all necessary registration and certification requirements.
    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.
    Low Level Contr
    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 Low Level Control units, identified by National Stock Number 6680-01-337-0653 and part numbers 30052-000-01 and 70307-82802-103. These items are critical for ensuring the operational readiness of U.S. Coast Guard aircraft, requiring clear traceability to the Original Equipment Manufacturers, Simmonds Precision Products INC and Sikorsky Aircraft Corporation. Interested vendors must submit their offers by December 22, 2025, at 2:00 PM EST, with the anticipated award date set for December 29, 2025. For further inquiries, potential offerors can contact Paige Kressley at Paige.E.Kressley@uscg.mil or the MRR Procurement Mailbox at mrr-procurement@uscg.mil.
    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.
    STARTER MOTOR
    Buyer not available
    The Department of Homeland Security, specifically the U.S. Coast Guard, is seeking quotations for the procurement of eight starter motors, identified by NSN 6110-01-453-2183, which are essential for operational readiness. The motors must meet specific requirements, including packaging in accordance with ASTM-D5118 standards and proper marking as per MIL-STD-129R, ensuring they are preserved and secured to prevent damage during transport. This procurement is critical for maintaining the functionality of Coast Guard equipment, and the contract will be awarded based on the lowest price technically acceptable offer. Interested vendors must submit their quotations by December 8, 2025, at 10:00 AM EST, to Yvette R. Johnson at YVETTE.R.JOHNSON@USCG.MIL, and must be registered in the System for Award Management (SAM).