Repair of High-Speed Shaft Assembly
ID: 70Z03824QJ0000224Type: 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 proposals for the repair of High-Speed Shaft Assemblies (HSSA) used in the MH-60T aircraft. The procurement involves a comprehensive inspection, testing, and repair process that must adhere to Original Equipment Manufacturer (OEM) specifications provided by Sikorsky Aircraft Corporation, ensuring compliance with FAA standards and maintaining operational readiness for the Coast Guard's aviation capabilities. This contract is anticipated to be awarded on a sole-source basis to Sikorsky Aircraft Corporation, with a total duration not exceeding five years, and proposals are due by June 5, 2025, at 2:00 PM EDT. Interested contractors should direct inquiries to Amy Whitehurst at Amy.E.Whitehurst2@uscg.mil.

    Point(s) of Contact
    Files
    Title
    Posted
    The document outlines the Statement of Work (SOW) for the repair of the High-Speed Shaft Assembly (HSSA) used on the USCG MH-60T aircraft. The contractor is required to perform a thorough inspection, test, and evaluation of components upon receipt, determining condition and preparing reports for any found Beyond Economical Repair (BER). Repairs must adhere to guidelines set by the Original Equipment Manufacturer (OEM), Sikorsky Aircraft Corporation, and comply with FAA standards. The contractor is responsible for using OEM specifications, maintaining quality management standards, and providing necessary documentation, including Certificates of Airworthiness and Component Maintenance Records. Key delivery timelines include completion of testing within 15 days and repairs within 90 days. The document emphasizes the importance of tracking components and maintaining compliance with established quality procedures. The purpose of the SOW is to ensure proper repair and verification of aircraft components, ensuring they are airworthy and suitable for USCG operations, thus highlighting the contractual obligations in the context of federal procurement processes.
    The document outlines the terms and conditions for a federal solicitation (70Z03824QJ0000224) primarily focused on the acquisition of commercial products and services related to the U.S. Coast Guard (USCG) operations. It details requirements for offerors, including the submission of proposals, adherence to quality assurance standards, and compliance with various federal provisions such as the FAR and HSAR. Key elements include a sole-source award to Sikorsky Aircraft Corporation, technical acceptability criteria emphasizing Original Equipment Manufacturer status, and assurance of past performance. Key conditions emphasize firm pricing, service contract labor standards, and the requirement for a detailed technical proposal, including pricing and packaging instructions. The document mandates transparency regarding labor practices, potential risk factors, and regulations concerning telecommunications equipment. Invoicing procedures, delivery terms, and inspection requirements are also specified, ensuring compliance with government standards and traceability of components. The overarching goal is to facilitate safe, effective procurement aligned with national security interests while ensuring accountability and ethical practices in sourcing and contracting.
    The document serves as a comprehensive set of terms and conditions applicable to a federal solicitation for commercial products and services, specifically regarding the acquisition procedures led by the US Coast Guard (USCG). It outlines the acceptance of FAR and HSAR clauses, emphasizing that these terms supersede any previous agreements. Key instructions for offerors detail the required representations and certifications, including specific clauses related to telecommunications, labor standards, and the quality assurance process for products related to USCG aircraft. Proposals must be submitted in a prescribed format and will be evaluated primarily based on technical acceptability, past performance, and pricing, with a particular focus on fair and reasonable pricing given the anticipated sole-source nature of the contract with Sikorsky Aircraft Corporation. The document also specifies requirements for packaging, shipping, inspection, acceptance, and invoicing instructions, ensuring compliance with quality standards and government regulations. Furthermore, the terms emphasize the importance of whistleblower protections, safeguarding covered contractor information systems, and prohibitions against contracting with certain entities. This solicitation highlights the government’s focus on regulatory compliance, accountability, and maintaining high standards for products and services supplied to federal agencies.
    The document outlines a government Request for Proposal (RFP) concerning repairs for High Speed Shaft Assemblies, identified under solicitation number 70Z03824QJ0000224. It includes a detailed schedule of supplies for a four-year contract, specifying the estimated quantities and item descriptions for the High Speed Shaft, a critical aviation component with a specified National Stock Number (NSN) and part number (P/N). Each year has designated line items with quantities set at 50 for repairs and one unit for the shaft, though the price and total contract amounts are currently marked as $0.00. Contract stipulations emphasize that failure to provide specified items will not lead to price adjustments, affirming conditions governed by the Government Property clause. The instructions highlight minimal data entry requirements for bidders, primarily focusing on pricing input. This RFP essentially seeks contractors who can deliver repair services while reminding bidders to submit comprehensive quotations that include any additional costs or discounts. Overall, it reflects the government’s systematic approach to procure essential maintenance services to ensure operational readiness in aviation capabilities.
    The Statement of Work (SOW) outlines the requirements for the repair of the High-Speed Shaft Assembly (HSSA) used in the USCG's MH-60T aircraft. Contractors must evaluate the conditions of components upon receipt, with specific instructions for components deemed Beyond Economical Repair (BER), including replacing missing parts and ensuring compliance with original equipment manufacturer (OEM) specifications. Repairs must restore components to a serviceable standard following mandated procedures and regulations. Documentation, including failure reports and certificates of airworthiness, is crucial throughout the process. The contractor must maintain ISO 9001-2000 certified quality systems, ensuring compliance with applicable safety standards. Delivery timelines for testing and repairs are outlined, with final inspections conducted by the Defense Contract Management Agency. The document emphasizes that all repairs must prioritize safety and conform to USCG and FAA standards, reflecting the government's focus on maintaining operational readiness for its aircraft. Overall, this SOW reflects adherence to rigorous standards in government contracting, ensuring contractor accountability and component reliability.
    The document outlines the terms and conditions applicable to the solicitation 70Z03824QJ0000224, including relevant Federal Acquisition Regulation (FAR) and Homeland Security Acquisition Regulation (HSAR) clauses. It establishes guidelines for offerors responding to the RFP, focusing on provisions regarding technical acceptability, past performance evaluation, pricing, and delivery terms. The solicitation mandates that proposals are submitted on a specified Excel spreadsheet and emphasizes the need for compliance with the Service Contract Labor Standards. The evaluation process is primarily directed towards identifying the Original Equipment Manufacturer (OEM) capable of meeting the required services efficiently, with a notable bias towards Sikorsky Aircraft Corporation due to sole source implications. Furthermore, the document includes certifications regarding representations and certifications for small business designations, anti-corruption measures, and compliance with various federal regulations including Buy American provisions. The successful offeror will ensure quality assurance processes are in place, abide by strict shipping and packaging guidelines, and provide necessary documentation for acceptance. Overall, the document's purpose is to facilitate a transparent and fair bidding process aligned with U.S. federal contracting standards, while also reinforcing compliance with labor and environmental guidelines.
    The document titled "Attachment 4 - Redacted J and A - 70Z03824QJ0000224" serves as a justification and approval notice related to a federal government project. Its primary purpose is to articulate the necessity for a specific procurement action, underpinning the rationale for selecting a particular contractor over other alternatives. Key ideas include the detailed description of the project's objectives, the requirements that necessitate this procurement, and an evaluation of alternatives that were considered. The justification emphasizes compliance with federal regulations and the need for a timely and effective solution to meet operational demands. Supporting details include projected timelines, expected outcomes, and the strategic implications of the contractor's expertise and experience in relation to the project requirements. The document also highlights the importance of maintaining standards in public procurement and accountability. Ultimately, this document underscores the critical role of proper justification in federal procurement processes, ensuring that resources are allocated efficiently and effectively in response to government needs.
    The document labeled "Attachment 5 - Wage Determination - 70Z03824QJ0000224 - Connecticut" outlines wage determinations for federal contracts in Connecticut, a crucial element in government Requests for Proposals (RFPs) and grants. It specifies minimum wages for various job classifications under the Service Contract Act, ensuring that contractors provide fair compensation in line with federal standards. The document details wage rates, including fringe benefits, applicable to specific job roles such as janitors, maintenance workers, and other classifications under federal oversight. This wage determination aims to protect workers' rights and ensure compliance among contractors engaged in federally funded projects. By prescribing wages, it serves to prevent wage undercutting and maintain equitable compensation across contracts, aligning with the federal government's commitment to uphold labor standards and support workers in the state. Adhering to these wage determinations is critical for contractors as it influences their proposals and overall project costs.
    Lifecycle
    Title
    Type
    Combined Synopsis/Solicitation
    Similar Opportunities
    Procurement of Various Gearboxes
    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 various gearboxes, including Main, Input Module, Intermediate, Tail Rotor, and Accessory Drive Gearboxes, under solicitation number 70Z03825RJ0000006. This procurement is critical for maintaining the operational readiness and safety of Coast Guard aviation assets, with an anticipated contract value of approximately $153 million if all options are exercised. The contract will be awarded on a sole-source basis to Sikorsky Aircraft Corporation, the only approved source, and will consist of a one-year base period with four one-year option periods. Interested vendors must submit their quotations by January 16, 2026, at 2:00 PM Eastern Time, and can direct inquiries to Amy Whitehurst at Amy.E.Whitehurst2@uscg.mil.
    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.
    MARITIME SECURITY CUTTER LARGE (WMSL) 418' PROPULSION (SSN: 70Z08525WMSLSHAFT Amended)
    Homeland Security, Department Of
    The Department of Homeland Security, specifically the U.S. Coast Guard, is seeking proposals for the refurbishment of propulsion shafts used on the 418' Maritime Security Cutter Large (WMSL). The procurement involves a sole-source requirement for the Original Equipment Manufacturer, Rolls-Royce Marine North America, to perform inspection, overhaul, testing, preservation, packaging, and marking of various propulsion shaft components. This contract is critical for maintaining the operational readiness of the WMSL cutters, which are essential for maritime security operations. Interested vendors must submit their proposals by December 19, 2025, at 12:00 PM (EST), and can direct inquiries to William Zittle or Kiya Plummer-Dantzler via the provided contact information.
    Mount Assy
    Homeland Security, Department Of
    The Department of Homeland Security, specifically the U.S. Coast Guard's Aviation Logistics Center, is seeking to procure items from Sikorsky Aircraft Corporation under a sole source Basic Ordering Agreement. The procurement involves airframe structural components classified under NAICS code 336413, with a focus on ensuring timely delivery of these critical parts, requested within 174 days after order receipt. This opportunity is significant for maintaining the operational readiness of Coast Guard aviation assets, and interested parties may submit quotations to the designated contacts by December 15, 2025, at 2:00 PM EST, for consideration. For further inquiries, contact Cindy Harmes at Cindy.K.Harmes@uscg.mil or the MRR Procurement Mailbox at mrr-procurement@uscg.mil.
    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.
    Assembly, Beam
    Homeland Security, Department Of
    The Department of Homeland Security, specifically the U.S. Coast Guard's Aviation Logistics Center, is seeking to procure an Assembly, Beam, under a sole source contract with Sikorsky Aircraft Corporation. The procurement involves a quantity of 10 units, with a requested delivery date of February 1, 2026, and early shipments are encouraged at no additional cost to the government. This assembly is critical for the operational capabilities of the Coast Guard's aviation assets, and the procurement process is set to conclude with a response deadline of December 15, 2025, at 2:00 PM EST. Interested parties may submit quotations to the designated contacts, Adam Finnell and the MRR Procurement Mailbox, for consideration.
    Aircraft Maintenance Services for the MH-65
    Homeland Security, Department Of
    The Department of Homeland Security, specifically the U.S. Coast Guard, is seeking qualified contractors to provide aircraft maintenance services for the MH-65 fleet at the Aviation Logistics Center (ALC) in Elizabeth City, NC. The procurement involves planned depot maintenance every 48 months, including disassembly, cleaning, repair, repainting, and reassembly of the aircraft, with specific staffing requirements for various Aircraft Mechanic roles and Helpers. This contract is critical for ensuring the operational readiness of the USCG's aircraft and will be awarded as an Indefinite Delivery Requirements type contract with a one-year base period and up to four option years. Interested parties must submit proposals by December 4, 2025, at 3:00 PM EST, and can direct inquiries to Destiny Ornelas at destiny.a.ornelas2@uscg.mil.
    Sole Source Shaft Seal Overhaul Kits
    Homeland Security, Department Of
    The Department of Homeland Security, specifically the U.S. Coast Guard, intends to award a sole source contract to Pioneer Industries Inc. for the procurement of Shaft Seal Overhaul Kits. This contract is being pursued under FAR 13.106-1(b), which allows for sole source awards when only one responsible source can meet the agency's requirements, as Pioneer Industries Inc. is the original equipment manufacturer (OEM) with the necessary proprietary knowledge and technical expertise. The goods are critical for maintaining the operational integrity of Coast Guard vessels, ensuring compatibility and performance standards are met. Interested parties who believe they can fulfill the requirements may submit a capability statement to Luke Maupin at luke.f.maupin@uscg.mil or Chad Ball at chad.a.ball@uscg.mil, with all submissions due by the specified deadline.
    Repair/Repair and Modify Fuel Management Panels
    Homeland Security, Department Of
    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 of components in accordance with Original Equipment Manufacturer (OEM) specifications and FAA guidelines, with the contractor required to be an approved repair facility and possess OEM certifications. These fuel management panels are critical for the operational readiness of the aircraft, ensuring safety and efficiency in air transportation. Interested vendors must submit their quotations by December 18, 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 after receipt of order, and the solicitation number for tracking is 70Z03825QJ0000379.
    HC-144 & HC-27J Inverter Repair
    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.