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 contractors for the repair of High-Speed Shaft Assemblies (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, with proposals due within specified timelines, including completion of testing within 15 days and repairs within 90 days.

    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 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
    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 securing maintenance services that include major and minor overhauls, inspections, and testing of various gearbox components, with a focus on delivering gearboxes in a "Ready for Issue" (RFI) condition. This initiative is critical for maintaining the functionality of approximately 51 aircraft, emphasizing compliance with federal regulations and high-quality standards throughout the overhaul process. Interested vendors should contact Amy Whitehurst at Amy.E.Whitehurst2@uscg.mil for further details, as the contract's total value and specific deadlines are yet to be determined.
    Repair Aux Fuel Management Control
    Buyer not available
    The Department of Homeland Security, specifically the U.S. Coast Guard, is seeking contractors to perform repairs on the Auxiliary Fuel Management Control for the MH-60T aircraft. The procurement requires contractors to conduct inspections, repairs, and evaluations of specified components, ensuring adherence to original manufacturer specifications and industry standards. This initiative is crucial for maintaining the operational readiness and safety of U.S. Coast Guard assets, emphasizing the importance of regulatory compliance and quality assurance in government procurement. Interested contractors should contact Julie Lininger at julie.g.lininger@uscg.mil or the MRR Procurement Mailbox at mrr-procurement@uscg.mil for further details.
    Searchlight Control Repair
    Buyer not available
    The Department of Homeland Security, specifically the U.S. Coast Guard's Aviation Logistics Center, is seeking qualified contractors for the repair of Searchlight Control units used in MH-60T aircraft. The procurement involves evaluating, repairing, and potentially disposing of these units, with specific requirements for compliance with OEM standards and corrosion management due to the operational environment. This opportunity is critical for maintaining the operational integrity and safety of U.S. Coast Guard aircraft systems. Interested contractors should direct inquiries to Adam Finnell at Adam.A.Finnell2@uscg.mil or the MRR Procurement Mailbox at mrr-procurement@uscg.mil, and must adhere to the wage determination outlined in the attached documents to ensure compliance with federal labor standards.
    Repair of Modulating Valves
    Buyer not available
    The Department of Homeland Security, specifically the U.S. Coast Guard's Aviation Logistics Center, is seeking a contractor for the repair of modulating valves used in MH-60T aircraft through a multi-year federal contract. The contractor will be responsible for assessing and repairing a total of 175 corroded valves, ensuring compliance with Original Equipment Manufacturer (OEM) specifications and FAA guidelines, while also documenting the repair process and results. This procurement is critical for maintaining the operational readiness and safety of U.S. Coast Guard missions, with a focus on efficiency and accountability in managing the repair of essential aircraft components. Interested parties should contact Steven Levie at steven.a.levie@uscg.mil or 206-815-2059 for further details, as this opportunity is set aside for small businesses under the SBA guidelines.
    RECONDITION/REPAIR MTU TURBO ASSY
    Buyer not available
    The Department of Homeland Security, specifically the U.S. Coast Guard, is seeking contractors to recondition and repair Turbo Assemblies used in the MTU S60 diesel engines for the 45-foot Response Boat-Medium (RB-M). The procurement involves detailed processes including disassembly, inspection, refurbishment, preservation, and secure packaging of 25 Turbo Assemblies, adhering to Original Equipment Manufacturer (OEM) guidelines to ensure operational readiness. These assemblies are critical components for maintaining the functionality of Coast Guard vessels, and the contract is estimated not to exceed $3,000 per assembly. Interested vendors should contact Cynthia A. Matthews at cynthia.a.matthews@uscg.mil or call 410-762-6509 for further details and to ensure compliance with the outlined requirements.
    Overhaul Servovalve, Hyd
    Buyer not available
    The Department of Homeland Security, specifically the U.S. Coast Guard's Aviation Logistics Center, is seeking a contractor for the overhaul of hydraulic servovalves used in MH-60T aircraft. The procurement requires the contractor to receive and assess 12 servovalves, determining 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 military standards throughout the process. Interested parties should contact Julie Lininger at julie.g.lininger@uscg.mil or the MRR Procurement Mailbox at mrr-procurement@uscg.mil for further details, as the contract emphasizes sole source acquisition with specific evaluation criteria and compliance requirements.
    Procurement of Swashplate Assemblies
    Buyer not available
    The Department of Homeland Security, specifically the U.S. Coast Guard, is seeking proposals for the procurement of Swashplate Assemblies through a combined synopsis/solicitation process. This procurement is critical for maintaining the operational readiness of Coast Guard aircraft, requiring compliance with stringent technical specifications and traceability to the Original Equipment Manufacturer, Sikorsky Aircraft Corporation. Interested vendors must adhere to detailed submission requirements, including a Small Business Subcontracting Plan for large businesses, and demonstrate past performance with the Coast Guard. Proposals are due by December 17, 2024, and inquiries can be directed to Trenton Twiford at trenton.c.twiford@uscg.mil.
    Overhaul/Repair of Actuators.
    Buyer not available
    The Department of Homeland Security, specifically the U.S. Coast Guard, is seeking qualified contractors for the overhaul and repair of actuators used in HC-27J and HC-144 aircraft. The procurement involves comprehensive services including teardown, inspection, rework, assembly, and testing of actuator assemblies, adhering to Original Equipment Manufacturer (OEM) specifications from Moog Wolverhampton Limited. This contract is crucial for maintaining the operational readiness of military equipment, ensuring that the Coast Guard's aircraft fleet remains airworthy and reliable. Interested vendors should contact Logan J. Brown at LOGAN.J.BROWN3@USCG.MIL or Dmitri E. Mercer at Dmitri.e.mercer@uscg.mil for further details, as the solicitation is structured over multiple contract years with specific requirements for compliance and technical acceptability.
    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 Satcom SDUs in support of the HC-27J aircraft. The procurement requires contractors to inspect, repair, and overhaul aircraft components, adhering to OEM specifications and maintaining ISO 9000 quality standards. This initiative is crucial for ensuring the airworthiness and operational readiness of U.S. Coast Guard aircraft, with a turnaround time for services set at 90 days, although earlier completion is preferred without additional costs. Interested vendors should contact Allison T. Meads at allison.t.meads@uscg.mil for further details regarding the solicitation, which emphasizes compliance with federal regulations and the submission of required documentation.
    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".