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
  1. 1
    Posted Apr 3, 2024, 12:00 AM UTC
  2. 2
    Updated Mar 19, 2025, 12:00 AM UTC
  3. 3
    Due May 22, 2025, 6:00 PM UTC
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 aims to ensure that these critical aviation components are inspected, repaired, and certified in accordance with Original Equipment Manufacturer (OEM) specifications and FAA standards, thereby maintaining operational readiness for U.S. Coast Guard missions. This contract is anticipated to be awarded on a sole-source basis to Sikorsky Aircraft Corporation, with a total duration not exceeding five years, including one base year and four option years. Interested contractors must submit their quotations by May 22, 2025, at 2:00 PM EDT, and can direct inquiries to Amy Whitehurst at Amy.E.Whitehurst2@uscg.mil.

Point(s) of Contact
Files
Title
Posted
Mar 19, 2025, 8:06 PM UTC
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.
Mar 19, 2025, 8:06 PM UTC
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.
Mar 19, 2025, 8:06 PM UTC
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.
Mar 19, 2025, 8:06 PM UTC
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, 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.
Overhaul of Collective Trim Servos
Buyer not available
The Department of Homeland Security, specifically the U.S. Coast Guard, is seeking quotations for the overhaul of Collective Trim Servos used in MH-60T aircraft, under solicitation number 70Z03825QJ0000107. The procurement aims to establish a sole-source Indefinite Delivery Requirements contract with Kearfott Corporation, focusing on ensuring that all overhauled components meet stringent airworthiness standards and comply with FAA guidelines. This contract is critical for maintaining the operational readiness and safety of U.S. Coast Guard aircraft, with a total duration not exceeding five years, including one base year and four optional years. Interested contractors must submit their quotations by May 15, 2025, with anticipated award notifications around June 20, 2025; for inquiries, contact Amy Whitehurst at Amy.E.Whitehurst2@uscg.mil or 206-831-4477.
Various Items
Buyer not available
The Department of Homeland Security, specifically the United States Coast Guard's Aviation Logistics Center (ALC), is seeking to procure various aviation components through a sole source contract with Sikorsky Aircraft Corporation. The procurement includes four specific items: a power control quadrant, position sensor, exhaust assembly, and structural fitting, with a total quantity of four units required for each item, and a delivery date set for February 10, 2026. These components are critical for the operational readiness of Coast Guard aviation assets, ensuring safety and efficiency in their missions. Interested vendors may submit quotations to Ashley R. Winslow at Ashley.R.Winslow@uscg.mil and mrr-procurement@uscg.mil by 2:00 PM EDT on March 28, 2025, with the solicitation number 70Z03825QJ0000195 referenced in the subject line.
Repair Beam Axle Assembly
Buyer not available
The Department of Homeland Security, specifically the U.S. Coast Guard, is seeking qualified contractors to provide repair services for Beam Axle Assemblies as part of a combined synopsis/solicitation. The procurement involves the testing, evaluation, and repair of components for the MH-60T aircraft, ensuring compliance with original equipment manufacturer (OEM) specifications and airworthiness standards. This opportunity is critical for maintaining the operational readiness of U.S. Coast Guard aviation assets, with a firm-fixed price purchase order anticipated for up to six repairs within a year. Interested contractors must submit their quotations by April 10, 2025, with the anticipated award date on or about April 19, 2025. For inquiries, contact Julie Lininger at julie.g.lininger@uscg.mil or the MRR Procurement Mailbox at mrr-procurement@uscg.mil.
Purchase of Automatic Flight Control System (AFCS) Control Panel
Buyer not available
The Department of Homeland Security, specifically the U.S. Coast Guard, is seeking proposals for the procurement of an Automatic Flight Control System (AFCS) Control Panel for the MH-60T aircraft. This procurement is justified as a sole-source contract with Sikorsky Aircraft Corporation, the Original Equipment Manufacturer (OEM), due to the critical nature of the components and the urgency of the requirement, which is essential for the Coast Guard's operational effectiveness in missions such as search and rescue and environmental protection. The estimated total value of the contract is $6,794,596, covering a base period of one year with two optional renewal periods. Interested vendors can contact Steven Levie at steven.a.levie@uscg.mil or by phone at 206-815-2059 for further details.
Various Items
Buyer not available
The Department of Homeland Security, specifically the United States Coast Guard's Aviation Logistics Center (ALC), is seeking to procure various aviation components under a sole source contract with Sikorsky Aircraft Corporation. The procurement includes four specific items: an oil cooler panel assembly, a fairing assembly, a panel assembly, and a drain assembly, with updated quantities and delivery requirements outlined in the attached documentation. These components are critical for the Coast Guard's aviation operations, ensuring the maintenance and functionality of their aircraft fleet. Interested vendors may submit quotations by April 16, 2025, at 2:00 PM EST, to the designated contacts, Adam Finnell and the MRR Procurement Mailbox, with the solicitation number 70Z03825QJ0000143 referenced in the subject line.
Mod Kits, Engine
Buyer not available
The Department of Homeland Security, specifically the United States Coast Guard (USCG), is seeking to procure modification kits for engines through a sole source contract with Sikorsky Aircraft Corporation. The procurement involves two specific engine modification kits, with a total quantity of four kits required for each engine, aimed at ensuring the operational readiness of Coast Guard aircraft. The delivery of these kits is requested within 200 days after receipt of order, with an early delivery encouraged at no additional cost to the government, and the final delivery date set for June 15, 2025. Interested parties may submit quotations to the designated contacts, Julie G. Lininger and the MRR Procurement Mailbox, by April 3, 2025, at 2:00 PM EST, referencing solicitation number 70Z03825QJ0000168.
Bearing Assembly
Buyer not available
The Department of Homeland Security, specifically the U.S. Coast Guard's Aviation Logistics Center, is seeking to procure bearing assemblies under a sole source contract with Sikorsky Aircraft Corporation. The procurement involves two units of a specific bearing assembly (NSN: 1615-01-HS1-4255), with a required delivery date of November 10, 2025, and an emphasis on early shipments at no additional cost to the government. This procurement is critical for maintaining the operational readiness of Coast Guard aviation assets, and interested parties may submit quotations to the designated contacts by 2:00 P.M. (EDT) on April 25, 2025, referencing solicitation number 70Z03825QJ0000237.
Various Items
Buyer not available
The Department of Homeland Security, specifically the United States Coast Guard's Aviation Logistics Center, is seeking to procure various aviation parts through a sole source contract with Sikorsky Aircraft Corporation. The procurement includes specific items such as access doors, aircraft fairings, fairing assemblies, and fittings, which are critical for maintaining and enhancing the operational capabilities of Coast Guard aviation logistics. Interested vendors are encouraged to submit quotations by April 22, 2025, at 2:00 PM EDT, with all submissions directed to Paige Kressley at Paige.E.Kressley@uscg.mil and the MRR Procurement Mailbox at mrr-procurement@uscg.mil. The contract is unrestricted, and the delivery of the requested items is expected within 300 days after receipt of order, with early shipments encouraged at no additional cost to the government.
Frame Assembly
Buyer not available
The Department of Homeland Security, specifically the United States Coast Guard's Aviation Logistics Center, is seeking to procure five Frame Assembly units under a sole source contract with Sikorsky Aircraft Corporation. The procurement aims to fulfill specific operational needs, with the items identified by National Stock Number 1560-01-HS1-6850 and part number 70201-24004-041, required to be delivered by February 10, 2025. These components are critical for maintaining the operational readiness of Coast Guard aircraft, emphasizing the importance of timely and reliable supply chains in federal operations. Interested vendors may submit quotations to Tiffany Cherry at Tiffany.R.Cherry2@uscg.mil by the extended deadline of March 28, 2025, at 2:00 PM EST, with all submissions treated as F.O.B. Destination unless otherwise specified.