open inspect and report COUPLER,ANTENNA
ID: 70Z08025QRN012Type: 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 (811210)

PSC

ANTENNAS, WAVEGUIDES, AND RELATED EQUIPMENT (5985)
Timeline
  1. 1
    Posted Jan 14, 2025, 12:00 AM UTC
  2. 2
    Updated Jan 14, 2025, 12:00 AM UTC
  3. 3
    Due Jan 21, 2025, 2:00 PM UTC
Description

The Department of Homeland Security, specifically the U.S. Coast Guard, is seeking qualified contractors to open, inspect, report, and overhaul/repair three antenna couplers (Stock Number: 5985-01-446-1866, Part Number: 798012-001-001). The procurement aims to ensure that the couplers are delivered in "like new" condition, with a two-year guarantee against defects, and must comply with strict packaging and marking standards to prevent deterioration during transit. This equipment is critical for the operational capabilities of the Coast Guard, emphasizing the importance of quality and reliability in their communications systems. 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
Jan 14, 2025, 3:05 PM UTC
The document outlines the "Offeror Representations and Certifications—Commercial Products and Commercial Services" for government solicitations, specifically focusing on the requirements for completing annual representations electronically in the System for Award Management (SAM). It defines terms related to business classifications, such as small businesses and disadvantaged groups, and outlines the necessary certifications against child labor, tax liabilities, and compliance with federal contracting laws. The provisions include requirements for certifications regarding the ownership of the offeror, restrictions on contracting with inverted domestic corporations, and adherence to the Buy American Act. Offerors are mandated to detail sensitive technologies and provide information regarding their business operations in relation to Sudan and Iran. The document emphasizes the importance of accurate disclosures to ensure compliance with federal regulations and the integrity of the procurement process, impacting eligibility and contract awards, which are crucial for securing government contracts. Overall, it serves as a framework for ensuring responsible and lawful engagement in federal contracting activities.
Jan 14, 2025, 3:05 PM UTC
The government document outlines the overhaul requirements for a specific antenna coupler (Stock Number: 5985-01-446-1866, Part Number: 798012-000-001) utilized by the Coast Guard. The contractor must deliver the item in "like new" condition and guarantee it against defects for two years post-delivery. Acceptance of the item will occur at the destination, contingent on verification of its condition and compliance with packaging and marking standards. Each unit must be securely packed in a wooden box and individually preserved for two years to prevent deterioration. The recommended sources for procurement include three companies across different states. A maximum cost estimate for the overhaul is set at $3,600, indicating the government's cost control measures in managing federal RFPs and ensuring quality in purchased equipment. The document simplifies the procurement process by clearly stating requirements and responsibilities, enhancing efficiency in government operations while maintaining accountability.
Lifecycle
Title
Type
Combined Synopsis/Solicitation
Similar Opportunities
Furuno Radar Pedestal - Open, Inspect, Report
Buyer not available
The Department of Homeland Security, specifically the U.S. Coast Guard (USCG), is soliciting quotes for the inspection and potential repair of 13 Furuno Antenna Pedestals under Request for Quote (RFQ) 2125405B4200CM010. Vendors are required to open, inspect, and report on the units, determining their repairability and providing necessary documentation, including an Open and Inspect Report (OIR) and a Beyond Economical Repair (BER) form if applicable. This procurement is crucial for maintaining the operational readiness of the Coast Guard's equipment, ensuring compliance with Original Equipment Manufacturer (OEM) standards. Interested parties must submit written quotes by April 18, 2025, at 10:00 AM ET, and are encouraged to contact Contract Specialist Brianna Riffle at Brianna.Riffle@uscg.mil or Contracting Officer Mark Rushing at Mark.A.Rushing@uscg.mil for further details.
70Z04425RNCA05V00- Open, Inspect and Repair Rockwell Collins High Frequency Mixer Stage Repair
Buyer not available
The Department of Homeland Security, specifically the U.S. Coast Guard, is seeking proposals for the repair of Rockwell Collins High Frequency Mixer Stages, identified by Part Number 270-2615-040. The procurement aims to restore these units to a "Ready for Issue" condition, ensuring they meet Original Equipment Manufacturer (OEM) standards through a comprehensive process of inspection, diagnostics, and repair. This initiative is crucial for maintaining operational readiness and supporting U.S. Coast Guard missions. Interested contractors must submit their proposals electronically by April 18, 2025, with inquiries due by April 4, 2025, and can contact Gregory Ducker at gregory.j.ducker@uscg.mil for further information.
open, inspect and report OPERATOR INTERFACE, ELECTRONIC
Buyer not available
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.
Open inspect and report IMU, CALIBRATED
Buyer not available
The Department of Homeland Security, specifically the U.S. Coast Guard, is seeking qualified contractors to perform the opening, inspection, reporting, and overhaul/repair of two Inertial Measurement Units (IMUs), identified by stock number 6605-01-523-8655 and part number 1982418, manufactured by Northrop Grumman Systems. The procurement requires adherence to strict specifications for electronic equipment repairs, including compliance with military packaging and marking standards, ensuring that each unit is preserved for a minimum of two years and packaged securely for transport. This equipment is critical for the operational capabilities of Coast Guard vessels, particularly the MK39 Mod 3A Gyrocompass Inertial Navigation System. Interested contractors must submit their quotes by the deadline, with delivery expected no later than July 12, 2025, to the U.S. Coast Guard's Surface Force Logistics Center in Baltimore, MD. For inquiries, contact Eric Goldstein at Eric.I.Goldstein@uscg.mil.
FDVS IMAGING SYS, MULTI-MODE Open, Inspect and Report
Buyer not available
The Department of Homeland Security, specifically the U.S. Coast Guard, is seeking qualified contractors to provide overhaul and repair services for the FDVS Imaging System, Multi-Mode (Part Number: WM-300A). The procurement involves opening, inspecting, reporting, and overhauling two units of this imaging system, which is critical for the Coast Guard's operational capabilities. The contractor must ensure that all items are delivered by July 12, 2025, in compliance with strict packaging and inspection requirements, and the total cost for the overhaul is capped at $9,200. Interested vendors should contact Eric Goldstein at Eric.I.Goldstein@uscg.mil for further details and must be registered in the System for Award Management (SAM) prior to submitting their quotes.
ANTENNA COUPLER GRO
Buyer not available
The Department of Defense, specifically the Department of the Navy through NAVSUP Weapon Systems Support Mechanicsburg, is soliciting proposals for the repair of the Antenna Coupler GRO, a critical component in radio and television broadcasting and wireless communications equipment. The procurement requires contractors to meet specific operational and functional requirements, including adherence to government quality standards and security clearances, as the work involves classified documents. The contract will be awarded bilaterally, necessitating written acceptance from the contractor prior to execution, with a focus on timely repair turnaround and compliance with strict inspection protocols. Interested parties should contact Tyreese C. Smith at 717-605-5937 or via email at tyreese.c.smith.civ@us.navy.mil for further details and to ensure compliance with all submission requirements.
PROCESSOR,RADAR DATA Open, Inspect and Report
Buyer not available
The Department of Homeland Security, specifically the U.S. Coast Guard, is seeking qualified contractors to provide services for the opening, inspection, reporting, and overhaul/repair of radar data processors. The procurement involves four units of the Processor, Radar Data (Model 104B) manufactured by SSR Engineering Inc., which are critical for maintaining operational capabilities in maritime environments. All items must be delivered by July 12, 2025, to the Coast Guard's Surface Force Logistics Center in Baltimore, MD, with a total firm fixed price required for the services rendered. Interested vendors should contact Eric Goldstein at Eric.I.Goldstein@uscg.mil and ensure they are registered in SAM.gov prior to submitting their quotes.
COUPLING SHAFT ASSEMBLY
Buyer not available
The Department of Homeland Security, specifically the U.S. Coast Guard's Surface Forces Logistics Center (SFLC), is soliciting quotes for the procurement of four Coupling Shaft Assemblies (Part Number CVFS-30S-3.5-BTS) required for the WLB-225 thruster motors. This opportunity is set aside for small businesses, and only quotes from the original equipment manufacturer, Norfolk Bearings & Supply Co., Inc., or their authorized distributors will be considered, necessitating proof of authorization with each submission. The items are critical for maintaining operational capabilities, and vendors must adhere to strict military packaging and delivery standards, with a required delivery date of September 13, 2025. Interested parties must submit their quotes by April 16, 2025, at 12 PM EST, and can direct inquiries to Gina Baran at gina.m.baran@uscg.mil.
Repair Satcum SDU
Buyer not available
The Department of Homeland Security, specifically the U.S. Coast Guard, is seeking a contractor to repair the SATCOM SDU for the HC-144 aircraft under solicitation number 70Z03825QW0000057. The procurement requires compliance with Original Equipment Manufacturer (OEM) specifications and FAA certification for the repair services, emphasizing the need for technical expertise and capability in handling Coast Guard aircraft components. This repair is critical for maintaining the operational readiness of the HC-144 aircraft, which plays a vital role in Coast Guard missions. Interested vendors must submit their qualifications by March 28, 2025, and can contact Debra Heath at debra.w.heath@uscg.mil for further information.
59--COUPLER,DIRECTIONAL
Buyer not available
The Department of Defense, through the Defense Logistics Agency (DLA Land and Maritime), is seeking quotes for the procurement of 19 units of a directional coupler (NSN 5985015996634). This solicitation is a total small business set-aside, aimed at manufacturers within the Radio and Television Broadcasting and Wireless Communications Equipment Manufacturing industry, specifically under NAICS code 334220. The couplers are critical components used in various electronic and communication systems, emphasizing the importance of reliable sourcing for military applications. Interested vendors must submit their quotes electronically, as hard copies will not be provided, and all inquiries should be directed to the buyer via email at DibbsBSM@dla.mil. The deadline for quote submission is 147 days after the award date.