Repair Color Weather Radars
ID: 70Z03825QJ0000016Type: 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 qualified contractors to repair Color Weather Radars utilized in MH-60T aircraft. The procurement involves a sole-source acquisition for the repair of five radar units, necessitating compliance with stringent operational standards and adherence to Original Equipment Manufacturer (OEM) specifications, as Honeywell International is the only supplier capable of providing the required services due to proprietary rights. Interested parties must submit their quotations by November 18, 2024, with an anticipated award date of November 20, 2024. For further inquiries, contact Michelle Monds at Michelle.R.Monds@uscg.mil or the MRR Procurement Mailbox at mrr-procurement@uscg.mil.

    Point(s) of Contact
    MRR Procurement Mailbox
    mrr-procurement@uscg.mil
    Files
    Title
    Posted
    The document is a procurement schedule for a federal Request for Proposal (RFP) related to the acquisition and repair of Color Weather Radars, specifically identified by the National Stock Number (NSN): 5821-01-522-5712 and Part Number: 7009330-911. It details three line items: the purchase of one radar unit, the repair of five units, and an option for items deemed beyond economic repair (BER). The total quotation for the radar units and repairs is stated as $0.00, due to the nature of the services provided and that costs are to be filled out by the provider. The document emphasizes that the BER items are not cumulative with testing and evaluation (TTE) or No Fault Found (NFF) fees, indicating a specific pricing structure that must be followed. Vendors are instructed to provide additional charging terms, if applicable, and have the option to contact a designated official for queries. This document underlines the government's structured procurement process, ensuring clarity on repair and acquisition expectations while allowing vendors a framework to prepare their quotations accurately.
    The Statement of Work (SOW) outlines the requirements for the United States Coast Guard (USCG) Aviation Logistics Center to repair five Color Weather Radars for MH-60T aircraft, due to their exposure to corrosion in saltwater environments. Contractors must perform evaluations, inspections, and repairs to restore components to airworthy condition, following established OEM specifications and regulatory guidelines. Components deemed Beyond Economical Repair (BER) will require submission of a failure data report, while those operationally insufficient will be clearly marked and returned. Repair responsibilities include identifying missing parts and conducting detailed inspections to address corrosion per federal specifications. All processes must comply with ISO 9001-2000 or equivalent quality management standards. The SOW stipulates serial number tracking for accountability, with the need to submit detailed Component Repair Records for maintenance history. Delivery timelines are specified for testing and repairs, with acceptance inspections conducted by USCG personnel. This SOW illustrates the USCG's operational needs for reliable avionics repair services, emphasizing adherence to safety and quality standards while enhancing mission readiness in search and rescue operations.
    This document outlines the terms and conditions for a federal solicitation (70Z03825QJ0000016) applicable to contracts, highlighting the Federal Acquisition Regulation (FAR) and Homeland Security Acquisition Regulation (HSAR) clauses. The solicitation is primarily for services related to Honeywell International, emphasizing a sole-source procurement approach. Offerors must provide comprehensive quotations, including pricing, technical acceptability, and certifications regarding telecommunications services. Evaluation will focus on the lowest priced, technically acceptable offers, underscoring the need for compliance with the Statement of Work requirements. Key submission details include a Certificate of Conformance and evidence of Original Equipment Manufacturer (OEM) licensing. Offerors are also required to outline repair turnaround times, access to maintenance manuals, and provide detailed documentation. The document includes various clauses pertaining to small business classifications, certifications regarding labor practices, tax compliance, and restrictions on contracting with certain entities. The instructions highlight rigorous quality assurance, inspection, and packaging requirements to ensure the delivery of compliant materials to the US Coast Guard. Overall, the document establishes a structured framework to regulate submissions, evaluations, and standards during the procurement process.
    The document outlines the justification for a sole-source acquisition by the United States Coast Guard (USCG) for the repair of Color Weather Radars, part number 7009330-911, utilized in MH60T aircraft. Citing 41 U.S.C. 3204(a)(1) and FAR 13.106-1(b)(1), it confirms that Honeywell International Inc. is the only supplier capable of providing the necessary repair services due to proprietary rights over the technical data and specifications. Extensive market research reinforced the conclusion that no alternative vendors could fulfill the requirements. The document highlights the complexity of the repairs, which necessitate specialized skills and compliance with stringent operational standards. It also notes the government's lack of ownership of the technical information needed to develop a competitive procurement process, limiting future competitive bidding opportunities in similar acquisitions. Efforts to overcome these barriers are hindered by the proprietary nature of the required data, carrying implications for future procurement strategies. Overall, the document emphasizes the necessity of this sole-source contract to ensure the operational reliability of essential aviation components.
    The document titled "Wage Determination Kansas - 70Z03825QJ0000016" serves to establish the prevailing wage rates for various labor classifications in Kansas under federally funded contracts. This wage determination is essential for ensuring that workers engaged in government projects receive compensation that meets or exceeds local wage standards. The document outlines the specific job classifications, corresponding wage rates, and benefits applicable to each classification. It includes detailed wage information segmented by labor category, illustrating minimum salaries necessary for compliance with federal regulations. This wage determination aims to protect worker rights and foster fair labor practices in government procurements. Ultimately, this document acts as a guideline for contractors and subcontractors, ensuring they adhere to federal guidelines when mobilizing labor resources for projects financed by federal funds. The clarity in detailing wage rates and classifications reflects the government's intent to maintain transparency and equity in labor conditions across its funded projects in Kansas.
    Lifecycle
    Title
    Type
    Combined Synopsis/Solicitation
    Similar Opportunities
    Overhaul of Yaw Trim Servo
    Active
    Homeland Security, Department Of
    The Department of Homeland Security, specifically the U.S. Coast Guard, is seeking qualified contractors for the overhaul of Yaw Trim Servos under solicitation number 70Z03824QJ0000392. The procurement involves a sole-source contract with Kearfott Corporation, the Original Equipment Manufacturer (OEM), to provide necessary maintenance and evaluation services for components used in MH-60T aircraft, ensuring they meet stringent airworthiness and safety standards. This contract is critical for maintaining operational readiness and safety in Coast Guard missions, with a total duration of up to five years, including one base year and four optional years. Interested parties must submit their quotations by November 18, 2024, at 2:00 PM EDT, and can direct inquiries to Trenton Twiford at trenton.c.twiford@uscg.mil.
    Repair of ICS Control Audio Panel, Interface Control Unit, and Low Profile Control Audio Panel
    Active
    Homeland Security, Department Of
    The Department of Homeland Security, through the U.S. Coast Guard, is seeking to procure repair services for critical communication components of the MH-60T and MH-65 aircraft, specifically the ICS Control Audio Panel, Interface Control Unit, and Low Profile Control Audio Panel. The procurement is intended to ensure operational safety and system integrity, with repairs to be conducted in compliance with Original Equipment Manufacturer (OEM) standards, as Telephonics Corporation is the sole source for these components. The contract will span a base year with two optional one-year extensions, totaling approximately $3.9 million, and is crucial for maintaining the operational readiness of USCG aircraft. Interested vendors must submit their quotations by October 21, 2024, at 2:00 PM Eastern Daylight Time, with inquiries directed to Steven Levie at steven.a.levie@uscg.mil.
    Repair and Overhaul Rescue Hoist Assembly
    Active
    Homeland Security, Department Of
    The Department of Homeland Security, specifically the U.S. Coast Guard's Aviation Logistics Center, is seeking proposals for the repair and overhaul of the Rescue Hoist Assembly under solicitation number 70Z03824RJ0000006. The contract will be awarded on a sole source basis to the Original Equipment Manufacturer, Goodrich Corporation, and will encompass a one-year base period with four optional one-year extensions, totaling a maximum of five years. This procurement is critical for maintaining the operational readiness and safety of U.S. Coast Guard aircraft, ensuring that all repairs meet stringent FAA guidelines and quality assurance standards. Interested parties must submit their proposals by December 3, 2024, at 2:00 PM Eastern Time, and can direct inquiries to Nicholas Woolard or Cariss Perry via the provided email addresses.
    Repair of High-Speed Shaft Assembly
    Active
    Homeland Security, Department Of
    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 sole-source contract with Sikorsky Aircraft Corporation, focusing on restoring components to serviceable condition in accordance with OEM specifications, while adhering to rigorous quality management standards and documentation requirements. This contract is critical for maintaining operational efficiency and safety for the U.S. Coast Guard's aviation capabilities. Interested contractors must submit their quotations by December 20, 2024, at 2:00 PM EST, with the anticipated award date set for January 10, 2025. For inquiries, contact Amy Whitehurst at Amy.E.Whitehurst2@uscg.mil.
    Panel Assy
    Active
    Homeland Security, Department Of
    The Department of Homeland Security, specifically the U.S. Coast Guard (USCG), is seeking quotations for the procurement of two Panel Assemblies (Panel Assy) essential for the MH-60T helicopter, with the potential for additional units under specified conditions. This procurement is a sole source requirement, as the items are exclusively manufactured by Meggit, Inc. and Sikorsky Aircraft Corporation, necessitating traceability to these original equipment manufacturers to ensure compliance with operational standards. Interested vendors must submit their offers by October 21, 2024, at 10:00 AM Eastern Time, with the anticipated award date set for October 22, 2024. For further inquiries, interested parties can contact Kristen Allen at Kristen.L.Allen2@uscg.mil or Adam Finnell at Adam.A.Finnell@uscg.mil.
    Procurement of Enhanced Digital Electronic Control Units
    Active
    Homeland Security, Department Of
    The Department of Homeland Security, specifically the U.S. Coast Guard, is seeking proposals for the procurement of Enhanced Digital Electronic Control Units (EDECUs) through solicitation number 70Z03824QJ0000353. This procurement aims to secure critical components for engine health monitoring and performance management for T700 engines used in MH-60T aircraft, with a focus on ensuring compliance with specifications from the Original Equipment Manufacturer (OEM), Triumph Engine Control Systems LLC. The contract is anticipated to be awarded on a sole-source basis, with a total duration of up to five years, including one base year and four optional years, and proposals must be submitted by November 12, 2024, at 2 PM Eastern Time. Interested vendors should direct their quotations to Tammi Bryant at tammi.m.bryant2@uscg.mil and MRR-PROCUREMENT@uscg.mil, ensuring adherence to the outlined requirements and documentation standards.
    Repair Hook, Retra Cargo Do and Cargo Dimmer Unit to Support the HC-27J Aircraft.
    Active
    Homeland Security, Department Of
    The Department of Homeland Security, specifically the U.S. Coast Guard, is seeking to procure repair services for two Hook, Retra Cargo Do and two Cargo Dimmer Units to support the HC-27J Aircraft. The procurement requires that the services be performed by a certified Original Equipment Manufacturer (OEM) or an FAA-certified repair center, ensuring compliance with OEM specifications and safety standards. This opportunity is critical for maintaining the operational readiness and safety of Coast Guard aviation components, with a sole source award anticipated to Leonardo SpA due to their unique access to proprietary technical data. Interested vendors must submit their capability information by October 21, 2024, at 4:00 PM EST, and can contact Allison T. Meads at allison.t.meads@uscg.mil for further details.
    FSR Support Services and Repair/Overhaul of R391 Propellers
    Active
    Homeland Security, Department Of
    The Department of Homeland Security's U.S. Coast Guard is seeking proposals for FSR support services and the repair and overhaul of R391 propellers used on HC-27J and HC-130J aircraft. The procurement aims to ensure operational continuity and safety through comprehensive repair services, including inspections, logistics support, and adherence to OEM standards, with GE Aviation Systems LLC identified as the sole source due to proprietary data restrictions. This contract, valued at approximately $29.3 million over five years, includes a one-year base period and four option years, with proposals due by September 18, 2024, and all inquiries directed to Dane W. Hobbs at Dane.W.Hobbs@uscg.mil.
    Overhaul of Gearboxes
    Active
    Homeland Security, Department Of
    The Department of Homeland Security, specifically the U.S. Coast Guard's Aviation Logistics Center, is seeking proposals for the overhaul of gearboxes for the MH-60T aircraft. The procurement involves inspecting, repairing, and restoring various gearbox components to ensure they meet Original Equipment Manufacturer (OEM) specifications and are returned to a Ready for Issue (RFI) condition. This contract is critical for maintaining the operational readiness and safety of the Coast Guard's aviation capabilities, emphasizing adherence to strict quality standards and regulatory compliance. Interested contractors must submit their quotations by December 18, 2024, with an anticipated award date around February 24, 2025; for further inquiries, contact Amy Whitehurst at Amy.E.Whitehurst2@uscg.mil.
    Repair of Fan and Cab Fan for the HC-144 Aircraft
    Active
    Homeland Security, Department Of
    The Department of Homeland Security, specifically the U.S. Coast Guard, is seeking qualified vendors to provide repair services for the fan and cab fan components of the HC-144 aircraft. The procurement involves the inspection, repair, and overhaul of specific aviation components, requiring contractors to be OEM-certified or FAA-approved, with adherence to rigorous quality control and environmental safety standards. This opportunity is critical for maintaining the operational readiness and safety of Coast Guard aviation assets, with a firm-fixed price purchase order anticipated to be awarded competitively. Interested parties must submit their quotations by October 23, 2024, at 4:00 PM EST, and can direct inquiries to Allison T. Meads at allison.t.meads@uscg.mil.