Performance-Based Logistics Services for ALC
ID: 70Z03825RB0000001Type: 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 Feb 18, 2025, 12:00 AM UTC
  2. 2
    Updated Apr 9, 2025, 12:00 AM UTC
  3. 3
    Due May 9, 2025, 8:30 PM UTC
Description

The Department of Homeland Security, specifically the U.S. Coast Guard's Aviation Logistics Center (ALC), is seeking proposals for Performance-Based Logistics (PBL) services under solicitation number 70Z03825RB0000001. The procurement aims to secure logistical support for various aircraft, ensuring increased parts availability, reliability, and operational readiness through an Indefinite Delivery Requirements contract with Rockwell Collins, Inc. The contract will consist of a one-year base period with four optional one-year extensions, with a total ceiling of $99 million. Interested vendors must submit their proposals via email by April 16, 2025, at 4:30 PM EDT, and can direct inquiries to Livia M. Pippen at livia.m.pippen@uscg.mil.

Point(s) of Contact
Files
Title
Posted
The document outlines a solicitation (RFP number 70Z03825RB0000001) issued by the United States Coast Guard's Aviation Logistics Center for Performance-Based Logistics services. The RFP is prepared under FAR guidelines and is intended to negotiate and award an Indefinite Delivery Requirements type contract specifically to Rockwell Collins, Inc. on a sole source basis. This contract will comprise a one-year base period followed by four optional one-year periods. The solicitation is open for responsible sources to submit capability statements or proposals up until the deadline of March 18, 2025. Proposals must be submitted via email, following specific instructions outlined in attached documents that include a schedule, statement of work, terms and conditions, and wage determination. The competitive nature of the solicitation is limited due to the specific qualification of the service provider, indicating a focused procurement approach for essential logistics services for the USCG, ensuring operational readiness and support.
Apr 9, 2025, 8:08 PM UTC
Amendment 2 serves to update a federal request for proposals by extending the deadline for offers to April 16, 2025, and revising the Statement of Work to eliminate references to MH65D, HC130H, and HC144A aircrafts. It also incorporates changes in line with FAR Class Deviation 25-01, which aligns with Executive Orders aimed at combating illegal discrimination and upholding biological truths in government policy. Notably, clauses 52.222-21 and 52.222-26 regarding prohibited segregated facilities and equal opportunity have been unchecked, with new required notices added to the Terms and Conditions. The document includes multiple attachments referring to the combined synopsis solicitation and revised provisions. This amendment emphasizes the federal government's commitment to equity in procurement processes while also responding to changes in policy and requirements.
The United States Coast Guard (USCG) is soliciting proposals for Performance-Based Logistics services through a Request for Proposal (RFP) designated as 70Z03825RB0000001. This solicitation is structured as a sole source contract intended for Rockwell Collins, Inc. The contract will encompass an Indefinite Delivery Requirements type with a one-year base period followed by four optional one-year periods. The services are necessary for the Aviation Logistics Center (ALC) located in Elizabeth City, NC, and are to be purchased through individually funded task/delivery orders. The proposal submission deadline is April 16, 2025, at 4:30 pm EDT, and e-mailed quotations should reference the solicitation number. Interested vendors are encouraged to submit capability statements. The RFP aligns with federal procurement regulations as outlined in FAR Part 12 and FAR Part 15.
Apr 9, 2025, 8:08 PM UTC
The document outlines the U.S. Coast Guard's (USCG) owned assets, specifically detailing various pieces of equipment along with their National Stock Numbers (NSN), part numbers (PN), unit prices, and mean time between unscheduled removals (MTBUR) across several aircraft models. It serves as an amendment to a previous Statement of Work (SOW), focusing on the assessment and inventory of USCG assets necessary for operational readiness. Each asset listed is associated with various helicopters and airplanes, highlighting their individual importance through designated unit prices and maintenance metrics. The structured format allows for easy reference of essential components such as flight control computers, panels, display systems, and antennas, essential for mission-critical operations. This document plays a vital role in the federal procurement processes and is part of broader efforts to maintain the agency's operational capabilities while adhering to budgetary and logistical constraints. It underscores the USCG's commitment to asset management and readiness in fulfilling its mission.
Apr 9, 2025, 8:08 PM UTC
This document outlines Amendment 2 to the Statement of Work (SOW) Attachment B regarding Minimum Sparing Levels for U.S. Coast Guard (USCG) owned assets. It provides a comprehensive inventory of various equipment, categorized by type with corresponding National Stock Numbers (NSN) and part numbers (PNs). The listing includes details for equipment used across multiple USCG locations such as Collins, Cape Cod, Atlantic City, and more, specifying total quantities and unit allowances for each item. Key highlights include several components like the AFCS system, communication equipment, navigation systems, and various electronic units, each denoting their minimum spare levels necessary for operational readiness. The document also distinguishes equipment managed differently, notably COMSEC parts, indicating specific handling and shipping instructions. Overall, the purpose of this document is to ensure that critical USCG assets are adequately supported with spares to maintain operational effectiveness and preparedness. It reflects the government's commitment to providing necessary resources and logistics for safeguarding national maritime interests.
Apr 9, 2025, 8:08 PM UTC
The document outlines a government Request for Proposal (RFP) detailing a contract for Performance Based Logistics (PBL) services for various U.S. Coast Guard (USCG) aircraft, including MH65E, MH60T, HC27J, HC144, and HC130J. It specifies cost-reimbursement structures across multiple years, including a base year and four option years, with various Contract Line Item Numbers (CLINs) identified for specific labor hours and types of work. Each section identifies estimated quantities of hours for services, including labor rates tied to potential damage, obsolescence considerations, and reports (daily and monthly). Several items are marked for review or indecision with rates to be determined on an individual basis per task order, emphasizing flexibility according to client needs. The estimated total award amount remains undetermined, indicating that pricing structures depend on final agreements and the execution of task orders. This proposal serves as a framework for cost management and service delivery for the USCG's operational readiness in maintaining their aviation resources, highlighting both the logistical and strategic importance of such government contracts. The clarity of service expectations and financial assumptions lays the groundwork for future planning and accountability in government procurement.
The document is a Statement of Work (SOW) for Performance Based Logistics (PBL) services to support the United States Coast Guard (USCG) aircraft fleet. The contractor is responsible for managing and providing logistical support for USCG-owned assets, ensuring increased parts availability, reliability, and readiness. Key requirements include repair and overhaul of components, maintaining inventory levels, managing obsolescence, and producing performance reports. The SOW outlines the necessity for configuration control, documentation of repairs, and compliance with various regulatory standards, including federal aviation protocols. Additionally, it details the process for handling unusual damage, asset shipment, and inventory management. The contract ceiling is established at $99 million, accommodating changes in aircraft numbers and flight hours. Timelines for delivery of assets are strictly defined, with penalties for late delivery, emphasizing the urgency in aircraft readiness. This contract reflects the government's commitment to efficiently manage and sustain essential aviation resources.
The document outlines the contract provisions, clauses, and terms for performance-based logistics services related to the U.S. Coast Guard procurement process, specifically identified by solicitation number 70Z03825RB0000001. It establishes that acceptance of the order involves adherence to the Federal Acquisition Regulation (FAR) and the Homeland Security Acquisition Regulation (HSAR). Notably, the document highlights the necessity for entities to comply with representations regarding telecommunications services and equipment while specifying that certain clauses shall not be enforced in award decisions. Key points include the requirement for large businesses to submit a Small Business Subcontracting Plan and the submission format for proposals. Additionally, the document specifies various representations and certifications that bidders must complete, particularly concerning telecommunications equipment and past federal contract compliance. The evaluation of proposals is primarily focused on fair pricing due to the sole source nature of this acquisition. This summary represents essential provisions and conditions of federal contracting, which aim to ensure fair competition, compliance with regulations, and accountability in procurement processes.
The document outlines the contract provisions, clauses, and terms for performance-based logistics services under solicitation number 70Z03825RB0000001. Central to this solicitation are the Federal Acquisition Regulation (FAR) and Homeland Security Acquisition Regulation (HSAR) clauses, which must be adhered to when submitting proposals. Key points include instructions for offerors, including a specific 120-day price hold period, the requirement for large businesses to provide a Small Business Subcontracting Plan, and detailed submission requirements that must include a designated excel spreadsheet. Further provisions address telecommunications equipment, specifying prohibitions on contracting for certain technologies as outlined in the John S. McCain National Defense Authorization Act. Offerors must provide representations regarding their financial responsibility, including past legal liabilities, presence of federal contracts over $10 million, and disclosures related to child labor laws. The document emphasizes compliance with various federal statutes, including tax obligations, the Buy American Act, and restrictions concerning Iran. Overall, it establishes a framework for ensuring that government contracts are awarded responsibly while promoting small business participation and adherence to statutory requirements.
Apr 9, 2025, 8:08 PM UTC
The document provides the Wage Determination No. 2015-4977, under the Service Contract Act, detailing minimum wage requirements for federal contracts in designated Iowa counties. Key provisions include the stipulation that contracts initiated after January 30, 2022, must pay at least $17.20 per hour, while contracts awarded between January 1, 2015, and January 29, 2022, retain a minimum of $12.90 per hour unless higher rates apply. The document outlines various occupational wage rates and necessitates compliance with health and welfare benefits, vacation time, paid holidays, and sick leave as specified by Executive Orders. It also describes the process for classifying additional job rates not listed and addresses applicable fringe benefits. Overall, the determination ensures fair compensation and benefits for employees under government contracts, with a focus on compliance with labor standards and protection for workers in specified job classifications, while referencing the enduring principles of federal employment regulation.
Apr 9, 2025, 8:08 PM UTC
The United States Coast Guard (USCG) is soliciting proposals for an Indefinite Delivery Requirements contract with Rockwell Collins, Inc. for Performance-Based Logistics services at the Aviation Logistics Center in Elizabeth City, NC. This solicitation, numbered 70Z03825RB0000001, is being processed on a sole source basis, following FAR guidelines relevant to commercial items and competitive proposals. The contract will have a base period of one year, with four optional one-year extensions. Interested parties are invited to submit capability statements or proposals by the deadline of March 3, 2024, at 4:30 PM EST. Relevant attachments detailing the schedule, statement of work, terms and conditions, and wage determinations are included for reference. This initiative signifies the USCG's focus on securing specialized logistical support to ensure effective operations and maintenance of its aviation assets.
Lifecycle
Title
Type
Combined Synopsis/Solicitation
Similar Opportunities
Procurement of Various Items
Buyer not available
The Department of Homeland Security, specifically the U.S. Coast Guard's Aviation Logistics Center, is seeking proposals for the procurement of various aircraft parts and auxiliary equipment under solicitation number 70Z03825RJ0000003. This opportunity involves a sole source contract for new manufactured items from the Original Equipment Manufacturer, Sikorsky Aircraft Corporation, with a focus on ensuring all parts meet Federal Aviation Administration (FAA) safety standards and have clear traceability. The contract is anticipated to be an Indefinite Delivery Requirements type with a base period of one year and two optional one-year periods, totaling a maximum of three years. Interested vendors must submit their quotations by July 2, 2025, at 2:00 PM EDT, and can direct inquiries to Amy Whitehurst at Amy.E.Whitehurst2@uscg.mil.
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 parts from Sikorsky Aircraft Corporation under a sole source contract. The procurement includes specific items such as access doors, aircraft fairings, fairing assemblies, and fittings, with a total quantity of four each, and delivery dates ranging from January to October 2025. This acquisition is crucial for maintaining and enhancing the operational capabilities of the Coast Guard's aviation logistics, ensuring the availability of reliable and updated parts. Interested vendors may submit quotations to the primary contact, Paige Kressley, at Paige.E.Kressley@uscg.mil, or to the MRR Procurement Mailbox at mrr-procurement@uscg.mil, with a deadline for submissions set for May 1, 2025, at 2:00 PM EDT.
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.
Propeller Assembly Spare Parts
Buyer not available
The Department of Homeland Security, specifically the U.S. Coast Guard, is seeking sources for the manufacture and supply of propeller assembly spare parts for its HC-144 Maritime Patrol Aircraft. The procurement aims to sustain the operational readiness of these aircraft, which utilize specific components identified by part number 782750-14, and require all parts to be new with FAA traceability to the Original Equipment Manufacturer, Hamilton Sundstrand Corporation. Interested vendors are encouraged to provide detailed capability statements, including company information, product specifications, lead times, and any relevant certifications, with responses due by April 30, 2025, at 12:00 p.m. EST. For inquiries, contact Logan J. Brown at Logan.J.Brown3@uscg.mil or Thomas Meek at thomas.c.meek@uscg.mil, referencing Sources Sought 70Z03825IL0000005.
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: an oil cooler panel assembly, a fairing assembly, a panel assembly, and a drain assembly, with a total quantity of ten units for the fairing assembly and four units for each of the other components, all essential for the Coast Guard's aviation operations. The delivery of these items is requested within 365 days after receipt of order, with early shipments encouraged at no additional cost to the government. Interested parties may submit quotations to the designated contacts by May 1, 2025, at 2:00 PM EDT, referencing solicitation number 70Z03825QJ0000143.
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 maintaining the operational readiness of Coast Guard aviation assets. Interested vendors may submit quotations to Ashley R. Winslow at Ashley.R.Winslow@uscg.mil and mrr-procurement@uscg.mil by April 28, 2025, at 2:00 PM EDT, with the understanding that the procurement is unrestricted and will be awarded based on fair and reasonable pricing.
Procurement of Bearingless Window Track Sets
Buyer not available
The Department of Homeland Security, specifically the U.S. Coast Guard, is seeking proposals for the procurement of Bearingless Window Track Sets under solicitation number 70Z03825QJ0000003. This procurement is intended to establish a sole source contract with National Precision Bearing (NPB), the authorized distributor for Kamatics Corporation, to ensure the supply of specialized components essential for U.S. Coast Guard aircraft operations. The contract will encompass one base year and four optional years, with an estimated order of 15 units per period, and is expected to be awarded on or about June 1, 2025. Interested vendors must submit their quotations by May 1, 2025, at 2:00 PM EDT, and can direct inquiries to Cariss Perry at Cariss.T.Perry2@uscg.mil or the MRR Procurement Mailbox at mrr-procurement@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.
Procurement of Swashplate Assemblies
Buyer not available
The Department of Homeland Security, specifically the U.S. Coast Guard's Aviation Logistics Center, is seeking proposals for the procurement of Swashplate Assemblies under a Combined Synopsis/Solicitation notice. This procurement aims to acquire essential components for helicopter rotor systems, with an estimated requirement of 15 assemblies for the base year and increasing quantities of 20 and 25 assemblies for the subsequent option periods. The procurement process emphasizes transparency and compliance with federal regulations, as outlined in the accompanying justification and approval documents. Interested vendors should direct inquiries to Trenton Twiford at trenton.c.twiford@uscg.mil, with the solicitation anticipated to take effect on December 17, 2024.
RFP - MARITIME PATROL AIRCRAFT MAINTENANCE and LOGISTICAL SERVICES
Buyer not available
The Department of Homeland Security's Customs and Border Protection (CBP) is soliciting proposals for maintenance and logistical services for its Maritime Patrol Aircraft (MPA) fleet, which includes P-3 and DHC-8 aircraft. The contract requires comprehensive organizational and intermediate-level maintenance to ensure operational readiness, compliance with FAA regulations, and effective material management. This initiative is crucial for maintaining the CBP's aerial capabilities in safeguarding U.S. borders and enhancing mission effectiveness. Interested contractors should direct inquiries to Bartek Chwalek or Joquita Wheeler via email, with proposals due by May 6, 2025, at 5:00 PM EDT, as funding availability will determine contract awards.