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
    Description

    The Department of Homeland Security, specifically the U.S. Coast Guard (USCG), is soliciting proposals for Performance-Based Logistics (PBL) services at the Aviation Logistics Center (ALC) in Elizabeth City, NC, under solicitation number 70Z03825RB0000001. The contract aims to provide logistical support for various USCG aircraft, ensuring increased parts availability, reliability, and operational readiness, with a focus on repair, overhaul, and inventory management. This initiative is critical for maintaining the effectiveness of the USCG's aviation assets, reflecting the government's commitment to efficient resource management. Interested parties must submit their proposals by March 3, 2024, at 4:30 PM EST, and can direct inquiries to Livia M. Pippen at livia.m.pippen@uscg.mil or Gabrielle Berry at Gabrielle.M.Berry2@uscg.mil. The contract has a ceiling of $99 million and includes a base year with four optional extensions.

    Point(s) of Contact
    Files
    Title
    Posted
    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 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.
    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.
    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
    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 electronic and mechanical components under solicitation number 70Z03825QJ0000024. The contract will cover a base year and four option years, focusing on items such as logic units, antennas, G switches, and spacers, with bidders required to provide pricing and lead times for each item listed in the schedule. These components are critical for maintaining operational effectiveness within the Coast Guard's aviation capabilities. Interested vendors should direct inquiries to Tiffany Cherry at Tiffany.R.Cherry2@uscg.mil or call 206-863-2026, and are advised to review the terms and conditions outlined in the attached documents to ensure compliance with federal procurement standards.
    Various Items
    Buyer not available
    The Department of Homeland Security, specifically the U.S. Coast Guard's Aviation Logistics Center (ALC), intends to award a sole source contract to Sikorsky Aircraft Corporation for various aviation parts and services. The procurement includes specific items such as access doors, aircraft fairings, fairing assemblies, and fittings, with delivery timelines ranging from January 2026 to October 2025, reflecting the Coast Guard's commitment to maintaining and enhancing its aviation logistics capabilities. Interested vendors may submit quotations for consideration by the agency, with a deadline set for 2:00 P.M. (EST) on February 25, 2025, to the primary contact, Paige Kressley, at Paige.E.Kressley@uscg.mil, or the secondary contact at mrr-procurement@uscg.mil. The solicitation number for tracking purposes is 70Z03825QJ0000172, and the procurement is unrestricted with no small business set-aside.
    Aircraft Maintenance Services (AMS) and Depot Level Maintenance (DLM)
    Buyer not available
    The Department of Homeland Security, through the United States Coast Guard (USCG) Aviation Logistics Center (ALC), is seeking qualified contractors to provide Aircraft Maintenance Services (AMS) and Depot Level Maintenance (DLM) for its aviation operations. The procurement aims to ensure comprehensive maintenance, repair, and overhaul of USCG aircraft and related equipment, with a focus on maintaining operational readiness and compliance with safety and quality standards. This contract, which spans from March 16, 2025, to March 15, 2030, includes a total small business set-aside and emphasizes the need for skilled personnel across various labor categories, including Senior Project Managers and Aircraft Mechanics. Interested parties should direct inquiries to Amy Whitehurst at Amy.E.Whitehurst2@uscg.mil, with proposals due by the specified deadlines.
    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 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.
    Various Items
    Buyer not available
    The Department of Homeland Security, specifically the U.S. Coast Guard's Aviation Logistics Center, is seeking bids for the procurement of various aviation components essential for operational readiness. The request includes four specific items: a power control quadrant, position sensor, exhaust assembly, and structural fitting, with a required quantity of four units for each item and a delivery deadline set for February 10, 2026. These components are critical for maintaining and enhancing the functionality of aircraft, ensuring safety and efficiency in aviation operations. Interested vendors should direct inquiries to Ashley R. Winslow at Ashley.R.Winslow@uscg.mil or the MRR Procurement Mailbox at mrr-procurement@uscg.mil, and all quotes must clarify shipping costs, particularly if F.O.B. origin is indicated.
    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".
    Various Items
    Buyer not available
    The Department of Homeland Security, specifically the U.S. Coast Guard's Aviation Logistics Center, is seeking quotations for the procurement of various aviation components. The items required include an "Enclosure AY, R/H" and a "Roll Coupler Panel," with a total of three units requested for each item, and delivery dates set for February 1, 2026, and September 1, 2026, respectively. This procurement is crucial for maintaining the operational readiness of the Coast Guard's aviation capabilities, highlighting the importance of effective logistics management in supporting their missions. Interested suppliers should direct inquiries to Michelle Monds at Michelle.R.Monds@uscg.mil or the MRR Procurement Mailbox at mrr-procurement@uscg.mil, ensuring they include shipping costs as per the specified terms.
    Blade Fold Tail Fold (BFTF) Components
    Buyer not available
    The Department of Homeland Security, specifically the U.S. Coast Guard, is seeking proposals for the procurement of Blade Fold Tail Fold (BFTF) components through a combined synopsis/solicitation process. This solicitation aims to acquire new purchases of critical aviation maintenance supplies, including various assemblies such as pressure plates, dampers, and shaft assemblies, over a defined performance period that includes a base period and four optional periods. These components are essential for ensuring the operational readiness and safety compliance of the Coast Guard's aviation assets. Interested vendors should submit their proposals, including pricing and compliance documentation, to Amy Whitehurst at Amy.E.Whitehurst2@uscg.mil, with the solicitation number 70Z03825DJXXXXXXX guiding the submission process.
    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.