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'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.
    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.
    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.
    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.
    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.
    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
    Procurement of Various Gearboxes
    Homeland Security, Department Of
    The Department of Homeland Security, specifically the U.S. Coast Guard's Aviation Logistics Center, is seeking proposals for the procurement of various gearboxes, including Main, Input Module, Intermediate, Tail Rotor, and Accessory Drive Gearboxes, under solicitation number 70Z03825RJ0000006. This procurement is critical for maintaining the operational readiness and safety of Coast Guard aviation assets, with an anticipated contract value of approximately $153 million if all options are exercised. The contract will be awarded on a sole-source basis to Sikorsky Aircraft Corporation, the only approved source, and will consist of a one-year base period with four one-year option periods. Interested vendors must submit their quotations by January 16, 2026, at 2:00 PM Eastern Time, and can direct inquiries to Amy Whitehurst at Amy.E.Whitehurst2@uscg.mil.
    Aircraft Maintenance Services for the MH-65
    Homeland Security, Department Of
    The Department of Homeland Security, specifically the U.S. Coast Guard, is seeking qualified contractors to provide aircraft maintenance services for the MH-65 fleet at the Aviation Logistics Center (ALC) in Elizabeth City, NC. The procurement involves planned depot maintenance every 48 months, including disassembly, cleaning, repair, repainting, and reassembly of the aircraft, with specific staffing requirements for various Aircraft Mechanic roles and Helpers. This contract is critical for ensuring the operational readiness of the USCG's aircraft and will be awarded as an Indefinite Delivery Requirements type contract with a one-year base period and up to four option years. Interested parties must submit proposals by December 4, 2025, at 3:00 PM EST, and can direct inquiries to Destiny Ornelas at destiny.a.ornelas2@uscg.mil.
    Procurement of Main Landing Gear and Nose Landing Gear Tires in Support of the HC-144 Aircraft
    Homeland Security, Department Of
    The Department of Homeland Security, specifically the U.S. Coast Guard, is seeking proposals for the procurement of Main Landing Gear (MLG) and Nose Landing Gear (NLG) tires to support the HC-144 aircraft. This procurement will be conducted as a combined synopsis/solicitation, with the intention of awarding a single Indefinite Delivery Requirements Contract that includes a one-year base period and four one-year option periods, all under a firm-fixed pricing structure. The tires are classified as Critical Safety Items (CSIs) and are essential for maintaining aircraft airworthiness and mission support, with the estimated total contract value being approximately $2,389,202. Interested vendors must submit their proposals by January 9, 2026, at 4:00 PM Eastern Time, and should direct any inquiries to Steven Goodwin at steven.a.goodwin@uscg.mil.
    Overhaul of Spindles, Modulation Valves, Bifilar Assemblies, Hubs and Retention Plate Assemblies.
    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 spindles, modulation valves, bifilar assemblies, hubs, and retention plate assemblies for its MH-60T aircraft. The procurement involves a sole-source contract with Sikorsky Aircraft Corporation, requiring all components to have traceability to the OEM and compliance with FAA guidelines to ensure safety and airworthiness. The contract will be structured as an Indefinite Delivery Requirements type with a one-year base period and two optional one-year extensions, totaling a maximum duration of three years. Interested vendors must submit their quotations by February 27, 2026, with the anticipated award date around June 17, 2026; inquiries can be directed to Trenton Twiford at trenton.c.twiford@uscg.mil.
    Purchase of Automatic Flight Control System (AFCS) Control Panel
    Homeland Security, Department Of
    The Department of Homeland Security, through the United States Coast Guard (USCG) Aviation Logistics Center, is seeking to procure Automatic Flight Control System (AFCS) Control Panels for the MH-60T aircraft. This procurement involves a sole-source contract with Sikorsky Aircraft Corporation, the Original Equipment Manufacturer (OEM) and the only approved source for these critical components, which are essential for maintaining the operational capabilities of the USCG. The estimated contract value is approximately $6,794,596, covering one base year and two option years, with funding allocated from Operations and Support funds for fiscal years 2025-2028. Interested vendors must submit their quotes by November 20, 2025, at 2:00 PM EST, to Steven Levie at steven.a.levie@uscg.mil, ensuring compliance with all specified requirements and certifications.
    Repair/Repair and Modify Fuel Management Panels
    Homeland Security, Department Of
    The Department of Homeland Security, specifically the United States Coast Guard (USCG), is seeking a contractor to repair and modify fuel management panels for MH-60T aircraft. The procurement involves services such as testing, evaluation, and repair of components in accordance with Original Equipment Manufacturer (OEM) specifications and FAA guidelines, with the contractor required to be an approved repair facility and possess OEM certifications. These fuel management panels are critical for the operational readiness of the aircraft, ensuring safety and efficiency in air transportation. Interested vendors must submit their quotations by December 18, 2025, at 2:00 PM EST, and can direct inquiries to Julie Lininger at julie.g.lininger@uscg.mil. The contract is unrestricted, with a delivery timeline of 250 days after receipt of order, and the solicitation number for tracking is 70Z03825QJ0000379.
    Low Level Contr
    Homeland Security, Department Of
    The Department of Homeland Security, specifically the U.S. Coast Guard's Aviation Logistics Center, is seeking quotations for the procurement of eight Low Level Control units, identified by National Stock Number 6680-01-337-0653 and part numbers 30052-000-01 and 70307-82802-103. These items are critical for ensuring the operational readiness of U.S. Coast Guard aircraft, requiring clear traceability to the Original Equipment Manufacturers, Simmonds Precision Products INC and Sikorsky Aircraft Corporation. Interested vendors must submit their offers by December 22, 2025, at 2:00 PM EST, with the anticipated award date set for December 29, 2025. For further inquiries, potential offerors can contact Paige Kressley at Paige.E.Kressley@uscg.mil or the MRR Procurement Mailbox at mrr-procurement@uscg.mil.
    Controller W, AIRPR
    Homeland Security, Department Of
    The Department of Homeland Security, specifically the U.S. Coast Guard's Aviation Logistics Center, is seeking quotations for the procurement of eight (8) Controller W, AIRPR units, identified by part number 773040-2 and national stock number 1660-01-164-4292. This procurement is a combined synopsis/solicitation under solicitation number 70Z03826QJ0000020, which requires that all items have traceability to the Original Equipment Manufacturer (OEM), Hamilton Sundstrand Corporation, ensuring compliance with federal regulations. The anticipated award will be made on a sole-source basis, with a firm-fixed price purchase order expected to be issued around January 5, 2026. Interested vendors must submit their quotations by December 30, 2025, at 2:00 PM EST, and can direct inquiries to Julie Lininger at julie.g.lininger@uscg.mil or the MRR Procurement Mailbox at mrr-procurement@uscg.mil.
    ADAPTER, PROP BALANCER
    Homeland Security, Department Of
    The Department of Homeland Security, specifically the U.S. Coast Guard's Aviation Logistics Center, is seeking to procure an "ADAPTER, PROP BALANCER" from GE Aviation Systems LLC, the Original Equipment Manufacturer. This procurement is a sole-source acquisition under the Defense Logistics Agency’s Basic Ordering Agreement, with a focus on obtaining a specific item identified by NSN 4920-01-503-3363 and Part Number 7A071, which is critical for aircraft maintenance and repair operations. Interested vendors are encouraged to submit quotations by the extended deadline of January 8, 2026, with early delivery options welcomed, and should direct their inquiries to Stacey M. Riggs at Stacey.M.Riggs@uscg.mil or William T. Swinson at William.T.SwinsonII@uscg.mil.
    Time Charter Lease for Transportation and Logistics Support in Support of United States Coast Guard (USCG)
    Homeland Security, Department Of
    The Department of Homeland Security, specifically the United States Coast Guard (USCG), is soliciting proposals for a Multiple-Award Indefinite Delivery, Indefinite Quantity (MA IDIQ) contract to provide command, control, and logistics support services for USCG missions. The contract will require the provision of U.S.-built vessels capable of operating in various regions, including the Caribbean Basin and Polar Regions, with specific operational capabilities such as a 2,000 nautical mile range, 30 days of endurance, and the ability to accommodate 12 Coast Guard personnel. This procurement is crucial for ensuring effective maritime operations and logistics support, with a cumulative ceiling of $99 million over a five-year period, starting from April 1, 2026, to March 31, 2031. Interested vendors can reach out to primary contact Justin Geisendaffer at justin.m.geisendaffer@uscg.mil or secondary contact Sara Andrukonis at sara.k.andrukonis@uscg.mil for further details.