Ground and In-Flight Halon Gas Testing
ID: 70Z03825QB0000123Type: Combined Synopsis/Solicitation
Overview

Buyer

HOMELAND SECURITY, DEPARTMENT OFUS COAST GUARDAVIATION LOGISTICS CENTER (ALC)(00038)Elizabeth City, NC, 27909, USA

NAICS

All Other Professional, Scientific, and Technical Services (541990)

PSC

MAINT/REPAIR/REBUILD OF EQUIPMENT- AIRCRAFT AND AIRFRAME STRUCTURAL COMPONENTS (J015)
Timeline
    Description

    The Department of Homeland Security, specifically the U.S. Coast Guard's Aviation Logistics Center, is seeking proposals for ground and in-flight Halon gas concentration testing and analysis for the MH-65E engine fire extinguishing system. The contractor will be responsible for providing all necessary test equipment and labor, conducting tests at the ALC SRR in Elizabeth City, NC, and ensuring compliance with FAA and military standards. This testing is crucial for evaluating the effectiveness of modified engine cowling configurations in extinguishing fires, with data collection required at multiple engine compartment locations. Interested vendors must submit their quotations by August 22, 2025, at 1:00 PM EDT, and can direct inquiries to Mary Elaina Price at elaina.m.price@uscg.mil or Terrie L. Pickard at Terrie.L.Pickard@uscg.mil.

    Point(s) of Contact
    Files
    Title
    Posted
    The Request for Quotation (RFQ) 70Z03825QB0000123 is seeking proposals for ground and in-flight Halon gas concentration testing and analysis, as specified in the Statement of Work, Page 1, Paragraph 3. The RFQ requires vendors to be registered in SAM.GOV and to fill in yellow boxes for pricing information, including unit price, quantity, maximum quantity, unit of issue, and days after receipt of order. The total estimated cost for the service is $0.00, with no estimated shipping cost. Additional pricing information, such as discounts or fees, can be indicated. For questions, interested parties should contact Elaina.M.Price@uscg.mil. This document serves as a standard government solicitation for specialized services.
    The document is a Request for Quotation (RFQ) identified as 70Z03825QB0000123, detailing a procurement opportunity from the U.S. Coast Guard. The primary focus is on the acquisition of Ground and In-Flight Halon Gas, emphasizing the need for concentration testing and analysis in accordance with the provided Statement of Work. The RFQ specifies a quantity of one unit, with a firm fixed price that totals $0.00, indicating either an absence of cost or a placeholder for potential bids. Essential details include the requirement for shipping information, although costs are not provided. Additionally, the document invites bidders to indicate any additional pricing information, such as discounts. The RFQ seeks clarification through a designated contact, Elaina M. Price, for any inquiries regarding the submission process. Overall, this RFQ illustrates a formal solicitation for specific environmental safety supplies and services within the framework of federal procurement processes, adhering to necessary guidelines and compliance directives.
    The United States Coast Guard (USCG) Aviation Logistic Center (ALC) requires a contractor to perform on-ground and in-flight HALON gas concentration testing and analysis for the MH-65E engine fire extinguishing system. The contractor must provide all necessary test equipment and labor, with work performed at the ALC SRR in Elizabeth City, NC. Testing must comply with FAA Advisory Circular 20-100, MIL-HDBK-516C, 14 CFR 25, and the SRR Halon Concentration Test Plan. The contractor must be FAA-approved for certifying Halon 1301. Testing will include a ground systems check and flight regimes such as In Ground Effect (IGE) hover, single-engine level flight at 2,000ft AGL, and maximum power single-engine climb, covering one to four aircraft configurations. The contractor will collect data at 12 discreet engine compartment locations and provide an analysis of concentration by weight, percent by volume, and relative concentration percentage. The goal is to determine if a modified engine cowling configuration effectively extinguishes fires.
    The United States Coast Guard (USCG) is seeking a contractor to perform HALON gas concentration testing and analysis for the MH-65E engine fire extinguishing system at the Aviation Logistic Center (ALC) in Elizabeth City, NC. The contractor must provide all necessary equipment and labor, with capabilities to test HALON concentrations under both in-flight and on-ground conditions, adhering to specific military and aviation safety guidelines. Key testing requirements include analyzing gas concentrations at 12 distinct engine compartment locations during various flight regimes, such as hover and single-engine climb. The objective is to evaluate whether modifications to the engine cowling will ensure effective fire extinguishing within the engine compartment. USCG personnel will assist the contractor in equipment setup and testing procedures, ensuring compliance with FAA standards throughout the process. The successful execution of this contract is crucial for enhancing maritime aviation safety.
    This government solicitation (70Z03825QB0000123) outlines the terms and conditions for federal acquisitions, emphasizing compliance with Federal Acquisition Regulation (FAR) and Homeland Security Acquisition Regulation (HSAR) clauses. It details specific clauses that will not be considered for award decisions, and the applicability of Service Contract Labor Standards, requiring offerors to request wage determinations for unlisted performance locations. Key submission requirements include completing the "Requirements" document and FAR Provision 52.204-24. Award will be based on the lowest-priced, technically acceptable offer, with technical capability evaluated against Statement of Work (SOW) requirements. The document also includes extensive representations and certifications related to business size, ownership, labor practices, trade agreements, and telecommunications equipment, which offerors must complete. Invoicing instructions and basic safeguarding requirements for contractor information systems are also provided.
    The document outlines the terms and conditions applicable to the solicitation 70Z03825QB0000123, focusing on federal acquisition regulations and guidelines for offerors. It clarifies that acceptance of the order acknowledges compliance with all stated terms, which take precedence over other documents. Offerors must ensure their registration is current in the System for Award Management (SAM) and must comply with labor standards under the Service Contract Labor Standards. The evaluation will prioritize the lowest priced offer that is technically acceptable, requiring detailed responses related to technical capabilities as specified in the Statement of Work (SOW). Additionally, it outlines the submission requirements for various representations or certifications, especially regarding socio-economic status, environmental compliance, and performance standards. The document emphasizes the need for accuracy in representations related to telecommunications and child labor compliance, ensuring that any procurement aligns with federal standards. By establishing clear expectations, the solicitation aims to maintain the integrity of government contracting and encourage competition among diverse businesses, particularly those owned by historically disadvantaged groups.
    Lifecycle
    Title
    Type
    Combined Synopsis/Solicitation
    Similar Opportunities
    52000QR260001472 USCGC BAILEY BARCO FM200 AND GALLEY HOOD INSPECTION
    Buyer not available
    The Department of Homeland Security, specifically the U.S. Coast Guard, is seeking qualified small businesses to conduct inspection and testing of the fire suppression systems aboard the CGC Bailey Barco, including five-year visual inspections for six FM200 cylinders and hydrostatic testing of the galley system. This procurement is critical for ensuring the operational readiness and safety compliance of the cutter's fire suppression systems, adhering to established maintenance procedures and industry standards. Interested vendors must have trained personnel with relevant experience in marine Chemetron Fire Systems and are required to submit their proposals by December 17, 2025, with the work to be completed by December 30, 2025. For further inquiries, vendors can contact Timothy Ford at timothy.s.ford@uscg.mil or Joshua Miller at joshua.n.miller@uscg.mil.
    MH-65 Environmental Control System (ECS), Procurement and Sustainment; Request for Information (RFI)
    Buyer not available
    The Department of Homeland Security, specifically the U.S. Coast Guard, is seeking information from industry regarding the procurement and sustainment of an Environmental Control System (ECS) for the MH-65 helicopter. The objective is to identify a replacement for the current vapor cycle refrigeration system that is lighter and offers greater cooling capacity, while also ensuring compatibility with existing aircraft specifications and operational requirements. The MH-65, a critical asset for search and rescue operations, requires an ECS that can maintain optimal cabin and avionics temperatures under varying environmental conditions, with specific performance objectives outlined in the accompanying documents. Interested vendors must submit their capability statements and responses to the RFI by December 19, 2025, at 12:00 PM EST, to Elaina.M.Price@uscg.mil, referencing the solicitation number 70Z03826IB0000024.
    Repair of Hover Landing Light
    Buyer not available
    The Department of Homeland Security, specifically the U.S. Coast Guard's Aviation Logistics Center (ALC), is seeking quotes for the repair of Hover Landing Lights used in their MH-65 helicopter fleet. The procurement involves an Indefinite Delivery Requirements type contract for testing, evaluation, and repair services, adhering to Original Equipment Manufacturer (OEM) Component Maintenance Manuals and U.S. Coast Guard specifications. This contract will consist of a one-year base period with four optional one-year extensions, emphasizing the importance of maintaining operational readiness for critical aviation equipment. Interested vendors must submit their quotations by December 12, 2025, at 12:00 PM EST, to Alyson Harrison at Alyson.S.Harrison2@uscg.mil, and are encouraged to review the attached documents for detailed requirements and evaluation criteria.
    Purchase Test Adapters for U.S. Coast Guard Aircraft
    Buyer not available
    The Department of Homeland Security, specifically the U.S. Coast Guard, is seeking quotations for the purchase of test adapters for aircraft, under solicitation number 70Z03826QE0000007. The procurement involves acquiring three test adapters, with an option for up to ten additional units, to be delivered within 45 days after receipt of order to Elizabeth City, North Carolina. These test adapters are critical for ensuring the operational readiness and maintenance of U.S. Coast Guard aircraft. Interested vendors must submit their quotations by December 15, 2025, with questions due by December 10, 2025, and are encouraged to contact Denise Bulone or William P. Morris for further information.
    MH-65 Spare Parts
    Buyer not available
    The Department of Homeland Security, specifically the U.S. Coast Guard Aviation Logistics Center, is seeking quotations for the procurement of MH-65 spare parts, specifically a "BEAM ASSY CENTER" with part number 366A21-1100-0003 and NSN 1560-14-497-8586, with a total quantity of four units. These parts are critical for maintaining the operational readiness of Coast Guard aircraft, and the procurement emphasizes the need for OEM-traceable components to ensure quality and compliance with federal regulations. Interested vendors must submit their quotes by the extended deadline of March 19, 2026, at 10:00 am EST, and are encouraged to contact Hartley K. Askew at hartley.k.askew@uscg.mil for further inquiries regarding the solicitation number 70Z03825QB0000062.
    Blast System Service
    Buyer not available
    The Department of Homeland Security, specifically the U.S. Coast Guard's Aviation Logistics Center, is soliciting proposals for the service and repair of the Pauli Blast System (RAM 11 and RAM 35B Models) located in Elizabeth City, North Carolina. The procurement aims to restore the system to full operational status, ensuring compliance with OEM specifications and U.S. Coast Guard safety standards while minimizing downtime. This opportunity is critical for maintaining the functionality of specialized equipment used in aviation logistics, and it is anticipated that a firm-fixed price purchase order will be awarded on a sole source basis to the Original Equipment Manufacturer (OEM), Pauli Systems, Inc., or authorized distributors. Interested vendors must submit their quotations by December 8, 2025, at 5:30 p.m. Eastern Time, with email submissions preferred to Samuel.J.Ownley2@uscg.mil, referencing solicitation number 70Z03826QK0000002.
    Purchase of Automatic Flight Control System (AFCS) Control Panel
    Buyer not available
    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.
    Test, Teardown, Evaluation and Repair of Aircraft Jacks
    Buyer not available
    The Department of Homeland Security, specifically the U.S. Coast Guard's Aviation Logistics Center, is seeking a contractor for the test, teardown, evaluation, and repair of various aircraft jacks and tripods under solicitation number 70Z03826QE0000004. The procurement involves a requirements contract for the overhaul of specific hydraulic and aircraft jacks, with a base performance period from August 4, 2026, to August 3, 2027, and four optional one-year extensions, potentially extending the contract until August 3, 2031. These services are critical for maintaining operational readiness and safety of aircraft equipment, ensuring compliance with OEM specifications and quality standards. Interested parties must submit their quotations by December 11, 2025, at 3:00 p.m. Eastern Time, with email submissions preferred to William.T.Swinson3@uscg.mil.
    Aircraft Maintenance Services for the MH-65
    Buyer not available
    The Department of Homeland Security, specifically the U.S. Coast Guard's Aviation Logistics Center, is seeking proposals for aircraft maintenance services for the MH-65 aircraft fleet. The contract will cover planned depot maintenance, including disassembly, cleaning, repair, repainting, and reassembly, with a performance period consisting of a one-year base and up to four one-year option periods. This procurement is critical for ensuring the operational readiness of the Coast Guard's aircraft, which play a vital role in national security and emergency response. Interested contractors must be enrolled in the 8(a) business development program and submit their proposals by December 4, 2025, at 3:00 PM EST, with inquiries directed to Destiny Ornelas at destiny.a.ornelas2@uscg.mil.
    Overhaul of Spindles, Modulation Valves, Bifilar Assemblies, Hubs and Retention Plate Assemblies.
    Buyer not available
    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.