Open inspect and report IMU, CALIBRATED
ID: 70Z08025QMETY060Type: Combined Synopsis/Solicitation
Overview

Buyer

HOMELAND SECURITY, DEPARTMENT OFUS COAST GUARDSFLC PROCUREMENT BRANCH 1(00080)NORFOLK, VA, 23510, USA

NAICS

Electronic and Precision Equipment Repair and Maintenance (81121)

PSC

NAVIGATIONAL INSTRUMENTS (6605)
Timeline
  1. 1
    Posted Apr 1, 2025, 12:00 AM UTC
  2. 2
    Updated Apr 1, 2025, 12:00 AM UTC
  3. 3
    Due Apr 8, 2025, 1:00 PM UTC
Description

The Department of Homeland Security, specifically the U.S. Coast Guard, is seeking qualified contractors to perform the opening, inspection, reporting, and overhaul/repair of two Inertial Measurement Units (IMUs), identified by stock number 6605-01-523-8655 and part number 1982418, manufactured by Northrop Grumman Systems. The procurement requires adherence to strict specifications for electronic equipment repairs, including compliance with military packaging and marking standards, ensuring that each unit is preserved for a minimum of two years and packaged securely for transport. This equipment is critical for the operational capabilities of Coast Guard vessels, particularly the MK39 Mod 3A Gyrocompass Inertial Navigation System. Interested contractors must submit their quotes by the deadline, with delivery expected no later than July 12, 2025, to the U.S. Coast Guard's Surface Force Logistics Center in Baltimore, MD. For inquiries, contact Eric Goldstein at Eric.I.Goldstein@uscg.mil.

Point(s) of Contact
Files
Title
Posted
Apr 1, 2025, 6:04 PM UTC
The provision 52.212-3 outlines the "Offeror Representations and Certifications—Commercial Products and Commercial Services," which is a crucial element in the federal procurement process. It requires the Offeror to complete specific certifications depending on their electronic submissions in the System for Award Management (SAM). Key definitions include terms related to small business classifications, child labor standards, the place of manufacture, and restricted business operations, particularly regarding Sudan and telecommunications equipment. The document states that Offerors must complete representations related to business size, type (such as veteran-owned or women-owned), and compliance with various Federal laws. Additional certifications encompass adherence to child labor laws, tax liability disclosures, and information pertaining to the ownership or control of the Offeror. Moreover, specific sections require detailed disclosures regarding environmental compliance and operational integrity, including statements on not utilizing sensitive technology related to Iran. Overall, this provision is pivotal for ensuring compliance, ethical operations, and accurate representation in federal contracting, emphasizing the importance of transparency and integrity in governmental dealings.
Apr 1, 2025, 6:04 PM UTC
The document outlines the overhaul requirements for the Inertial Navigation System (INS) used on the Coast Guard vessels WMEC 270 and WMEC 282. The component specified, identified by stock number 6605-01-523-8655 and part number 1982418, is crucial to the MK39 Mod 3A Gyrocompass INS and includes an Inertial Measurement Unit (IMU). Contractors must adhere to the SFLC specification for electronic equipment repairs, with items needing to meet strict packaging and marking guidelines according to military standards. Each unit is to be individually preserved for a minimum of two years and packaged in sturdy wooden boxes for protection during transport. Acceptance of the items is contingent upon verification by a government representative, who will ensure correct order fulfillment and compliance with packaging requirements. The estimated cost for this overhaul is capped at $56,520. Northrop Grumman Systems is identified as a recommended source for these repairs, with a specified point of contact and a two-year warranty against defects post-delivery. This request emphasizes the Coast Guard's commitment to maintaining high standards for operational equipment.
Lifecycle
Title
Type
Combined Synopsis/Solicitation
Similar Opportunities
open, inspect and report OPERATOR INTERFACE, ELECTRONIC
Buyer not available
The Department of Homeland Security, specifically the U.S. Coast Guard, is seeking qualified contractors to open, inspect, report, and overhaul electronic operator interface components, specifically part number 76737-16, with a total quantity of nine units. The overhaul must comply with the ELC Number R-400-299-J specification and include a standard manufacturer's warranty of up to two years post-delivery, ensuring that all items are delivered in compliance with packaging and preservation standards to prevent deterioration. This procurement is critical for maintaining the functionality of fire and smoke alarm systems aboard Coast Guard vessels, with a total estimated cost for the overhaul capped at $8,495 per unit. Interested vendors must submit their quotes by August 7, 2024, and direct any inquiries to Eric Goldstein at Eric.I.Goldstein@uscg.mil.
KIT, UPGRADE, THRUSTER DRIVE C
Buyer not available
The Department of Homeland Security, specifically the U.S. Coast Guard's Surface Forces Logistics Center, is seeking quotes for the procurement of ten "KIT, UPGRADE, THRUSTER DRIVE C" units. This solicitation requires vendors to adhere to strict specifications regarding delivery, packaging, and labeling, with a mandatory delivery date set for April 25, 2025, and no substitutions allowed without prior approval. The goods are essential for maintaining operational capabilities within the Coast Guard fleet, emphasizing the importance of compliance with military packaging standards and quality assurance protocols. Interested vendors must submit their quotes by April 30, 2025, and ensure they are registered in SAM.gov; for further inquiries, they can contact Daniel J. Nieves or Stephanie Garity via the provided email addresses.
Repair of EGI Computers for the HC-27J Aircraft
Buyer not available
The Department of Homeland Security, specifically the U.S. Coast Guard, is seeking qualified vendors to provide repair services for EGI Computers used in the HC-27J Aircraft. The procurement involves the repair of three specific parts, requiring compliance with Original Equipment Manufacturer (OEM) standards and FAA certification, with a focus on ensuring airworthiness and safety in aircraft maintenance. This opportunity is critical for maintaining operational readiness and safety standards within the Coast Guard's aviation fleet. Interested vendors must submit their quotations by April 30, 2025, at 4:00 PM EST, and can direct inquiries to Allison T. Meads at allison.t.meads@uscg.mil, referencing solicitation number 70Z03825QW0000067.
Logic Unit and Antenna Repairs
Buyer not available
The Department of Homeland Security, specifically the U.S. Coast Guard's Aviation Logistics Center, is seeking quotations for the repair of Logic Units and Antennas under Solicitation number 70Z03825QJ0000108. The procurement aims to establish a sole-source Indefinite Delivery Requirements contract with Specmat Technologies, Inc., focusing on repairs that ensure compliance with Federal Aviation Administration (FAA) guidelines and maintain the operational capability of U.S. Coast Guard aircraft. This contract will span a base period of one year with four optional one-year extensions, with all repairs requiring traceability to the Original Equipment Manufacturer and adherence to specified safety standards. Interested contractors must submit their quotations by May 2, 2025, at 2:00 PM Eastern Daylight-Saving Time, with the anticipated award date around May 16, 2025. For inquiries, contact Trenton Twiford at trenton.c.twiford@uscg.mil.
MH-65 Repair
Buyer not available
The Department of Homeland Security, specifically the U.S. Coast Guard, is seeking quotations for the repair of hover landing lights as part of a combined synopsis/solicitation under solicitation number 70Z03825QB0000077. The procurement involves the repair and evaluation of three units of the hover landing light (NSN: 6210-01-HS3-0341, Part Number: 113PE01BABY00), with a focus on ensuring compliance with federal acquisition regulations and the provision of OEM parts and technical expertise. This opportunity is critical for maintaining the operational readiness of U.S. Coast Guard aircraft, emphasizing the importance of quality repairs and adherence to labor standards. Interested contractors must submit their quotes by April 28, 2025, at 9:00 AM EDT, and can direct inquiries to Selmary Melendez at Selmary.MelendezGonzalez3@uscg.mil.
Repair of CNIS Processor
Buyer not available
The Department of Homeland Security, specifically the U.S. Coast Guard, is seeking quotations for the repair of two CNIS Processors, with the potential to increase the quantity to four units within one year of the initial award. This procurement is critical for maintaining the operational readiness of aircraft components, as the CNIS Processors are essential for air transportation support activities. Interested vendors must submit their quotations by March 7, 2025, at 12:00 PM Eastern Standard Time, with the anticipated award date around March 4, 2025. For further inquiries, vendors can contact Camille Craft at Emma.C.Craft@uscg.mil or Kiley Brown at Kiley.E.Brown2@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.
14--GYRO,SUBASSEMBLY, IN REPAIR/MODIFICATION OF
Buyer not available
The Department of Defense, specifically the Department of the Navy through NAVSUP Weapon Systems Support Mechanicsburg, is soliciting proposals for the repair and modification of gyro subassemblies. The procurement aims to ensure that the repaired components meet operational and functional requirements as outlined in the Statement of Work (SOW) and associated technical documents. These gyro subassemblies are critical components in guided missile systems, underscoring their importance in national defense operations. Interested contractors must submit their proposals by May 21, 2025, via NECO or email, and can contact Justin Long at 717-605-1456 or JUSTIN.T.LONG27.CIV@US.NAVY.MIL for further information.
Repair Satcum SDU
Buyer not available
The Department of Homeland Security, specifically the U.S. Coast Guard, is seeking a contractor to repair the SATCOM SDU for the HC-144 aircraft under solicitation number 70Z03825QW0000057. The procurement requires compliance with Original Equipment Manufacturer (OEM) specifications and FAA certification for the repair services, emphasizing the need for technical expertise and capability in handling Coast Guard aircraft components. This repair is critical for maintaining the operational readiness of the HC-144 aircraft, which plays a vital role in Coast Guard missions. Interested vendors must submit their qualifications by March 28, 2025, and can contact Debra Heath at debra.w.heath@uscg.mil for further information.
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.