Evaluation and Calibration of the Air Data Test Set (ADTS) Calibrator (ADC-2500V3)
ID: 70Z03825QE0000041Type: Combined Synopsis/Solicitation
AwardedMay 7, 2025
$9.9K$9,900
AwardeeTestvonics Inc Peterborough NH 03458 USA
Award #:70Z03825PD0000043
Overview

Buyer

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

NAICS

Electronic and Precision Equipment Repair and Maintenance (811210)

PSC

MAINT/REPAIR/REBUILD OF EQUIPMENT- INSTRUMENTS AND LABORATORY EQUIPMENT (J066)
Timeline
    Description

    The Department of Homeland Security, specifically the U.S. Coast Guard's Aviation Logistics Center, is seeking a contractor for the evaluation and calibration of the Air Data Test Set (ADTS) Calibrator (ADC-2500V3). The procurement aims to ensure that the calibrator meets acceptable performance levels and adheres to OEM specifications, with contractors required to maintain detailed records and provide certificates of calibration. This service is critical for maintaining the operational readiness of U.S. Coast Guard aircraft, ensuring compliance with stringent quality and accountability standards. Interested vendors must submit their quotations by April 29, 2025, with the anticipated award date on or about May 2, 2025; inquiries can be directed to Denise Bulone at Denise.J.Bulone@uscg.mil.

    Point(s) of Contact
    Files
    Title
    Posted
    The Statement of Work (SOW) outlines the contractor's responsibilities for the evaluation and calibration of items provided by the U.S. Coast Guard (USCG) Aviation Logistics Center (ALC). Contractors must perform evaluation and calibration after each recertification cycle, ensuring items meet acceptable performance levels and identifying any errors for corrective action. The contractor is responsible for maintaining accurate records through the Significant Component History Report (SCHR) and the Component Repair Record (CRR) during the evaluation and repair processes. They must provide certificates of calibration, attach decals indicating calibration status, and submit repair quotations if items require fixing, pending approval from the Contracting Officer. All repair work must adhere to OEM specifications, and items deemed Beyond Economical Repair (BER) must not be disposed of without authorization. The ultimate goal is to ensure the items are returned to ready-for-issue (RFI) status, emphasizing compliance with USCG standards while maintaining accountability for costs incurred. This document serves as a foundational guideline for contractors engaged in servicing USCG assets, aligning with government procurement regulations and requirements.
    The document outlines the terms and conditions of a combined synopsis/solicitation by the federal government, specifically concerning commercial products and services. Set to be awarded solely to Testvonics, this solicitation emphasizes the need for compliance with various Federal Acquisition Regulation (FAR) and Homeland Security Acquisition Regulation (HSAR) clauses. Key focus areas include instructions for offerors, evaluation criteria, and representations and certifications required for bids. The contractor is mandated to ensure quality assurance, reporting any non-conforming products, and must follow specific packaging and shipping instructions for materials related to U.S. Coast Guard aircraft. It mandates that all invoices must be submitted electronically, alongside a Certificate of Conformance. Additional provisions address restricted business operations in Sudan, prohibitions on contracting with inverted domestic corporations, requirements regarding child labor, and limitations on telecommunications equipment in alignment with national security concerns. Overall, this document serves as a comprehensive guide for potential contractors on compliance and operational standards essential for conducting business with the federal government, particularly emphasizing accountability, quality management, and adherence to legal standards.
    Similar Opportunities
    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.
    Purchase Electronic Systems Test Set Adapters
    Homeland Security, Department Of
    The Department of Homeland Security, specifically the U.S. Coast Guard's Aviation Logistics Center, is seeking to procure two Electronic Systems Test Set Adapters from Lockheed Martin Corp. This procurement is a sole-source requirement, emphasizing the need for new items with clear traceability to the original manufacturer, Lockheed Martin, to ensure compliance with operational standards for U.S. Coast Guard aircraft. Interested vendors must submit their quotations by December 29, 2025, at 2:00 PM EST, with the anticipated award date set for January 6, 2026. For inquiries, contact Jordan Ownley at samuel.j.ownley2@uscg.mil, and include the solicitation number 70Z03826QE0000005 in the subject line.
    Voice Flight Data Recorder
    Homeland Security, Department Of
    The Department of Homeland Security, specifically the U.S. Coast Guard (USCG) Aviation Logistics Center, is seeking quotations for the procurement of four Voice Flight Data Recorders, essential components for MH-60T aircraft maintenance. The procurement is intended to replace failed or damaged parts, with the requirement being fulfilled on a sole-source basis from GE Aviation Systems LLC due to their proprietary rights and the critical nature of the items. The contract is expected to be awarded on or about December 22, 2025, with a closing date for offers set for December 18, 2025, at 2:00 PM EST. Interested vendors should direct inquiries and quotations to Paige Kressley at Paige.E.Kressley@uscg.mil, ensuring compliance with all specified terms and conditions outlined in the solicitation documents.
    FDVS CAMERA SYSTEM
    Homeland Security, Department Of
    The Department of Homeland Security, specifically the U.S. Coast Guard, is seeking qualified vendors to provide overhaul and repair services for the FDVS Camera System, identified by Stock Number 5855-01-615-8016 and Part Number WM-0300. The procurement involves opening, inspecting, reporting, and overhauling two units of this specialized electronic equipment, which is critical for operational readiness on Coast Guard vessels. The selected contractor will be responsible for ensuring compliance with stringent packaging and preservation requirements, with a total estimated repair cost not to exceed $11,200, and must deliver the units to the Coast Guard's facility in Baltimore, MD. Interested parties should submit their quotes by 9 AM Eastern Daylight Savings Time on November 24, 2025, to Eric Goldstein at Eric.I.Goldstein@uscg.mil.
    Repair Color Weather Radar
    Homeland Security, Department Of
    The Department of Homeland Security, specifically the U.S. Coast Guard's Aviation Logistics Center, is seeking quotations for the repair of Color Weather Radar units essential for MH-60T aircraft operations. The procurement involves evaluating and repairing six radar components, ensuring compliance with OEM specifications, and addressing corrosion issues typical in maritime environments. This opportunity is critical for maintaining the airworthiness of Coast Guard aircraft, with a focus on quality assurance and traceability of parts. Interested vendors must submit their quotations by December 30, 2025, at 2:00 PM EST, and can direct inquiries to Adam Finnell at Adam.A.Finnell2@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.
    Repair of Ice Detector for the HC-27J Aircraft.
    Homeland Security, Department Of
    The Department of Homeland Security, specifically the U.S. Coast Guard, is seeking to procure repair services for ice detectors used in the HC-27J aircraft. The procurement aims to repair two specific ice detectors, identified by NSN 5340-01-356-0338 and Part Number 871FA312, with the expectation that the awarded vendor will be Rosemount Aerospace, as they are believed to be the only source with the necessary proprietary technical data. This opportunity is critical for maintaining the operational readiness of Coast Guard aircraft, ensuring safety and efficiency in air transportation activities. Interested vendors must demonstrate FAA 145 certification and the capability to perform at least 50% of the work at their certified facility, with a submission deadline for capability information set for January 9, 2026, at 12:00 PM EST. For inquiries, vendors can contact Logan J. Brown at Logan.J.Brown3@uscg.mil.
    open inspect and report POWER SUPPLY (AC/DC)
    Homeland Security, Department Of
    The Department of Homeland Security, specifically the U.S. Coast Guard, is seeking qualified contractors to provide overhaul and repair services for a Power Supply (AC/DC) used on 270' Class Cutters. The procurement involves opening, inspecting, reporting, and overhauling two units of the specified power supply, with strict adherence to proprietary specifications and packaging requirements. This equipment is critical for the operational readiness of the Coast Guard's fleet, ensuring reliable power supply for various systems. Interested vendors must submit their quotes by November 24, 2025, at 9 AM Eastern Daylight Savings Time, and can direct inquiries to Eric Goldstein at Eric.I.Goldstein@uscg.mil.
    ACTUATOR,GOVERNOR
    Homeland Security, Department Of
    The Department of Homeland Security, specifically the U.S. Coast Guard, is soliciting quotations for the inspection, repair, and potential overhaul of a Woodward Inc. engine generator regulator used on the CGC Polar Star. Bidders are required to submit a firm fixed price quote that includes inspection fees and shipping, adhering to OEM procedures and quality assurance standards, with the contract awarded to the lowest-priced, technically acceptable offeror. This procurement is critical for maintaining the operational readiness of the Coast Guard's fleet, ensuring that essential equipment is functioning reliably. Quotes are due by December 19, 2026, at 11:00 am EST, and interested parties should direct any questions to Stephanie Garity at stephanie.a.garity@uscg.mil by December 19, 2025.
    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.