CIRCUIT CARD ASSEMBLY
ID: 70Z08525q49006B00Type: Combined Synopsis/Solicitation
Overview

Buyer

HOMELAND SECURITY, DEPARTMENT OFUS COAST GUARDSFLC PROCUREMENT BRANCH 2(00085)ALAMEDA, CA, 94501, USA

NAICS

Ship Building and Repairing (336611)

PSC

MAINT/REPAIR/REBUILD OF EQUIPMENT- SHIP AND MARINE EQUIPMENT (J020)

Set Aside

Total Small Business Set-Aside (FAR 19.5) (SBA)
Timeline
    Description

    The Department of Homeland Security, specifically the U.S. Coast Guard, is seeking qualified vendors to provide repair services for L-3 Henschel Circuit Card Assemblies under a federal Request for Quotation (RFQ). Vendors must be authorized dealers or distributors of L-3 Henschel and are required to submit quotes for three units, adhering to strict packing, marking, and delivery standards. This procurement is critical for maintaining the operational readiness of the Coast Guard's electronic systems, emphasizing the importance of quality repairs and compliance with federal regulations. Interested small businesses must submit their quotations by July 8, 2025, at noon EDT, and can contact Luke Maupin or Chad Ball for further information.

    Point(s) of Contact
    Files
    Title
    Posted
    This document outlines specific Contract Line Item Numbers (CLINS) and Sub-Line Item Numbers (SLIN) related to a government contracting proposal for inspection and repair services. CLIN 0001 refers to the initial inspection and reporting, while CLIN 0002 encompasses repair services, currently at a total estimated dollar value of $0.00. SLIN 0002A indicates a fixed labor rate for fully burned labor, with 11 hours allocated. Additional costs associated with materials (SLIN 0002B) and shipping (SLIN 0002C) are set at a 0% rate, contributing to a total of $0.00 for the estimated costs of both CLIN 0001 and CLIN 0002 combined. This structured format suggests a preliminary stage of budgeting for government services, typically found in federal requests for proposals (RFPs) and grants. The document reflects an early assessment phase, defining tasks and potential costs before finalizing negotiations or awarding a contract. The overall emphasis is on establishing a clear framework for scope and pricing related to inspection and repair functions, without committing financial resources at this stage.
    This government document outlines the requirements and Federal Acquisition Regulation (FAR) clauses applicable to a solicitation for commercial items. Key provisions include instructions to offerors, the necessity for offerors to complete and submit certifications, and the requirement for accurate SAM registrations, which must be maintained annually. The document specifies preparations for delivery to the U.S. Coast Guard, detailing that all shipments should include itemized packing lists, marked purchase order numbers, and adequate protection against damage. Furthermore, it incorporates a variety of clauses such as those related to prohibitions against contracting with certain entities, small business provisions, and compliance with labor standards. The document emphasizes the need for contractors to maintain records for potential government audits and outlines details for electronic invoicing and payment inquiries. Overall, this solicitation document serves to guide potential contractors in understanding the terms of compliance and the administrative processes required for effective bid submissions and contract execution.
    The document outlines the overhaul and repair requirements for a MPCMS circuit card assembly as part of a federal contract with the Coast Guard. Items received must match specified part numbers; discrepancies are to be reported to the Contracting Officer. The contractor is required to open, inspect, and report on the card's repair following the SFLC Specification R-400-299-M from October 2014, with a detailed inspection report including necessary parts, labor hours, and estimated costs. Repairs cannot commence until pricing and delivery schedules are agreed upon and authorized by the Contracting Officer, who will decide whether to repair or dispose of the item. Special packaging requirements and warranty conditions are specified, guaranteeing against defects for two years after delivery. Government acceptance of repairs occurs at the destination, contingent upon verification of order completeness and compliance with packaging standards. This document is significant for ensuring the quality and accountability of military equipment repairs within the federal procurement framework.
    The document outlines a federal Request for Quotation (RFQ) from the U.S. Coast Guard, specifically concerning the procurement of repair services for L-3 Henschel Circuit Card Assemblies (NSN 5998-01-457-7862). The RFQ mandates that vendors must be authorized dealers or distributors of L-3 Henschel and provide documentation to verify their status. The solicitation seeks quotes for three units, with a focus on compliance with specific packing, marking, and delivery standards. The submission deadline for quotations is July 8, 2025, by noon EDT. The contract will be awarded to the lowest price offeror deemed technically acceptable, and it is a 100% small business set-aside under NAICS 336611, which encompasses businesses with fewer than 1,250 employees. All compliance measures concerning federal acquisition regulations, including payment procedures and contractor obligations, are highlighted. The successful contractor must also comply with various clauses requiring adherence to ethical standards, equal opportunity mandates, and regulations concerning the use of certain telecommunications and materials. This RFQ illustrates the Coast Guard's commitment to maintaining operational readiness through the careful selection and repair of critical electronic components.
    Lifecycle
    Title
    Type
    CIRCUIT CARD ASSEMBLY
    Currently viewing
    Combined Synopsis/Solicitation
    Similar Opportunities
    TRANSMITTER, PROPELLER ORDER
    Homeland Security, Department Of
    The Department of Homeland Security, specifically the U.S. Coast Guard, is seeking quotations for the overhaul of a Transmitter, Propeller (Part Number RA13T), which is critical for the operation of the WMEC 210 Class Cutters. The procurement involves opening, inspecting, reporting, and potentially repairing the transmitter, with a firm fixed price for the repair not to exceed $5,700, and requires adherence to OEM specifications using genuine DYNALEC parts. This equipment is vital for maintaining the operational integrity of the Coast Guard's Medium Endurance Product Line, and the selected contractor must ensure compliance with stringent packaging, marking, and delivery requirements. Interested vendors must submit their quotes by December 22, 2025, and direct any inquiries to Nina Crosby at nina.m.crosby@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.
    PARTS KIT SEAL REPLACEMENT
    Homeland Security, Department Of
    The Department of Homeland Security, specifically the U.S. Coast Guard, is seeking quotations for a Parts Kit Seal Replacement, which includes a Servo Box Repair Kit essential for the maintenance of 210 A Class vessels. The procurement requires three kits from Propulsion Systems Inc, with strict adherence to packaging, marking, and delivery requirements to ensure compliance and prevent damage during transit. This opportunity is critical for maintaining the operational readiness of the Coast Guard's fleet, and interested vendors must submit their quotes by November 21, 2025, at 10:00 AM EST, while ensuring they meet all specified requirements, including registration with the System for Award Management (SAM). For inquiries, vendors can contact Yvette R. Johnson at YVETTE.R.JOHNSON@USCG.MIL.
    Repair EGI 764+429+JAIC
    Homeland Security, Department Of
    The Department of Homeland Security, specifically the U.S. Coast Guard's Aviation Logistics Center, is soliciting quotations for the repair of six EGI 764+429+JAIC components, critical for the MH-60T aircraft. The procurement requires that all repairs be conducted by Honeywell International or an authorized repair facility, ensuring compliance with airworthiness standards and the provision of necessary certifications. This opportunity is vital for maintaining operational readiness and reliability of the Coast Guard's aviation assets. Interested vendors must submit their quotations by December 19, 2025, at 2:00 p.m. Eastern Time, with anticipated award notification on or about December 22, 2025. For inquiries, contact Michelle R. Monds at Michelle.R.Monds@uscg.mil.
    open, inspect and report OPERATOR INTERFACE, ELECTRONIC
    Homeland Security, Department Of
    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.
    MTU QL3 PARTS
    Homeland Security, Department Of
    The Department of Homeland Security, specifically the U.S. Coast Guard, is seeking quotes for the procurement of genuine MTU QL3 parts through a combined synopsis/solicitation process. The requirement includes a variety of OEM-certified components such as O-rings, gaskets, filters, and other essential engine parts, which must be delivered to the Coast Guard Yard in Baltimore, MD, by February 1, 2026. This procurement is critical for maintaining the operational readiness of the Coast Guard's fleet, ensuring that all parts meet stringent quality and labeling standards. Interested vendors must submit their quotations by the specified deadline and ensure they are registered in SAM.gov, with all deliveries required to be made by January 20, 2026. For further inquiries, vendors can contact Erica Gibbs at ERICA.L.GIBBS@USCG.MIL or by phone at 206-815-5371.
    Open, Inspect, Report and Overhaul of Circuit Breakers
    Homeland Security, Department Of
    The Department of Homeland Security, specifically the U.S. Coast Guard, is seeking quotations for the open, inspection, reporting, and potential overhaul of circuit breakers, identified by NSN 5925-01-583-8452 and part number MDS6163WEA-1652ANAA6YNNNAX. The procurement aims to restore these critical components used in the U.S. Coast Guard's Medium Endurance Product Line to operational standards, ensuring reliability and safety in their applications. Interested vendors must provide a firm fixed price for inspection and repair services, with delivery required by June 10, 2026, to the Coast Guard's facility in Baltimore, MD. Quotes are due by December 5, 2025, and inquiries should be directed to Donna Scandaliato at Donna.M.Scandaliato@uscg.mil or by phone at 410-762-6259.
    open inspect and report
    Homeland Security, Department Of
    The Department of Homeland Security, specifically the U.S. Coast Guard, is seeking qualified contractors to perform the opening, inspection, reporting, and overhaul of a Power Supply (Stock Number: 6130-01-615-0193, Part Number: UPS1-2.4K-1G-SRNDTI-F2E) used in their SEAWATCH systems. The procurement involves detailed inspection, repair, testing, and packaging of 37 units, adhering to specific SFLC R-400-299 rev M specifications, with a warranty guaranteeing the items against defects for up to two years post-delivery. This equipment is critical for maintaining operational readiness in Coast Guard operations, ensuring reliability and safety in their systems. Interested vendors must submit their quotes by November 24, 2025, to Eric Goldstein at Eric.I.Goldstein@uscg.mil, and must be registered in the System for Award Management (SAM) prior to submission.
    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.
    FIN STABILIZER
    Homeland Security, Department Of
    The Department of Homeland Security, specifically the U.S. Coast Guard, is seeking quotations for the procurement of three Fin Stabilizer Control Units, which are critical components of the fin stabilizing system used on 154' WPC vessels. These units, manufactured by Quantum Marine Engineering, must be individually packaged according to strict military standards to prevent damage during transport, and substitute parts will not be accepted. Interested vendors must submit their quotations by December 19, 2025, at 10:00 AM Eastern Standard Time, and should direct their proposals to Yvette R. Johnson at YVETTE.R.JOHNSON@USCG.MIL, ensuring compliance with all specified packaging and marking requirements to avoid rejection of their bids.